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



June 27, 2002





Agenda Report #___________



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) TRACK LOADER WITH CAB ? BID NO. 02-0122



It is requested that Council authorize the purchase of a track loader with cab

from Metrac, Inc., in the amount of $183,380.32. The Street Improvement

Division will use this replacement equipment at job sites throughout the City.



Thirty bid invitations were mailed; two bids were received on May 31, 2002.

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



Metrac, Inc. (Columbus, GA) $183,380.32

Yancey Brothers Co. (Columbus, GA) 193,728.00



Funds are budgeted in the FY02 Budget, Public Services Paving Fund ? Streets/

Heavy Trucks; 0203-260-2100-STRT-7723.



* * * * * *





(B) FIRST-CLASS MAIL PRE-SORT SERVICES (ANNUAL CONTRACT) ? RFP NO. 02-0027



It is requested that Council approve the annual contract for first-class mail

pre-sort services from Columbus Presort. The firm will provide first-class

mail pre-sort services on a daily basis and as needed for specific seasonal or

emergency mailings, as well as bulk mail pre-sort when applicable. The

services provided by the contractor will include all the necessary equipment

and labor. The City averages approximately 50,000 first-class letters a month.



On a daily basis, the contractor shall provide the following services:



1. Pick-up mail at least twice (2 times) daily. The first pick-up at

approximately 11:45 a.m.; second and any additional pick-ups will be scheduled

at the discretion of the mailroom personnel and the contractor to ensure

delivery to the Post Office the same day.

2. Pre-sort and deliver mail to the Post Office on the date it is metered by

the City.

3. Meter mail that is pre-sortable, but may have been missed in the meter

process in the City?s mailroom;

4. Pay postage on residuals (items thought to be pre-sortable but are not).

Contractor will receive reimbursement.



The term of this contract shall be for three years, 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.



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

advertised. One proposal was received, April 5, 2002 from the following

offeror.



Columbus Presort (Columbus, GA)



The proposal was reviewed by the Evaluation Committee members, which consisted

of representatives from the City Manager?s Department. During the evaluation

process, Columbus Presort 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, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offeror, negotiations will begin

with the next responsive offeror. The cost proposal has been submitted to the

City Manager in a separate memo for information purposes.



Funds will be budgeted each fiscal year for this ongoing expense. Various

Accounts ? Postage 6625.



* * * * * *



(C) WORKERS? COMPENSATION CLAIMS MANAGEMENT (ANNUAL CONTRACT) ? RFP

NO. 02-0034



It is requested that Council approve the annual contract for workers?

compensation claims management from Association County Commissioners of Georgia

(ACCG).



The firm will provide Workers? Compensation Claims Management Services for the

City?s workforce of approximately 2300 employees in various occupations,

ranging from Public Safety to Administrative positions. The contractor shall

provide the following services:



1. Claims Administrative Services ? To include claims processing and payment;

medical case management; customer (claimant) services, to include an initial

contact with claimants within 24 hours of notifications of injury or illness;

state board filing/interface; litigation; and other services deemed normal and

appropriate.

2. Risk Management Information Systems ? To include detailed periodic loss

reports and access to detailed claims information.

3. Banking and Checking Services ? All claims payments are to be made by the

claims management services, with monthly billing to Columbus Consolidated

Government.

4. Loss Control and Safety Services ? To include comprehensive services such

as, on site inspections, training seminars, informational literature and

training videos.

5. Subsequent Injury Trust Fund ? To include assessment payment and required

reporting. Recoveries within specified deductible are to be returned to the

Columbus Consolidated Government, if a self-funded option is elected.

6. Workers? Compensation Board Assessment ? To include assessment payment and

required reporting.

7. Actuarial Reporting ? To include at least annual reporting of ultimate

liability projections, if a self-funded option is elected.



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 sixty-three vendors and the RFP has been

advertised. Proposals were received, April 12, 2002 from the following six

offerors.



Association County Commissioners of Georgia (Atlanta, GA)

Georgia Municipal Association (Atlanta, GA)

Insurance Network Services, Inc. (Columbia, SC)

Hewitt, Coleman & Associates, Inc. (Greenville, SC)

Companion Third Party Administrators (Columbia, SC)

Olde South Consulting Services (Lawrenceville, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the Finance Department, Fire & EMS

Department, Public Services and Human Resources. During the evaluation

process, Association County Commissioners of Georgia (ACCG) was deemed most

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,

no proposal responses or any negotiated components are made public until after

the award of the contract. If Council does not approve the recommended

offeror, negotiations will begin with the next responsive offeror. Evaluation

results and cost has been submitted to the City Manager in a separate memo for

information purposes.



Funds will be budgeted each fiscal year for this ongoing expense. Human

Resources, Workers Compensation, 0860-220-3820-WCOM-6230.



* * * * * *



(D) 800 MHZ RADIO COMMUNICATIONS SYSTEM ? ANNUAL TRANSMISSION MAINTENANCE

CONTRACT



It is requested that Council approve payment to Motorola, Inc., in the amount

of $87,699.18 for maintenance of the City?s 800 MHz Radio Communication System.



The purchase of the 800 MHz Radio Communication System in 1992 included an

Annual Transmission System Maintenance contract with Motorola, Inc., as part of

RFP 149-91. This contract maintains highly technical transmission system

components located at the Prime site at WXTX-TV tower site, the River Road

tower site, the Government Center and 911 Center.



In June 1998, through Resolution No. 343-98, Council approved a five (5) year

pricing schedule for this annual maintenance contract with Motorola to control

price increases over a five (5) year period beginning with the FY99 Budget

year. The contract provides for additions/deletions of equipment maintained by

the contract with a renewal each year through Council approval.



The FY2003 maintenance contract provides for the pricing schedule previously

adopted which deleted two sub-systems: (1) T-bar switch and (2) Microwave radio

equipment. Both of these components were deleted from Motorola?s contract

because the existing model of equipment is no longer manufactured. Therefore,

monies will be retained in the radio equipment maintenance accounts as a

contingency for any failures. The Annual Maintenance Contract term begins July

1, 2002 through June 30, 2003.



The only alternative would be to completely cancel the annual maintenance

contract and request maintenance and repair on an ?as needed basis?. The

disadvantage of this type of annual maintenance is the possibility of having a

catastrophic failure, which takes the whole radio system off the air and the

inability to obtain repairs for days or weeks. Our existing contract provides

for seven (7) days per week, 24 hours per day service, and includes the entire

technical resources of the Motorola Company.



The annual cost of this contract is $90,124.80 for which we receive a 2.691%

discount for making a single annual payment up front reducing the annual

contract cost to $87,699.18. The annual cost is also prorated to agencies

outside the City government, which equates to a reimbursement to the City of

$19,099.66 by these agencies. We have $2,675,439.36 invested in the

transmission system with annual maintenance being about 3%.



Funds are budgeted in FY03 Budget, Engineering, Radio Communications ? Service

Contracts, 0101-250-3110-RADI-6513.





(E) FOURTEEN TO SIXTEEN YARD DUMP TRUCK ? BID NO. 02-0125



It is requested that Council authorize the purchase of a cab and chassis from

Volvo & GMC Trucks of Atlanta in the amount of $142,256.00, and a dump body

from Park-Built Body & Truck Company in the amount of $18,276.00. The Street

Maintenance Division will utilize this replacement vehicle.



One hundred-forty bid invitations were mailed; seven bids were received on May

31, 2002. This bid has been advertised, opened and reviewed. The bidders were:



Vendors Option 1

Dump Truck

Cab & Chassis Option 2

Dump Truck Body Option 3

Cab & Chassis w/

Dump Truck Body

Volvo & GMC Trucks of Atlanta (Atlanta, GA) $213,384.00 No Bid $244,884.00

Park-Built Body & Truck Co.

(Sylvester, GA) No Bid $27,414.00 No Bid

Bill Heard Chevrolet

(Columbus, GA) *210,437.00 No Bid No Bid

Trans Power, Inc.

(Albany, GA) 232,194.00 No Bid 259,734.00

Tri State Peterbilt

(Albany, GA) 249,450.00 No Bid No Bid

Transport Equipment Co.

(Albany, GA) No Bid 27,540.00 No Bid

Fontaine Truck Equipment

(Forest Park, GA) No Bid 41,349.00 No Bid



*The Fleet Manager has determined the cab and chassis proposed by Bill Heard

Chevrolet does not meet the specifications requirements for the wheelbase,

engine, axle and fuel tank. Therefore the vendor?s bid is deemed incomplete.

The Purchasing Division has notified the vendor, in writing, of the evaluation

results.



Funds are budgeted in the FY02 Budget, Paving Fund, Street Improvements ? Heavy

Trucks; 0203-260-2100-STRT-7723 and the Bond and Lease Purchase Pools ? Off

Road Equipment; 0542-200-5000-GMA-7725.



