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.