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 #___10__





Columbus Consolidated Government

Council Meeting



March 30, 2004





Agenda Report #___179__



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) ACTUARIAL CONSULTING SERVICES FOR FY04



It is requested that Council approve payment to William M. Mercer, Inc.,

(Atlanta, GA) in the amount of $21,676.00 for actuarial consulting services

performed during FY04; and $25,000 for a pension study. Mercer provides

actuarial consulting services, as needed, during the fiscal year for the

General Government and Public Safety Employees Pension Plans. Actuarial

consulting services were budgeted at $90,000 for FY04; $68,324.00 has already

been expended. In addition, the pension study was budgeted at $25,000.00.



Funds are budgeted in FY04 Budget, General Government and Public Safety ?

Employees

Pension & Benefit Fund ? Contractual Services; 0970-700-2100-PNGG-6319 and

0970-700-2000-PNPS-6319.



* * * * * * * *



(B) EMERGENCY CONSTRUCTION SERVICES FOR COLLAPSED STORM DRAIN ON CHEROKEE AVENUE



It is requested that Council approve payment to Gordy Construction Company

(Fortson, GA) in the amount of $39,416.27 for emergency construction services

to repair a collapsed storm drain at Cherokee Avenue and Slade Drive.



The collapsed storm drain was discovered, by Public Services, during the week

of February 6, 2004. Public Services evaluated the storm drain and determined

it was outside their ability to do the work efficiently. After being appraised

of the damage, the City Manager approved the emergency repair. Gordy

Construction Company was chosen to do the work because they are currently under

contract with the Water Works to do storm drain replacement under the SPLOST

Storm Water Projects program. There is an existing memo of understanding

between the City and the Water Works, per Resolution #209-02, whereby the Water

Works performs management and implementation of Storm Water Improvement

Projects.



Funds are available in the FY04 budget, Sewer Fund Supported Capital Projects ?

Site Improvements ? Pipe Rehabilitation; 0508-660-2000-CPSF-6567-20770040.



* * * * * * * * *



(C) EMERGENCY INSTALLATION OF LIGHT POLES AND FIXTURES AT PSALMOND ROAD

BASEBALL FIELD



It is requested that Council approve payment to Precision Electrical

Construction (Phenix City, AL) in the amount of $19,985.00 for emergency

installation of light poles with fixtures at Psalmond Road Baseball field.



The contractor installed two (2) ball field light poles with fixtures and all

connections at Psalmond Road Baseball Field. The work had to be completed

before March 13, 2004, opening day for the league. Precision Electrical was

working on a City project as a sub-contractor for the City?s general contractor

on the Northside Park project. Precision provided a quote that the Engineering

Department deemed reasonable for the project. The contractor was available to

perform the work immediately, enabling the City to complete the project on

schedule.



Funds are available in the FY04 budget; General Fund Supported Capital Projects

? Site Improvements ? Parks and Recreation Lights and Repairs;

0508-660-1000-CPGF-7623-22224040

* * * * * *



(D) TROPHIES & OTHER MISCELLANEOUS AWARDS (ANNUAL CONTRACT) ? BID NO.

04-0046



It is requested that Council approve the purchase of Trophies and other

Miscellaneous Awards from Columbus Fire & Safety d/b/a Columbus Trophy &

Screenprinting for the estimated annual contract value of $89,973.85. The

contract includes screenprinting services, as well as, the following items to

be provided on an ?as needed basis?: trophies, plaques, hats, resin figures,

medal trophy cases, tombstone trophies and acrylics, t-shirts and golf shirts.

The trophies and other miscellaneous awards are used by the Parks and

Recreation Department to give to participants in basketball, volleyball,

softball and boxing tournaments.



The contract period shall be for two (2) years, with the option to renew for

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

the mutual agreement of the City and the Contractor.



One hundred thirteen invitations were mailed; one bid was received on March 3,

2004. This bid has been advertised, opened and reviewed. The bidder was:

Estimated

Contract Value

Columbus Fire & Safety

D/b/a Columbus Trophy & Screenprinting (Columbus, GA) $89,973.85



Funds are budgeted each fiscal year for this on going expense; Parks &

Recreation, Various Accounts.



