Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members

Attachments


Agenda Item #___5___





Columbus Consolidated Government

Council Meeting



March 8, 2005





Agenda Report #____34____



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) DEMOLITION SERVICES (ANNUAL CONTRACT) ? RFP NO. 05-0006



It is requested that Council approve the contract with Reaves Wrecking Company,

Inc., for Demolition Services. Contractor will provide all necessary

equipment, materials, transportation and labor for residential and commercial

demolition services for the Consolidated Government of Columbus, Georgia. This

agreement will include projects primarily from Inspections & Code, Community

Reinvestment and Right of Way Acquisition Division.



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

renew for three additional twelve-month periods. The contract renewal will be

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



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

advertised. One proposal was received, January 21, 2005 from the following

offeror.



Reaves Wrecking Company (Columbus, GA)



Proposal was reviewed by the Evaluation Committee members, which consisted of

representatives from Inspections & Code, Community Reinvestment and Right of

Way Acquisition Division. During the evaluation process, Reaves Wrecking

Company 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, the RFP will be re-advertised and a new process will

begin. Cost results have been submitted to the City Manager in a separate memo

for information purposes.



Funds are budgeted each fiscal year for this on-going expense, Real Estate ?

Demolition Services, 0101-130-2400-REAL-6381; Inspections & Code ? Demolition

Services, 0101-240-2200-INSP-6381; Community & Economic Development ?

Demolition Services, 0210-240-3450-RDEV-6381; Right of Way Acquisition ?

Various Projects from Paving Fund Supported CIP & 1999 SPLOST, 0508-660-3000 &

0540-695-2126.



* * * * * * *



(B) FORD CROWN VICTORIA PURSUIT VEHICLES AND ACCESSORIES ?

RFB NO. 05-0039





It is requested that Council authorize the purchase of thirty-eight (38)

pursuit vehicles and accessories from Carl Gregory in the amount of $808,833.75.



The pursuit vehicles are replacements for the Marshal, Sheriff and Police

Departments. The Sheriff?s Department will receive five (5) vehicles. The

Marshal?s Department will receive three (3) vehicles and the Police Department

will receive thirty (30) vehicles.



Sixty-seven bid invitations were mailed. Six bids were received on January 5,

2005. This bid has been advertised, opened and reviewed. Please see attached

bid tabulation:







Funds for thirty (30) vehicles and accessories for the Police Department, in

the amount of $641,483.06, are budgeted in FY05 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Police Vehicles;

0540-695-2123-TXPO-7721-50110-2005V and 2005E.



Funds for three (3) vehicles and accessories for the Marshal?s Department, in

the amount of $62,420.09, are budgeted in FY05 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Marshal Vehicles;

0540-695-2123-TXMS-7721-50140-2004V and 2005E.



Funds for five (5) vehicles and accessories for the Sheriff?s Department, in

the amount of $104,930.60, are budgeted in FY05 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Sheriff Vehicles;

0540-695-2123-TXSH-7721-50130-2005V and 2005E.



* * * * * * *



(C) MID-SIZE ADMINISTRATIVE SEDANS? RFB NO. 05-0052



It is requested that Council authorize the purchase of sixteen (16) mid-size

administrative sedans from Freeway Ford in the amount of $204,183.52.



The administrative sedans are replacement vehicles for the Sheriff and Police

Departments. The Sheriff?s Department will receive three (3) sedans, and the

Police Department will receive thirteen (13) sedans.



Fifty-two bid invitations were mailed. Six bids were received on February 23,

2005. This bid has been advertised, opened and reviewed. The bidders were:





(16 Units)

Vendors UNIT COST Total Cost

Freeway Ford (Columbus, GA) $ 12,761.47 $ 204,183.52

Allan Vigil Ford (Morrow, GA) $ 12,889.00 $ 206,224.00

Rivertown Ford (Columbus, GA) $ 13,000.00 $ 208,000.00

Bill Heard Chevrolet (Columbus, GA) $ 13,382.00 $ 214,112.00

Jay Auto Group (Columbus, GA) $ 16,218.98 $ 259,503.68

Nash Chevrolet (Lawrenceville, GA) $ 16,340.98 $ 261,455.68



Funds for thirteen (13) administrative sedans for the Police Department, in the

amount of $165,899.11, are budgeted in FY05 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Police Vehicles;

0540-695-2123-TXPO-7721-50110-2005V.



