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 19, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) APPRAISAL REVIEW SERVICES (ANNUAL CONTRACT) ? RFP NO. 03-0010
It is requested that Council approve the annual contract for Appraisal Review
Services from Cliatt & Norris Appraisals. The firm will provide all labor,
supervision, and materials required to perform appraisal review services in
various locations, on an ?as needed basis?. The appraisal review shall be
performed in accordance with standards contained in the Department of Housing
and Urban Development Handbook 1378; 49 CFR 24-104.
The appraisal review process shall consist of the following:
? The Reviewing Appraiser shall examine all appraisals to assure they
meet applicable appraisal requirements and shall, prior to acceptance, seek
necessary corrections or revisions. Before acceptance of an appraisal, the
reviewing appraiser must determine that the appraiser?s documentation,
including valuation data and the analyses of that data, demonstrates the
soundness of the appraiser?s opinion of value.
? If the Reviewing Appraiser is unable to approve or recommend approval
of an appraisal as an adequate basis for the establishment of the offer of
just compensation, and it is determined that it is not practical to obtain an
additional appraisal, the reviewing appraiser may develop appropriate
appraisal documentation and determine or recommend fair market value.
? The Reviewing Appraiser?s certification of the recommended or
approved value of the property shall be set forth in a signed statement
which identifies the appraisal reports reviewed and explains the basis for
such recommendation or approval. (The level of explanation depends on the
complexity of the appraisal problem. For a low value property requiring an
uncomplicated valuation process, the reviewer?s approval, endorsing the
appraiser?s report, may satisfy the requirement for the reviewer?s
statement.) Any damages of benefits to any remaining property shall also be
identified in the statement.
? The Reviewing Appraiser shall perform field reviews as needed.
The term of this contract shall be for two years, with the option to
renew for three (3) additional twelve-month periods. Contract renewal will
be contingent upon the mutual agreement of the City and the Contractor.
Request for proposals were mailed to thirty-seven vendors and the RFP
has been advertised. One proposal was received September 27, 2002 from the
following offeror:
Cliatt & Norris Appraisals, LLP (Columbus, GA)
The proposal was reviewed by the Evaluation Committee members, which consisted
of representatives from Community Reinvestment, Inspections & Code and Right of
Way Acquisition. During the evaluation process, Cliatt & Norris Appraisals was
deemed responsive to the RFP. The City?s Procurement Ordinance Article 3-110,
Competitive Sealed Proposals for the procurement of Equipment, Supplies and
Professional Services, governs the RFP Process. During the process of an RFP
there is no formal opening, due to the possibility of negotiated components of
the proposal. In the event Council does not approve the recommended
offeror(s), no proposal responses or any negotiated components are made public
until after the award of the contract. If Council does not approve the
recommended offeror, the RFP will be re-advertised and a new process will
begin.
Funds are budgeted each fiscal year for this on-going expense; CDBG ? Community
Reinvestment, Land Acquisition, Appraisals 0210-130-3452-LACQ-6373; Land
Disposition, Appraisals, 0210-130-3454-LDSP-6373. Other various projects will
be funded through the 1999 SPLOST Sales Tax.
* * * * * * *
(B) CISCO SWITCH ? BID NO. 03-0026
It is requested that Council authorize the purchase of CISCO Switch equipment
from Cablexpress Technologies in the amount of $74,005.00.
The Cisco Router Switch will be replacing the 6 Year old IBM Router Switch
currently managing the CCG Local Area Network (LAN). The network has grown over
the past 6 years and the new switch will give greater capacity for throughput
and provide the technology for future growth.
Ninety-eight bid invitations were mailed. Twenty-three bids were received on
October 30, 2002. This bid has been advertised, opened and reviewed. The
bidders were:
BIDDERS OPTION 1
REFURBISHED OPTION 2
NEW
Cablexpress Technologies
(Syracuse, NY)
74,005.00
NO BID
Microwarehouse * 1
(Norwalk, CT)
8,525.66
NO BID
Stealth Network Communications *
(Pleasanton, CA) 42,705.84 42,705.77
Dataline *
(Hanahan, SC)
60,131.85
NO BID
Phoenix Computer Assoc. *
(Fairfield, CT)
63,345.00
NO BID
Core Technologies *
(Norcross, GA)
63,731.00
NO BID
World Data Products * 2
(Minnetonka, MN)
65,450.00
5,795.00
Accu-Tech * 3
(Roswell, GA)
67,403.05
103,683.50
Sterling Computers *
(Lomita, CA)
71,787.00
NO BID
Comprador Corp. *
(Birmingham, MI)
72,015.00
NO BID
MCPC *
(Norcross, GA)
75,784.77
114,506.36
Creative Source Unlimited, Inc.
(College Park, GA)
77,369.68
10,152.43
Network Data Services *
(Evans, GA)
77,787.00
NO BID
ZT Group *
(Secaucus, NJ)
81,265.00
NO BID
3X Corporation *
(Worthington, OH)
84,262.22
NO BID
Key Services *
(Winston-Salem, NC)
89,600.00
NO BID
ARS Com OPS *
(Alexandria, VA)
99,397.75
NO BID
Lucille Maud Corporation *
(Huntsville, AL)
189,499.00
NO BID
E Deltacom * 4
(Suwanee, GA)
NO BID
86,858.00
Comp USA *
(Duluth, GA)
NO BID
89,260.00
Directec Corporation *
(Louisville, KY)
NO BID
93,978.00
BellSouth
(Atlanta, GA)
NO BID
98,143.12
DISYS
(Chantilly, VA)
NO BID
103,725.11
1 Microwarehouse did not bid on all required line-items.
2 World Data Products bid only on CISCO Smartnet Maintenance for new equipment.
3 Accu-Tech did not bid on all required line items for refurbished equipment
and did not bid on CISCO Smartnet Maintenance for new equipment.