* * * * * *



(F) GROUNDS MAINTENANCE ? (ANNUAL CONTRACT) ? RFP NO. 02-0043



It is requested that Council approve the annual contract for grounds

maintenance from A Cut Above Landscape and Outdoor Solutions. Both firms will

provide grounds maintenance services to include weekly, monthly and yearly

maintenance routines, including fertilizing, weekly mowing, edging, weed

control, irrigation, pruning, mulching, disease and insect control, etc. The

ground maintenance services provided by the contractors will include all the

necessary equipment and labor. The City manages thirty-seven (37) Gateway

grounds maintenance areas in Muscogee County. These areas enhance the

appearance of major road arteries, high visibility areas and improve the

quality of life for its citizens.



The term of this contract shall be twelve months beginning July 1, 2002 through

June 30, 2003, with the option to renew for four (4) 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 one hundred and twenty-six vendors and the

RFP has been advertised. Four proposals were received, June 4, 2002, from the

following offerors.



A Cut Above Landscape (Fortson, GA)

Outdoor Solutions (Ellerslie, GA)

Bowman?s Landscaping (Fortson, GA)

TruGreen LandCare (Roswell, GA)



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

representatives from Public Services and Engineering. The City?s Procurement

Ordinance, Article 3-110, Competitive Sealed Proposals for the procurement of

Equipment, Supplies and Professional Services, governs the RFP Process. During

the process of an RFP there is no formal opening, due to the possibility of

negotiated components of the proposal. In the event Council does not approve

the recommended offeror, no proposal responses or any negotiated components are

made public until after the award of the contract. If Council does not approve

the recommended offeror, negotiations will begin with the next responsive

offeror. The evaluation results and cost proposals have been submitted to the

City Manager in a separate memo for information purposes.



Funds will be budgeted each fiscal year for this ongoing expense, Public

Services-Landscape and Forestry ? Contractual Services; 0203-260-2800-LAND-6319.



* * * * * *



(G) MANAGEMENT DEVELOPMENT PROGRAM FY02 TRAINING EXPENSES



It is requested that Council approve the payment to the University of Georgia?s

Carl Vinson Institute of Government in the amount of $22,212.60 for the

provision of a continuing Management Development Program. This payment

represents the remaining training expenses for FY02



This program, formerly known as Georgia?s ?Certified Public Manager Program?,

provides customized training, facilitation, and consulting services to local

governments and their boards and authorities. The course work is designed for

the development of city and county management personnel and consists of the

following three levels of training over an 18 month timeframe: Level I ?

Interpersonal Skills (7 days); Level II ? Group Leadership Skills (7 days);

and, Level III ? Project Implementation Skills (14 days). Employees approved

for the training take the various levels throughout the fiscal year, with each

cohort progressing through a year and a half of training.



Funds are budgeted in the FY02 Budget, Special Projects-Other Purchased

Services; 0101-140-1000-SPRJ-6699.



* * * * * *



(H) COMMERCIAL PROPERTY & CRIME INSURANCE (ANNUAL CONTRACT) - RFP NO.

02-0038



It is requested that Council approve the contract with Palmer and Cay for the

provision of commercial property insurance coverage and approve the contract

with The Hight Agency for the provision of crime insurance coverage.



Insurance services are needed to provide commercial property and crime

insurance for Columbus Consolidated Government. Property insurance covers real

and personal property, park lighting, catastrophic vehicle damage, boiler and

machinery. Crime insurance covers employee dishonesty, disappearance and

destruction inside and outside the premises. The commercial property has been

insured with Allianz Insurance Company, carrier for Palmer and Cay, for a

period of five (5) years. The crime insurance has been provided by Great

American Insurance Companies, carrier for The Hight Agency, for the last four

(4) years. The City has only had one property claim over the last seven years.



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

renew for three additional twelve-month periods. Contract renewal is

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



Request for proposals were mailed to one hundred and sixty-one vendors and the

RFP has been advertised. Proposals were received, June 4, 2002, from the

following three offerors.



*The Hight Agency (Loganville, GA)

**Palmer & Cay (Columbus, GA)

***GMA (Atlanta, GA)



*The Hight Agency submitted a proposal only on the Crime Insurance portion of

the RFP

**Palmer & Cay submitted a proposal only on the Property Insurance portion of

the RFP.

**Proposal was deemed incomplete at the RFP opening; vendor did not acknowledge

Addendum Number 1, which included additional specification.



The Evaluation Committee members, which consisted of representatives from the

following departments, reviewed the proposals: Finance, Public Services, City

Manager, and Human Resources. The City Attorney attended the meeting as

advisory to the Evaluation Committee.

During the evaluation process Palmer &Cay and The Hight Agency were deemed

responsive to the RFP. The RFP process is governed by the City?s Procurement

Ordinance Article 3-110, Competitive Sealed Proposals. During the process of

an RFP there is no formal opening, due to the possibility of negotiated

components of the proposal. In the event Council does not approve the

recommended offeror, no proposal responses or any negotiated components are

made public until after the award of the contract. If Council does not approve

the recommended offeror, negotiations will begin again with the responsive

offeror. Cost has been submitted to the City Manager in a separate memo for

information purposes.



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

Department, Risk Management - Property & Casualty Insurance;

0860-200-3830-RISK-6611.





?ITEM A?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE PURCHASE OF A TRACK LOADER WITH CAB FROM METRAC,

INC., IN THE AMOUNT OF $183,380.32.



WHEREAS, The Street Improvement Division will use this replacement equipment at

job sites throughout the City.





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



That the City Manager is hereby authorized to purchase a track loader

with cab from Metrac, Inc., in the amount of $183,380.32. Funds are budgeted

in the FY02 Budget, Bond and Lease Purchase Pools ? Off Road Equipment;

0542-200-5000-GMA-7725.



________________________________________





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 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 EXECUTION OF A CONTRACT FOR FIRST-CLASS MAIL

PRE-SORT SERVICES WITH COLUMBUS PRESORT.



WHEREAS, an RFP was administered (RFP No. 02-0027) and one proposal was

received; and,



WHEREAS, the proposal submitted by Columbus Presort, met all proposal

requirements and is deemed responsive to the RFP.



WHEREAS, the term of the contract shall be for three years, 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.



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



That the City Manager is hereby authorized to execute a contract with

Columbus Presort for First-Class Mail Presort Services. Funds will be budgeted

each fiscal year for this on going expense, Various Accounts ? Postage 6625.



_________________________________________



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 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 FOR WORKERS? COMPENSATION

CLAIMS MANAGEMENT WITH ASSOCIATION COUNTY COMMISSIONERS OF GEORGIA (ACCG).



WHEREAS, an RFP was administered (RFP No. 02-0034) and six proposals were

received; and,



WHEREAS, the proposal submitted by Association County Commissioners of Georgia

(ACCG), met all proposal requirements and is deemed most responsive to the RFP;

and,



WHEREAS, the term of the 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.



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



That the City Manager is hereby authorized to execute a contract with

Association County Commissioners of Georgia (ACCG) for Workers? Compensation

Claims Management. Funds will be budgeted each fiscal year for this on going

expense. Human Resources, Workers Compensation, 0860-220-3820-WCOM-6230.



_________________________________________



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 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 D?

RESOLUTION



NO. _________



A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA COMMUNICATIONS AND ELECTRONICS,

INC., IN THE AMOUNT OF $87,699.18 FOR THE FY03 ANNUAL TRANSMISSION SYSTEM

MAINTENANCE CONTRACT FOR THE CITY?S 800 MHZ RADIO COMMUNICATION SYSTEM.



WHEREAS, through the award of RFP #149-91, the City established an Annual

Transmission System Maintenance contract with Motorola Communications and

Electronics, Inc. having renewed said contract each year; and,



WHEREAS, Resolution #343-98 established a five (5) year pricing schedule for

said annual contract beginning in FY99; and,



WHEREAS, the FY-2003 maintenance contract provides for the pricing schedule

previously adopted and includes the deletion of two subsystems: (1) T-bar

switch and (2) Microwave radio equipment. Both of these components were

deleted from Motorola?s contract because the existing model of equipment is no

longer manufactured. Again this year, monies will be retained in our radio

equipment maintenance accounts as a contingency for any failures. The Annual

Maintenance Contract runs from July 1, 2002 to June 30, 2003.



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



That the City Manager is hereby authorized to render payment to Motorola

Communications and Electronics, Inc., in the amount of $87,699.18 for the FY03

Annual Transmission System Maintenance Contract for the City?s 800 MHZ Radio

Communication System. Funds are budgeted in the FY03 Budget, Engineering,

Radio Communications ? Service Contracts, 0101-250-3110-RADI-6513.

_________________________________________



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 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 E?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE PURCHASE OF A CAB AND CHASSIS FROM VOLVO & GMC

TRUCKS OF ATLANTA IN THE AMOUNT OF $213,384.00, AND A DUMP BODY FROM PARK-BUILT

BODY & TRUCK COMPANY IN THE AMOUNT OF $27,414.00.



WHEREAS, The Street Maintenance Division will utilize this replacement vehicle.