Funds for three (3) administrative sedans for the Sheriff?s Department, in the

amount of $38,284.41, are budgeted in FY05 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Sheriff Vehicles;

0540-695-2123-TXSH-7721-50130-2005V.



* * * * * *



(D) LOTUS NOTES ANNUAL LICENSE RENEWAL



It is requested that Council approve payment to IBM Corporation, in the amount

of $39,786.40, for the Lotus Notes annual license renewal.



The license renewal will cover Lotus Notes, Sametime, Domino, D.U.C.S. and

H.A.T.S. license and maintenance support for a twelve-month period, beginning

March 1, 2005 through February 28, 2006.



Lotus Notes is an IBM developed software. Therefore, the IBM Corporation is

considered an only known source for the license and maintenance support.



Funds are available in the FY05 Budget, Information Technology ? Software

Lease; 0101-210-1000-ISS-6541.



* * * * * *



(E) OPTIMA DIESEL TROLLEY BUS



It is requested that Council approve the purchase of one (1) Optima diesel

trolley bus from Optima Bus Corporation (Valley Center, KS) in the of

$250,000.00. The bus is a replacement that will be utilized by the METRA

Transit System.



To accommodate this purchase as expediently as possible, the City is

participating in an RFP administered by CamTran, (Cambria County Transit

Authority of Jonestown, PA). The City?s Procurement Ordinance, Article 9-101,

?Cooperative Purchasing Authorized,? allows for participation in this RFP.



The RFP administered by CamTran, Request for Proposal No. 00-0609, is an annual

contract for Optima diesel trolley buses. Proposals were received on June 22,

2000. Optima Bus Corporation was the successful vendor and entered into a

contract with CamTran for a 5-year period. The procurement process administered

by CamTran meets the procurement requirements of Columbus Consolidated

Government; and Optima Bus Corporation has agreed to provide one (1) Optima

diesel trolley bus to the City under the same contract.



Funds are budgeted in FY05 Budget, 1999 SPLOST ?99 SPLOST Buses ? Buses ? Clean

Air Buses; 0540-695-2137-TXBS-7724-50820030.



* * * * * * *



(F) ANNUAL MAINTENANCE AND SUPPORT AGREEMENT FOR THE OASIS SYSTEM



It is requested that Council approve payment to Cole-Layer-Trumble Company

(Atlanta, GA), in the amount of $51,263.00, for maintenance service and support

of the Oasis System, for an eleven-month period, February 2005 through December

2006. Payments will be made in monthly installments. This maintenance

provides Information Technology, the Tax Assessor's Office and the Tax

Commissioner's Office with software enhancements, documentation updates, Users

Group Support and Hotline Support for the OASIS property tax and appraisal

system. This maintenance has been budgeted and approved annually since the

OASIS software system was purchased in 1985.



Funds are budgeted in the FY05 Budget, Information Technology - Software Lease;

0101-210-1000-ISS-6541.



* * * * * * *



(G) CONTINUATION OF THE CORRECTIVE ACTION PLAN (CAP-B) FOR THE FUEL DEPOT



It is requested that Council approve an agreement with Geotechnical and

Environmental Consultants (GEC), in the amount of $29,663.00, to perform

geotechnical services related to the continuation of the corrective action Plan

(CAP-B) for the fuel tanks at the fleet shop.



On November 30, 2004 Council approved, per Resolution #511-04, Geotechnical

Environmental Consultants to perform the geotechnical services required for the

Correction Action Plan (Cap-B) Addendum, mandated by EPD for the fuel tanks at

the fleet shop. The City was required to acquire additional data about the

gasoline release and the subsurface media (soil/groundwater). This information

was used to evaluate the release in the subsurface, particularly with regards

to its impact to any downgradient receptors (wells, surface water bodies,

etc?). The vendor completed that portion of the plan and submitted the report

to the EPD and Georgia Department of Natural Resources. After reviewing the

report, EPD issued a letter dated, January 2, 2005, delineating the following

additional requirements:



1 Installation of six additional wells for extraction and delineation of the

free product plume.

2 Perform a vacuum extraction event and propose a remedial action plan as a

result of the event.

3 Estimate the predicated impact on the nearest receptor, Weracoba Creek.



Based on the proposed scope of work required GEC estimates the cost at

$29,663.00. This cost is based on an assumed maximum production of 2,500

gallons of contaminated groundwater during the vacuum extraction event. Should

an additional volume of groundwater be produced, its transport and disposal

will be invoiced as needed based on contingency costs submitted to the Public

Services Department. The City is required to respond to EPD by March 31,2005.



GEC was chosen to perform the addendum because they executed the original

corrective action plan while under annual contract with the city for

Geotechnical and Environmental Testing Services.



Funds are available in the FY05 budget; Sewer Fund Supported Capital

Projects-Contingency-Fleet Management-EPA; 0508-660-2000-CPSF-9801-20771.



* * * * * * *



(H) FURNITURE FOR MARSHAL?S OFFICE



It is requested that Council approve the purchase of furniture, for the

Marshal?s Office, from Kimball International, in care of The Overby Company, in

the amount of $10,004.80. The purchase will be made via Georgia State Wide

Contract #S-030748, for which The Overby Company is an authorized dealer for

Kimball International.



The furniture includes chairs, desks, hutch units etc?and will be used to

furnish the renovated offices of the Marshal.



Funds are available in the FY05 Budget: Municipal Court ? Marshal - Furniture;

0101-530-3000-MRSH-7731.



* * * * * * * *



(I) AUTOPULSE RESUSCITATION SYSTEM



It is requested that Council approve the purchase of an AutoPulse Resuscitation

System from Zoll Medical Corporation in the amount of $14,910.00. The

AutoPulse Resuscitation System will be used by the Department of Fire and EMS.

The equipment will be placed on one of the engine companies in the outlying

areas of Columbus. The City currently has eight AutoPulse systems. The eight

units were purchased in September 2004 with funds donated to the Columbus

Technical Foundation, which were ear marked for Columbus Fire and EMS.



The AutoPulse Resuscitation System is used to provide automatic chest

compressions in the event of cardiac arrest. The AutoPulse automatically pumps

the patient?s chest in order to circulate blood to the heart and brain. This

system is more reliable than manual CPR procedures. Additionally, The rescuer

is relieved of the arduous task of performing chest compressions and can focus

on ventilation and other necessary interventions.



The AutoPulse Resuscitation System consists of the portable AutoPulse Platform,

a single-patient-use LifeBand? chest band and a rechargeable battery pack with

a state-of-the-art recharger.



Zoll Manufacturing has recently acquired Revivant Corporation, the developer of

the AutoPulse System. Therefore, the vendor is considered an only known source

for this purchase.



Funds are available in the FY05 Budget: Department of Fire & EMS ?

Logistics/Support ? Capital Expenditures Over $5,000; 0101-410-3610-LOGI-7761.



* * * * * * *



(J) EMERGENCY REPAIR OF CEILING AT THE JAIL ADDITION



It is requested that Council approve payment for emergency ceiling repair

services at the Jail addition to be performed by Smith Raymond in the amount of

$38,580.00.



The emergency repair is required because inmates have displaced sprinkler heads

in the showers, causing plumbing leaks. The water has leaked into the

ceilings, and consequently deteriorated the gyp board ceilings in showers and

dorms. Six small showers, nine large showers and five dorms are showing

significant damage and need immediate repair.



Smith Raymond was the vendor who installed the ceilings in the Jail addition.

Therefore, the Engineering Department obtained pricing from the vendor to do

the work. Per the Procurement Ordinance, City Manager Hugley gave

authorization to proceed with the emergency repair.



Funding is available in the FY05 Budget: Columbus Building Authority Series

1999B ? Contingency ? Jail Expansion; 0550-200-2431-CBA-9801-40203-2000B.















?ITEM A?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE EXECUTION OF A ANNUAL CONTRACT WITH REAVES WRECKNG

COMPANY FOR DEMOLITION SERVICES ON AN "AS NEEDED BASIS".