4 E Deltacom did not bid all required line items.
* Incomplete. Bids were deemed incomplete because vendors failed to include
required warranty information or required acknowledgement of receipt of the
Addenda.
Funds are budgeted in FY03 Budget, Finance, Building Authority Series 2001?
Computer Equipment ? Technology Enhancements; 0553-200-2436-CBA-7751-40208010.
* * * * * * *
(C) DAY CARE CENTER SERVICES (ANNUAL CONTRACT) ? RFP NO. 02-0047
It is requested that Council approve the annual contract for Day Care Center
Services from the Growing Room and Childcare Network. The firms will provide
day care center services to City employees, with the employees deciding which
center they will utilize. Currently the City manages a workforce of
approximately 2300 employees in various occupations, ranging from Public Safety
to Administrative positions. The Human Resources Department has surveyed the
employees finding that approximately 200 employees have shown an interest in
having a Day Care with discounted fees for services.
The Day Care Centers must meet the following requirements and qualifications:
? Must be licensed by the State of Georgia and Columbus Consolidated Government
? Must provide an Activities Schedule including Summer Programs
? Must provide transportation to and from schools
? Must waive or reduce registration fees
? Must provide minimum staffing required under Chapter 290-2-2 of the Rules and
Regulations of the State of Georgia that govern Day Care Centers
? Must meet nutritional guidelines under Chapter 290-2-2 of the Rules and
Regulations of the State of Georgia that govern Day Care Centers
? Daily operations must meet any local standards for applicable and mandated
State of Georgia requirements for numbers of children and staffing. The hours
of operation for the site(s) must accommodate CCG employees from 7:00 am
until 6:00 pm.
? Must comply with all health/sanitation and safety requirements mandated under
Chapter 290-2-2 Rules and Regulations of the State of Georgia that govern Day
Care Centers
? Must accept payroll deductions from CCG so employees can participate in, and
receive the tax benefits in the childcare provisions of Section 125 of the
Federal Tax Code.
The term of this contract shall be for two years, with the option to renew for
three (3) additional twelve-month periods. 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 July 19, 2002 from the following two
offerors:
Growing Room (Columbus, GA)
Childcare Network (Columbus, GA)
The proposals were reviewed by the Evaluation Committee members, which
consisted of representatives from Public Services, Parks & Recreation, METRA
and Human Resources. During the evaluation process the Growing Room and
Childcare Network were deemed responsive to the RFP. The City?s Procurement
Ordinance Article 3-110, Competitive Sealed Proposals for the procurement of
Equipment, Supplies and Professional Services, governs the RFP Process. During
the process of an RFP there is no formal opening, due to the possibility of
negotiated components of the proposal. In the event Council does not approve
the recommended offeror(s), no proposal responses or any negotiated components
are made public until after the award of the contract. If Council does not
approve the recommended offeror, the RFP will be re-advertised and a new
process will begin.
No City funds will be expended. Each CCG employee that utilizes the services
will be required to pay through payroll deductions.
?ITEM A?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH CLIATT & NORRIS
APPRAISALS FOR APPRAISAL REVIEW SERVICES.
WHEREAS, an RFP was administered (RFP No. 03-0010) and one proposal was
received; and,
WHEREAS, the proposals submitted by Cliatt & Norris Appraisals met all proposal
requirements and was evaluated most responsive to the RFP; and,
WHEREAS, the term of this contract shall be for two years, with an option to
renew for three additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Cliatt & Norris Appraisals for Appraisal Review Services. Funds are budgeted
each fiscal year for this on-going expense; CDBG ? Community Reinvestment, Land
Acquisition, Appraisals 0210-130-3452-LACQ-6373; Land Disposition, Appraisals,
0210-130-3454-LDSP-6373. Other various projects will be funded through the
1999 SPLOST Sales Tax.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF CISCO SWITCH EQUIPMENT FROM
CABLEXPRESS TECHNOLOGIES IN THE AMOUNT OF $74,005.00.
WHEREAS, The Cisco Router Switch will be replacing the 6 Year old IBM
Router Switch currently managing the CCG Local Area Network (LAN). The network
has grown over the past 6 years and the new switch will give greater capacity
for throughput and provide the technology for future growth.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase CISCO Switch
equipment from Cablexpress Technologies in the amount of $74,005.00. Funds are
budgeted in FY03 Budget, Finance, Building Authority Series 2001? Computer
Equipment ? Technology Enhancements; 0553-200-2436-CBA-7751-40208010.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM C?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH CHILDCARE NETWORK AND
GROWING ROOM FOR DAY CARE CENTER SERVICES.
WHEREAS, an RFP was administered (RFP No. 02-0047) and two proposals were
received; and,
WHEREAS, the proposals submitted by Childcare Network and Growing Room met all
proposal requirements and were evaluated most responsive to the RFP; and,
WHEREAS, the term of this contract shall be for two years, with an option to
renew for three additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Childcare Network and Growing Room for Day Care Center Services. No City funds
will be expended. Each CCG employee that utilizes the services will be
required to pay through payroll deductions.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor