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.