* * * * * *



(E) STORING, TRANSPORTING & RECYCLING WASTE TIRES (ANNUAL CONTRACT) ? BID NO.

04-0062



It is requested that Council approve the contract for storing, transporting &

recycling services for waste tires from Greenman Technologies, Inc., on an ?as

needed basis,? for the estimated annual contract value of $20,880.00, or

$1044.00 per load. The City generates approximately 20,000 waste tires (20

loads) annually. The contractor will remove and properly recycle waste tires

generated at the City?s landfill. A cost for oversized tires is included in

the bid, however, the City rarely has oversized tires in the landfill.



The contract is for a period of one year, with the option to renew for two

additional twelve-month periods. Contract will automatically renew on the

anniversary date, unless either party gives a 30-day written notice of

cancellation.



Thirty-one bids were mailed; two bids were received on March 10, 2004. This

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

Oversize Tires

Cost Per Ton Cost per Load Per Ton

Greenman Technologies, Inc. (Jackson, GA) $85.00 1044.00 $250.00

Recovery Technologies Group (Atlanta, GA) 85.00 $1200.00 85.00



Funds are budgeted each fiscal year for this on-going expense; Public Services

Department, Pine Grove Landfill - Contractual Services; 0207-260-3560-PGRO-6319.



* * * * * *



(F) DUTY AMMUNITION (ANNUAL CONTRACT) - BID NO. 04-0061



It is requested that Council approve the purchase of duty ammunition from GT

Distributors, Inc., for the estimated annual contract value of $3,039.68. The

ammunition will be used by the Columbus Police Department and will be purchased

on an ?as needed? basis.



It was determined through recent bullet testing by the Columbus Police

Department that their current duty Hydra-Shok ammunition was not suitable.

Further testing revealed that the Federal ?HST? and the Winchester ?Ranger ?T?

bullet performed very similarly and that either bullet could meet their

requirements for duty ammunition.



The Columbus Police Department currently has, on hand, 32,600 rounds of

Hydra-Shok ammunition, and will require 25,000 rounds of the new ammunition.

Therefore, vendors were required to provide a quantity of exchange of the new

Federal HST HP .45 caliber +P caliber or the Winchester Ranger ?T? .45 caliber

+P round ammunition for their existing stock of Hydra-Shok ammunition.

The contract period will be for one year with the option to renew for two (2)

additional twelve-month periods.



Thirty-six bid invitations were mailed; two bids were received March 10, 2004.

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



Vendors GT Distributors, Inc.

(Rossville, GA) Gulf States Distributors

(Montgomery, AL)

Federal HST HP .45 caliber +P round

(Estimated rounds 16,000) No Bid Unit: $ 0.22

Total: $ 3,440.00

Winchester Ranger ?T? .45 caliber +P round

(Estimated rounds 16,000) Unit: $ .19

Total: $ 3,039.69 No Bid

Number of rounds to be exchanged for existing 32,600 rounds of Hydra-shok ammo

25,000 rounds 26,000 rounds



Funds are budgeted each fiscal year for this ongoing expense, Police ? Support

Services - Operating Materials; 0101-400-2200-STAF-6728.



* * * * * *



(G) COMMERCIAL WASHER & DRYER? BID NO. 04-0051



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

washer and one (1) commercial gas dryer from Southeastern Laundry Equipment

Sales, Inc., in the amount of $42,300.00.



The washer & dryer are additional units and will be utilized by the Muscogee

County Jail in the new jail tower for the added laundry load.



Twenty-five bid invitations were mailed. Two bids were received on February

18, 2004. This bid has been advertised, opened and reviewed. The bidders were:



See Attachment:



1 Per Facilities Maintenance, the shell door, dispenser, drive, brake, cylinder

door, control timer, thermal overload protection devices and the vibration

sensitive switch of the commercial washer proposed by Coin Laundry Equipment

Company failed to meet specifications. Written notification has been forwarded

to the vendor.