WHEREAS, an RFP was administered (RFP No. 05-0006) and one proposal was

received; and,



WHEREAS, the proposal submitted by Reaves Wrecking Company met all proposal

requirements and is deemed responsive to the RFP; and,



WHEREAS, the initial term of the contract shall be for two years, with

the option to renew for three additional twelve-month periods. The 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 Reaves

Wrecking Company for demolition services on an ?as needed basis?. Funds are

budgeted each fiscal year for this on-going expense, Real Estate ? Demolition

Services, 0101-130-2400-REAL-6381; Inspections & Code ? Demolition Services,

0101-240-2200-INSP-6381; Community & Economic Development ? Demolition

Services, 0210-240-3450-RDEV-6381; Right of Way Acquisition ? Various Projects

from Paving Fund Supported CIP & 1999 SPLOST, 0508-660-3000 & 0540-695-2126.





Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM B?



A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE PURCHASE OF THIRTY-EIGHT (38) PURSUIT VEHICLES AND

ACCESSORIES FROM CARL GREGORY IN THE AMOUNT OF $808,833.75.



WHEREAS, the pursuit vehicles are replacements for the Marshal, Sheriff and

Police Departments. The Sheriff?s Department will receive five (5) vehicles.

The Marshal?s Department will receive three (3) vehicles and the Police

Department will receive thirty (30) vehicles.



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



That the City Manager, is hereby authorized to purchase thirty-eight

(38) pursuit vehicles and accessories from Carl Gregory in the amount of

$808,833.75. Funds for thirty (30) vehicles and accessories for the Police

Department, in the amount of $641,483.06, are budgeted in FY05 Budget, 1999

SPLOST ? Police/Fire/Vehicles/Equipment ? Automobiles ? Police Vehicles;

0540-695-2123-TXPO-7721-50110-2005V and 2005E. Funds for three (3) vehicles

and accessories for the Marshal?s Department, in the amount of $62,420.09, are

budgeted in FY05 Budget, 1999 SPLOST ?Police/Fire/Vehicles/Equipment ?

Automobiles ? Marshal Vehicles; 0540-695-2123-TXMS-7721-50140-2004V and 2005E.

Funds for five (5) vehicles and accessories for the Sheriff?s Department, in

the amount of $104,930.60, are budgeted in FY05 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Sheriff Vehicles;

0540-695-2123-TXSH-7721-50130-2005V and 2005E.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor





?ITEM C?



A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE PURCHASE OF SIXTEEN (16) MID-SIZE ADMINISTRATIVE

SEDANS FROM FREEWAY FORD IN THE AMOUNT OF $204,183.52.



WHEREAS, the administrative sedans are replacement vehicles for the Sheriff and

Police Departments. The Sheriff?s Department will receive three (3) sedans and

the Police Department will receive thirteen (13) sedans.



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



That the City Manager is hereby authorized to purchase sixteen (16)

mid-size administrative sedans from Freeway Ford in the amount of $204,183.52.

Funds for thirteen (13) administrative sedans for the Police Department, in the

amount of $165,899.11, are budgeted in FY05 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Police Vehicles;

0540-695-2123-TXPO-7721-50110-2005V. Funds for three (3) administrative sedans

for the Sheriff?s Department, in the amount of $38,284.41, are budgeted in FY05

Budget, 1999 SPLOST ?Police/Fire/Vehicles/Equipment ? Automobiles ? Sheriff

Vehicles; 0540-695-2123-TXSH-7721-50130-2005V.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM D?



A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE PAYMENT TO IBM CORPORATION, IN THE AMOUNT OF

$39,786.40, FOR THE LOTUS NOTES ANNUAL LICENSE RENEWAL.



WHEREAS, the license renewal will cover Lotus Notes, Sametime, Domino, D.U.C.S.

and H.A.T.S. license and maintenance support for a twelve-month period,

beginning March 1, 2005 through February 28, 2006; and,



WHEREAS, Lotus Notes products are an IBM software. Therefore, the IBM

Corporation is considered an only known source for the license and maintenance

support.



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



That the City Manager, is hereby authorized to make payment to IBM

Corporation, in the amount of $39,786.40, for the Lotus Notes annual license

renewal. Funds are available in the FY05 Budget, Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2005 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM E?



A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) OPTIMA DIESEL TROLLEY BUS FROM

OPTIMA BUS CORPORATION (VALLEY CENTER, KS) IN THE OF $250,000.00. THE BUS IS A

REPLACEMENT THAT WILL BE UTILIZED BY THE METRA TRANSIT SYSTEM.



