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



Back to List