Funds for the commercial washer are budgeted in FY04 Budget, General Fund

Supported Capital Projects, Capital Expenditures Over $5,000.00 - Heavy Duty

Washer; 0508-660-1000-CPGF-7761-22212040. Funds for the commercial gas dryer

are budgeted in FY04 Budget, General Fund Supported Capital Projects, Capital

Expenditures Over $5,000.00, Heavy Duty Dryer; 0508-660-1000-CPGF-7761-22213040.



* * * * * *



(H) VEHICLE EXHAUST SYSTEM FOR COLUMBUS FIRE AND EMERGENCY MEDICAL SERVICES ?

BID NO. 04-0044



It is requested that Council authorize the purchase of six (6) vehicle exhaust

systems (with 16 drops) from Dixie Clean Air Corporation in the amount of

$129,417.00. Dixie Clean Air Corporation will provide and install vehicle

exhaust systems at Columbus Fire and Emergency Medical Services: Station No. 1

(3 drops), Station No. 4 (2 drops), Station No. 5 (1 drop), Station No. 6 (4

drops), Station No. 8 (3 drops) and Station No. 11 (3 drops).



When rescue vehicles are driven out of the stations, the vehicle exhaust fumes

constitute a health risk. The purchase of the vehicle exhaust system will

eliminate this risk. The vehicle exhaust system is attached to the ceiling and

a compressible, flexible hose is ?dropped? from the system and the nozzle is

placed over the vehicle exhaust pipe outlet. The nozzle is positioned to the

vehicle by an electromagnet. While the vehicle is being driven out of the

station, the electromagnet follows along with the extractor unit without any

pressure on the exhaust pipe. When the vehicle exits the building, the current

to the electromagnet is switched off and the exhaust extractor releases from

the vehicle and is lifted to the side. The exhaust system balancer immediately

lifts the nozzle from the floor.



Fifty-six bid invitations were mailed; one bid was received on March 3, 2004.

This bid has been advertised, opened and reviewed. The bidder was:



See Attachment:



Funds are budgeted in FY04 Budget, General Fund Supported Capital Projects ?

Capital Expenditures Over $5000, Exhaust Systems for Fire Stations;

0508-660-1000-CPGF-7761-22210040.



(I) POOL DECK EQUIPMENT (RE-BID) ? BID NO. 04-0063



It is requested that Council authorize the purchase of pool deck equipment from

Aquatic Consulting and Equipment, Inc. (ACE), in the amount of $27,423.00. ACE

will provide and install the following replacement items at Double Churches

Pool: racing lane lines (9), lane line storage reels (4), lane line and

storage reel covers (4), starting platforms (8) and anchors (16).



One hundred thirty-two bid invitations were mailed; three bids were received on

March 10, 2004. This bid has been advertised, opened and reviewed. The

bidders were:



See Attachment:



Funds are budgeted in FY04 Budget, 1999 SPLOST Olympic Pools ? Capital

Expenditures Over $5000, ? Double Churches Renovations;

0540-695-2128-TXOP-7761-50254010.



* * * * * * * * *



(J) RISK MANAGEMENT SETTLEMENT



It is requested that Council authorize payment of a settlement for a risk

management claim in the amount of $15,000.00 to Symonds, Joseph and Gary Bruce,

P.C. The claim resulted from an incident, which took place November 5, 2003,

and concerns injuries incurred by a private citizen due a ?backing? accident

involving a sanitation truck at the landfill dumpsite.



Funds are available in the FY04 Budget, Risk Management, Uninsured Losses ?

Fleet;

0860-130-3830-RISK-6312.01.





(K) CHANGE ORDER FOR SITE WORK AT NEW FIRE STATIONS



It is requested that Council authorize the execution of the change order for

site work at Fire Stations #14 and #15, with Holley Construction, Company in

the amount of $508,490.00.



In May of 2003, Resolution # 222-03 authorized execution of a construction

contract with Holley Construction Company for five (5) Fire Stations. The

five stations were #3 Veterans Parkway, #10 Benning Drive, #12 Cargo Drive, #14

River Road and #15 Mckee Road. The authorizing resolution stated that the cost

for site work for station # 14 River Road and #15 Mckee Road was not included

in the construction cost because the actual sites were not identified at the

time of bidding. It was further stated in the Resolution that the site work

would be added to the construction cost by change order once price negotiations

with the contractor are complete.