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



That the City Manager is hereby authorized to purchase a cab and

chassis from Volvo & GMC Trucks of Atlanta in the amount of $213,384.00, and a

dump body from Park-Built Body & Truck Company in the amount of $27,414.00.

Funds are budgeted in FY02 Budget, Paving Fund, Street Improvements ? Heavy

Trucks; 0203-260-2100-STRT-7723.



________________________________________



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 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 F?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR GROUNDS MAINTENANCE

SERVICES WITH A CUT ABOVE LANDSCAPE AND OUTDOOR SOLUTIONS.



WHEREAS, an RFP was administered (RFP No. 02-0043) and four proposals were

received; and,



WHEREAS, the proposals submitted by A Cut Above Landscape and Outdoor Solutions

met all proposal requirements and is deemed responsive to the RFP.



WHEREAS, the term of the contract shall be for one year, beginning July 1, 2002

through June 30, 2003, with the option to renew for four (4) 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 A

Cut Above Landscape and Outdoor Solutions for Grounds Maintenance Services.

Funds will be budgeted each fiscal year for this on-going expense, Public

Services-Landscape and Forestry ? Contractual Services; 0203-260-2800-LAND-6319.



_________________________________________



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 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 G?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO THE UNIVERSITY OF GEORGIA?S CARL VINSON

INSTITUTE OF GOVERNMENT, FOR THE PROVISION OF A CONTINUING MANAGEMENT

DEVELOPMENT PROGRAM, IN THE AMOUNT OF $22,212.60.



WHEREAS, this payment represents the remaining training expenses for FY02; and,



WHEREAS, The training program provides customized training, facilitation, and

consulting services to local governments and their boards and authorities. The

course work is designed for the development of city and county managers,

department heads, managers, supervisors, and employees of local city and county

governments, and their boards and authorities; and,



WHEREAS, The program consists of the following three levels of training: Level

I - Interpersonal Skills (7 days); Level II Group Leadership Skills (6 days)

and Level III - Project Management (12 days). Throughout the fiscal year

designated employees will be taking various levels of the management courses.



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



That the City Manager is hereby authorized to pay the University of Georgia?s

Carl Vinson Institute of Government in the amount of $22,212.60, for the

provision of a continuing Management Development Program. Funds are budgeted

in the FY02 Budget, Special Projects-Other Purchased Services;

0101-140-1000-SPRJ-6699.

_________________________________________



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 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 H?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH PALMER AND CAY FOR

THE PROVISION OF COMMERCIAL PROPERTY INSURANCE COVERAGE AND, THE HIGHT AGENCY

FOR THE PROVISION OF CRIME INSURANCE COVERAGE.



WHEREAS, an RFP was administered (RFP No. 02-0038) and three proposals were

received; and,



WHEREAS, the proposals submitted by Palmer and Cay and The Hight Agency met all

proposal requirements and were evaluated responsive to the RFP; and,



WHEREAS, the term of contract shall be for two years, with the option to renew for three

additional twelve-month periods. Contract renewal is 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 Palmer

and Cay for the provision of commercial property insurance coverage, and The

Hight Agency for the provision of crime insurance coverage. Funds are budgeted

each fiscal year for this ongoing service. Finance Department, Risk Management

- Property & Casualty Insurance; 0860-200-3830-RISK-6611.

_________________________________________



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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner voting __________.

Councilor Woodson voting __________.



___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor





DATE: June 27, 2002



TO: Mayor and Councilors



FROM: Kay Love, Director of Finance



SUBJECT: Advertised Bids





June 28, 2002

1. Safety Inspections of Taxicabs (Annual Contract) ? RFP No. 02-0042

Scope of RFP

Provide professional safety inspections of taxicabs. The contract

shall be for two years with the option to renew for three additional

twelve-month periods. Contract renewal will be contingent upon the mutual

agreement of the City and the Contractor.



July 12, 2002

1. 18-Hole Golf Course Renovation (Phase III & IV) ? RFP No. 02-0045

Scope of RFP

Provide construction services for the renovation of 18 holes at Bull Creek Golf

Course. The work will be completed in two phases, 9 holes per phase: Phase II

for Holes 1-3 West & 13-18 West and Phase IV for Holes 4-12 West. The scope of

work includes, but is not limited to, clearing, erosion control, lake

development, storm drainage, fine grading and plant bed prep, greens

construction, bunkers construction, irrigation, grassing, etc.



July 19, 2002

1. Branding & Marketing Services (Re-Bid) ? RFP No. 02-0044

Scope of RFP

Columbus Consolidated Government invites proposal submission from firms

interested in providing branding and related marketing strategies.

Back to List