WHEREAS, to accommodate this purchase as expediently as possible, the

City is participating in an RFP administered by CamTran (Cambria County Transit

Authority of Jonestown, PA). The City?s Procurement Ordinance, Article 9-101,

?Cooperative Purchasing Authorized,? allows for participation in this RFP; and,



WHEREAS, the RFP administered by CamTran, Request for Proposal No. 00-0609, is

an annual contract for Optima diesel trolley buses. Proposals were received on

June 22, 2000. Optima Bus Corporation was the successful vendor and entered

into a contract with CamTran for a 5-year period. The procurement process

administered by CamTran meets the procurement requirements of Columbus

Consolidated Government; and Optima Bus Corporation has agreed to provide one

(1) Optima diesel trolley bus to the City under the same contract.



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



That the City Manager is hereby authorized to purchase one (1) Optima diesel

trolley bus from Optima Bus Corporation (Valley Center, KS) in the of

$250,000.00. Funds are budgeted in FY05 Budget, 1999 SPLOST ?99 SPLOST Buses ?

Buses ? Clean Air Buses; 0540-695-2137-TXBS-7724-50820030.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM F?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING PAYMENT TO COLE-LAYER-TRUMBLE COMPANY, IN THE AMOUNT

OF $51,263.00, FOR MAINTENANCE SERVICE AND SUPPORT OF THE OASIS SYSTEM, FOR AN

ELEVEN MONTH PERIOD, FEBRUARY 2005 THROUGH DECEMBER 2006. PAYMENTS WILL BE

MADE IN MONTHLY INSTALLMENTS.



WHEREAS, this maintenance provides Information Technology, the Tax Assessor's

Office and the Tax Commissioner's Office with software enhancements,

documentation updates, Users Group Support and Hotline Support for the OASIS

property tax and appraisal system; and,



WHEREAS, this maintenance has been budgeted and approved annually since the

OASIS software system was purchased in 1985.



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



That the City Manager is hereby authorized to render payment to

Cole-Layer-Trumble Company (Atlanta, GA) for maintenance service and support of

the Oasis System, for an eleven month period, February 2005 through December

2006, in the amount of $51,263.00. The payments will be made in monthly

installments. Funds are budgeted in the FY05 Budget, Information Technology -

Software Lease; 0101-210-1000-ISS-6541.



_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2005 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM G?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING AN AGREEMENT WITH GEOTECHNICAL AND

ENVIRONMENTAL CONSULTANTS (GEC), IN THE AMOUNT OF $29,663.00, TO PERFORM

GEOTECHNICAL SERVICES RELATED TO THE CONTINUATION OF THE CORRECTIVE ACTION PLAN

(CAP-B) FOR THE FUEL TANKS AT THE FLEET SHOP. THIS COST IS BASED ON AN ASSUMED

MAXIMUM PRODUCTION OF 2,500 GALLONS OF CONTAMINATED GROUNDWATER DURING THE

VACUUM EXTRACTION EVENT. SHOULD AN ADDITIONAL VOLUME OF GROUNDWATER BE

PRODUCED, ITS TRANSPORT AND DISPOSAL WILL BE INVOICED, AS NEEDED, BASED ON

CONTINGENCY COSTS SUBMITTED TO THE PUBLIC SERVICES DEPARTMENT.



WHEREAS, on November 30, 2004 Council approved, per Resolution #511-04,

Geotechnical Environmental Consultants to perform the geotechnical services

required for the Correction Action Plan (Cap-B) Addendum, mandated by EPD for

the fuel tanks at the fleet shop. The City was required to acquire additional

data about the gasoline release and the subsurface media (soil/groundwater).

This information was used to evaluate the release in the subsurface,

particularly with regards to its impact to any downgradient receptors (wells,

surface water bodies, etc?). The vendor completed that portion of the plan

and submitted the report to the EPD and Georgia Department of Natural

Resources; and,



WHEREAS, after reviewing the report, EPD issued a letter dated, January

28, 2005, delineating additional corrective actions to be taken.