The sites for the remaining fire stations have been identified. The site work

for these two stations includes clearing and grubbing, site electrical, fire

line installation, water connections, septic tank, landscaping, driveways,

fencing, and relocation of Fire Station operations facility on the River Road

site. Holley Construction and the Engineering Department have negotiated the

cost of $508,490.00 for the site work.



Funds are budgeted in the FY04 Budget, 1999 SPLOST Fire/EMS Stations ? General

Construction, Fire/EMS Construction; 0540-695-2122-TXFE-7661-5018001C.



ITEM A?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT FOR ACTUARIAL CONSULTING SERVICES TO WILLIAM

M. MERCER, INC., IN THE AMOUNT OF $21, 676.00 FOR ACTUARIAL CONSULTING

SERVICES PERFORMED DURING FY04; AND $25,000 FOR A PENSION STUDY



WHEREAS, Mercer provides actuarial consulting services, as needed,

during the fiscal year for the General Government and Public Safety Employees

Pension Plans. Actuarial consulting services were budgeted at $90,000 for

FY04; $68,324.00 has already been expended. In addition, the pension study was

budgeted at $25,000.00.



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



T hat the City Manager is hereby authorized to make payment to William

M. Mercer, Inc., in the amount of $21, 676.00 for actuarial consulting services

performed during FY04; and $25,000 for a pension study. Funds are budgeted in

FY04 Budget, General Government and Public Safety, Employees Pension & Benefit

Fund ? Contractual Services; 0970-700-2100-PNGG-6319 and

0970-700-2000-PNPS-6319.



_________________________________________



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 B?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO GORDY CONSTRUCTION COMPANY IN THE

AMOUNT OF $39,416.27 FOR EMERGENCY CONSTRUCTION SERVICES TO REPAIR A COLLAPSED

STORM DRAIN AT CHEROKEE AVENUE AND SLADE DRIVE.



WHEREAS, The collapsed storm drain was discovered, by Public Services,

during the week of February 6, 2004. Public Services evaluated the storm drain

and determined the repair was outside their ability to do the work efficiently.

After being appraised of the damage, the City Manager approved the emergency

repair; and,



WHEREAS, Gordy Construction Company was chosen to do the work because they are

currently under contract with the Water Works to do storm drain replacement

under the SPLOST Storm Water Projects program. There is an existing memo of

understanding between the City and the Water Works, per Resolution #209-02,

whereby the Water Works performs management and implementation of Storm Water

Improvement Projects.



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



That the City Manager is hereby authorized to make payment to Gordy

Construction Company in the amount of $39,416.27 for emergency construction

services to repair a collapsed storm drain at Cherokee Avenue and Slade Drive.

Funds are available in the FY04 budget, Sewer Fund Supported Capital Projects ?

Site Improvements ? Pipe Rehabilitation; 0508-660-2000-CPSF-6567-20770040.



_________________________________________



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 C?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO PRECISION ELECTRICAL CONSTRUCTION

(PHENIX CITY, AL) IN THE AMOUNT OF $19,985.00 FOR EMERGENCY INSTALLATION OF

LIGHT POLES WITH FIXTURES AT PSALMOND ROAD BASEBALL FIELD.



WHEREAS, The contractor installed two (2) ball field light poles with

fixtures and all connections at Psalmond Road Baseball Field. The work had to

be completed before March 13, 2004, opening day for the league; and,



WHEREAS, Precision Electrical was working on a City project as a

sub-contractor for the City?s general contractor on the Northside Park

project. Precision provided a quote that the Engineering Department deemed

reasonable for the project. The contractor was available to perform the work

immediately, enabling the City to complete the project on schedule.



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



That the City Manager is hereby authorized to make payment to Precision

Electrical Construction (Phenix City, AL) in the amount of $19,985.00 for

emergency installation of light poles with fixtures at Psalmond Road Baseball

Field. Funds are available in the FY04 budget; General Fund Supported Capital

Projects ? Site Improvements ? Parks and Recreation Lights and Repairs;

0508-660-1000-CPGF-7623-22224040

_________________________________________



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 D?



A RESOLUTION



NO. _____





A RESOLUTION AUTHORIZING THE PURCHASE OF TROPHIES AND OTHER

MISCELLANEOUS AWARDS ON AN ?AS NEEDED BASIS? FROM COLUMBUS FIRE & SAFETY D/B/A

COLUMBUS TROPHY & SCREENPRINTING FOR THE ESTIMATED CONTRACT VALUE OF $89,973.85.



WHEREAS, the contract includes screenprinting services, as well as, the

following items to be provided on an ?as needed basis?: trophies, plaques,

hats, resin figures, medal trophy cases, tombstone trophies and acrylics,

t-shirts and golf shirts. The trophies and other miscellaneous awards are used

by the Parks and Recreation Department to give to participants in basketball,

volleyball, softball and boxing tournaments; and,



WHEREAS, the contract period shall be for two (2) years, with the

option to renew for two 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 purchase trophies and

other miscellaneous awards on an "as needed basis? from Columbus Fire & Safety

d/b/a Columbus Trophy & Screenprinting for the estimated annual contract value

of $89,973.85. Funds are budgeted each fiscal year for this ongoing expense,

Parks & Recreation, Various Accounts.

_________________________________________



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 Poydasheff, Mayor



?ITEM E?



A RESOLUTION



NO. _____





A RESOLUTION AUTHORIZING THE CONTRACT FOR STORING, TRANSPORTING AND

RECYCLING SERVICES FOR WASTE TIRES FROM GREENMAN TECHNOLOGIES, INC., ON AN ?AS

NEEDED BASIS? FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $20,880.00.



WHEREAS, the contractor will remove and properly recycle waste tires

generated at the City?s landfill; and,



WHEREAS, the City generates approximately 20,000 waste tires (20 loads)

annually; and,



WHEREAS, the contract is for a period of one year, with the option to

renew for two additional twelve month periods. Contract will automatically be

renewed on the anniversary date, unless either party gives a 30-day written

notice of cancellation.



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



That the City Manager is hereby authorized to procure storing,

transporting and recycling services for waste tires from Greeman Technologies,

Inc., on an ?as needed basis? for the estimated annual contract value of

$20,880.00. Funds are budgeted each fiscal year for this ongoing expense,

Public Services, Pine Grove Landfill ? Contractual Services;

0207-260-3560-PGRO-6319.

_________________________________________



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 Poydasheff, Mayor



?ITEM F?



A RESOLUTION



NO. _______



A RESOLUTION AUTHORIZING THE PURCHASE OF DUTY AMMUNITION FROM G. T.

Distributors, INC. For the estimated annual contract value of $3,039.68.



WHEREAS, the duty ammunition will be used by the Columbus Police Department and

will be purchased on an ?as needed? basis, and;



WHEREAS, the contract period is for one year with option to renew for two (2)

additional twelve month periods.



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



That the City Manager is hereby authorized to purchase duty ammunition

from G. T. Distributors, Inc., for the estimated annual contract value of

$3,039.68. Funds are budgeted each fiscal year for this ongoing expense,

Police ? Support Services - Operating Materials; 0101-400-2200-STAF-6728.

______________________________



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) COMMERCIAL WASHER AND

ONE (1) COMMERCIAL GAS DRYER FROM SOUTHEASTERN LAUNDRY EQUIPMENT SALES, INC.,

IN THE AMOUNT OF $42,300.00.



WHEREAS, The washer & dryer are additional units and will be utilized

by the Muscogee County Jail in the new jail tower for the added laundry load.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1)

commercial washer and one (1) commercial gas dryer from Southeastern Laundry

Equipment Sales, Inc., in the amount of $42,300.00. Funds for the commercial

washer are budgeted in FY04 Budget, General Fund Supported Capital Projects,

Capital Expenditures Over $5,000.00 - Heavy Duty Washer;

0508-660-1000-CPGF-7761-22212040. Funds for the commercial gas dryer are

budgeted in FY04 Budget, General Fund Supported Capital Projects, Capital

Expenditures Over $5,000.00, Heavy Duty Dryer; 0508-660-1000-CPGF-7761-22213040.

_________________________________________



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 Poydasheff, Mayor



?ITEM H?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF SIX (6) VEHICLE EXHAUST SYSTEMS (WITH

16 DROPS) FROM DIXIE CLEAN AIR CORPORATION IN THE AMOUNT OF $129,417.00.



WHEREAS, Dixie Clean Air Corporation will provide and install vehicle exhaust

systems at Columbus Fire and Emergency Medical Services: Station No. 1 (3

drops), Station No. 4 (2 drops), Station No. 5 (1 drop), Station No. 6 (4

drops), Station No. 8 (3 drops) and Station No. 11 (3 drops); and,



WHEREAS, When rescue vehicles are driven out of the stations, the vehicle

exhaust fumes constitute a health risk. The purchase of the vehicle exhaust

system will eliminate this risk.



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



That the City Manager is hereby authorized to purchase of six (6)

vehicle exhaust systems (with 16 drops) from Dixie Clean Air Corporation in the

amount of $129,417.00. Funds are budgeted in FY04 Budget, General Fund

Supported Capital Projects ? Capital Expenditures Over $5000, Exhaust Systems

for Fire Stations; 0508-660-1000-CPGF-7761-22210040.

_________________________________________



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 POOL DECK EQUIPMENT FROM AQUATIC

CONSULTING AND EQUIPMENT, INC., IN THE AMOUNT OF $27,423.00.



WHEREAS, Aquatic Consulting and Equipment, Inc., will provide and install the

following replacement items at Double Churches Pool: racing lane lines (9),

lane line storage reels (4), lane line and storage reel covers (4), starting

platforms (8) and anchors (16).



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



That the City Manager is hereby authorized to purchase pool deck

equipment from Aquatic Consulting and Equipment, Inc. (ACE), in the amount of

$27,423.00. Funds are budgeted in FY04 Budget, 1999 SPLOST Olympic Pools ?

Capital Expenditures Over $5000, ? Double Churches Renovations;

0540-695-2128-TXOP-7761-50254010.



_________________________________________



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 PAYMENT TO SYMONDS, JOSEPH AND GARY BRUCE, P.C., IN

THE OF AMOUNT $15,000.00 FOR A RISK MANAGEMENT CLAIM SETTLEMENT.



WHEREAS, The claim resulted from an incident, which took place November

5, 2003, and concerns injuries incurred by a private citizen due a ?backing?

accident involving a sanitation truck at the landfill dumpsite.



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



That the City Manager is hereby authorized to make payment to Symonds,

Joseph and Gary Bruce, P.C., in the of amount $15,000.00 for a risk management

claim settlement. Funds are available in the FY04 Budget, Risk Management,

Uninsured Losses ? Fleet; 0860-130-3830-RISK-6312.01.

_________________________________________



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 Poydasheff, Mayor



?ITEM K?



A RESOLUTION



NO.______



RESOLUTION AUTHORIZING THE EXECUTION OF THE CHANGE ORDER FOR SITE WORK

AT FIRE STATIONS #14 AND #15, WITH HOLLEY CONSTRUCTION COMPANY, IN THE AMOUNT

OF $508,490.00.



WHEREAS, In May of 2003, Resolution # 222-03 (Bid No 03-0083)

authorized execution of a construction contract with Holley Construction

Company for five (5) Fire Stations. The five stations were #3 Veterans

Parkway, #10 Benning Drive, #12 Cargo Drive, #14 River Road and #15 Mckee

Road. The authorizing resolution stated the cost for site work for stations #

14 River Road and #15 Mckee Road was not included in the construction cost

because the actual sites were not identified at the time of bid letting. It

was further stated in the Resolution that the site work would be added to the

construction cost by change order once price negotiations with the contractor

were complete; and,



WHEREAS, The sites for the remaining fire stations have been

identified. The site work for these two stations includes clearing and

grubbing, site electrical, fire line installation, water connections, septic

tank, landscaping, driveways, fencing, and relocation of Fire Station

operations facility on the River Road site. Holley Construction and the

Engineering Department have negotiated the cost of $508,490.00 for the site

work.



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



That the City Manager is hereby authorized to execute the change order

for site work at fire stations #14 and #15, with Holley Construction Company,

in the amount of $508,490.00. Funds are budgeted in FY04Budget, 1999 SPLOST

Fire/EMS Stations ? General Construction, Fire/EMS Construction,

0540-695-2122-TXFE-7661-5018002C.

_________________________________________



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









DATE: March 30, 2004



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





March 31, 2004

1. Ball Field Conditioner (Annual Contract) ? Bid No. 04-0068

Scope of Bid

Provide Columbus Consolidated Government, Parks and Recreation

Department with Turface MVP and Turface Quick Dry. The product is used to get

the ball field ready for play after it has rained. 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.



2. Protective Fire Clothing (Annual Contract) ? Bid No. 04-0066

Scope of Bid

Provide firefighting with body protection against extreme temperature, sharp

objects, steam water penetration, hot particles, and other hazards encountered

during structural fire fighting. The contract term shall be for three years,

with the option to renew for two (2) additional twelve-month periods. Contract

will automatically be renewed on the anniversary date of the contract, unless

either party gives a 30-day written notice of cancellation.



3. Marquee Signs ? PQ No. 04-00012

Scope of Quote

Provide and install two (2) brick, LED marquee signs at Metra Transit

System. One marquee sign will be installed at the Main Office and one marquee

sign will be installed at the Transfer Center.



4. Memory, IBM Certified ? PQ No. 04-00017

Scope of PQ

Provide eight (8) 2gb IBM #33L5040 modules or four (4) 4gb IBM-certified Simple

Memory STM5037A/4GBW kits to the Information Technology Department. The City

will not consider clone memory.



April 2, 2004

1. Stump Grinder? RFP No. 04-0020

Scope of Bid

The Columbus Consolidated Government (the city) desires to select a

qualified vendor to provide one (1) Heavy Duty Stump Grinder. The stump

grinder will be used by the Forestry Division of the Public Services Department

for grinding stumps from City rights-of-ways and other City properties.



2. Micro Focus Software ? Bid No. 04-0069

Scope of Bid

Provide Micro Focus software, Windows platform only, to the Information

Technology Department. The software consists of one (1) Micro Focus NetExpress

v3.1 development software and five (5) Micro Focus Application Server

deployment software. The software is required to accommodate the newly

purchased AMS ADVANTAGE? HRM system. Therefore, the City will only consider

Micro Focus software.



April 7, 2004

1. Fastener Supplies & Restocking Services (Annual Contract) ? Bid No.

04-0058

Scope of Bid

Provide Columbus Consolidated Government with various fastener supplies

and restocking services on an ?as needed basis?. The quantities specified are

based on an estimated usage. The City may purchase some, all, more or none of

the item. The initial term of contract shall be for one year, with the option

to renew for two additional twelve-month periods. Contract will automatically

renew on the anniversary date of the contract, unless either party gives a

30-day written notice of cancellation.



2. Parks & Recreation Swimming & Pool Supplies (Annual Contact) ? Bid

No. 04-0039

Scope of Bid

The Consolidated Government of Columbus, Georgia (the City) Parks and

Recreation Division is seeking vendors to provide swim equipment such as

whistles, water bottles, umbrellas, rescue tubes, pocket masks, chaise lounge

chairs, deck lounge chairs, American standard locks, vacuum hoses, water

testing equipment and pool chemicals. Pool chemical will be awarded to local

vendors only.



3. Field Marking Paint (Annual Contract) ? Bid No.04-0070

Scope of Bid

Provide approximately 76 cases of aerosol spray field marking paint and 3,200

gallons of field marking paint to the Park Services Division. The contract

term shall be for one (1) year, with the option to renew for two (2) additional

twelve-month periods. Contract will automatically be renewed on the

anniversary date of the contract, unless either party gives a 30-day written

notice of cancellation.



April 14, 2004

1. HVAC Preventive Maintenance Services (Annual Contract) ? Bid No.

04-0071

Scope of Bid

Provide preventive maintenance and/or repair service for chillers at

various locations. The contract term shall be for one (1) year, with the option

to renew for two (2) additional twelve-month periods. Contract will

automatically be renewed on the anniversary date of the contract, unless either

party gives a 30-day written notice of cancellation.

Back to List