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

FOLLOWS:



That the City Manager is hereby authorized to enter into an agreement

with Geotechnical and Environmental Consultants (GEC), in the amount of

$29,663.00, to perform geotechnical services related to the continuation of the

corrective action Plan (CAP-B) for the fuel tanks at the fleet shop. Should an

additional volume of groundwater be produced, its transport and disposal will

be invoiced, as needed, based on contingency costs submitted to the Public

Services Department. Funds are available in the FY05 budget; Sewer Fund

Supported Capital Projects-Contingency-Fleet Management-EPA;

0508-660-2000-CPSF-9801-20771.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2005 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM H?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE PURCHASE OF FURNITURE, FOR THE MARSHAL?S OFFICE,

FROM KIMBALL INTERNATIONAL, IN CARE OF THE OVERBY COMPANY, IN THE AMOUNT OF

$10,004.80.



WHEREAS, the purchase will be made via Georgia State Wide Contract #S-030748,

for which The Overby Company is an authorized dealer for Kimball International;

and,



WHEREAS, the furniture includes desks, chairs and hutch units, etc?and will be

used to furnish the renovated offices of the Marshal.



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



That the City Manager is hereby authorized to purchase furniture, for the

Marshal?s Office, from Kimball International, in care of The Overby Company, in

the amount of $10,004.80. Funds are budgeted in FY05 Budget: Municipal Court

? Marshal - Furniture; 0101-530-3000-MRSH-7731.

______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

___________ day of ________________________, 2005 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM I?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE PURCHASE OF AN AUTOPULSE RESUSCITATION

SYSTEM FROM ZOLL MEDICAL CORPORATION IN THE AMOUNT OF $14,910.00.



WHEREAS, the AutoPulse Resuscitation System will be used by the Department of

Fire and EMS. The equipment will be placed on one of the engine companies in

the outlying areas of Columbus. The City currently has eight AutoPulse

systems. The eight units were purchased in September 2004 with funds donated

to the Columbus Technical Foundation, which were ear marked for Columbus Fire

and EMS; and,



WHEREAS, the AutoPulse Resuscitation System is used to provide automatic chest

compressions in the event of cardiac arrest. The AutoPulse automatically pumps

the patient?s chest in order to circulate blood to the heart and brain. This

system is more reliable than manual CPR procedures. Additionally, the rescuer

is relieved of the arduous task of performing chest compressions and can focus

on ventilation and other necessary interventions.



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



That the City Manager is hereby authorized to purchase an AutoPulse

Resuscitation System from Zoll Medical Corporation in the amount of

$14,910.00. Funds are available in the FY05 Budget: Department of Fire & EMS ?

Logistics/Support ? Capital Expenditures Over $5,000; 0101-410-3610-LOGI-7761.

______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the ___________ day of ________________________, 2005 and adopted at said

meeting by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM J ?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING PAYMENT FOR EMERGENCY CEILING REPAIR SERVICES AT THE

JAIL ADDITION TO BE PERFORMED BY SMITH RAYMOND IN THE AMOUNT OF $38,580.00.



WHEREAS, The emergency repair is required because inmates have

displaced sprinkler heads in the showers, causing plumbing leaks. The water

has leaked into the ceilings, and consequently deteriorated the gyp board

ceilings in showers and dorms. Six small showers, nine large showers and five

dorms are showing significant damage and need immediate repair; and,



WHEREAS, Smith Raymond was the vendor who installed the ceilings in the Jail

addition. Therefore, the Engineering Department obtained pricing from the

vendor to do the work. Per the Procurement Ordinance, City Manager Hugley gave

authorization to proceed with the emergency repair.



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



That the City Manager is hereby authorized to make payment for emergency

ceiling repair services at the Jail addition to be performed by Smith Raymond

in the amount of $38,580.00. Funding is available in the FY05 Budget: Columbus

Building Authority Series 1999B ? Contingency ? Jail Expansion;

0550-200-2431-CBA-9801-40203-2000B.

______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the ____________ day of _____________________, 2005 and adopted at said

meeting by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor





DATE: March 8, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





March 9, 2005

1. Crime Prevention Promotional Items ? PQ No. 05-0005

Scope of PQ

Provide various promotional items to be used by the Columbus Police

Department.



2. Municipal Street Sweeper **Re-Bid** ? RFB No. 05-0053

Scope of Bid

Provide one (1) regenerative air municipal street sweeper to be used by the

Street Improvements Division of the Public Services Department.



March 16, 2005

1. Rehabilitation of the Ma Rainey Home ? RFB No. 05-0054

Scope of Bid

Provide rehabilitation of the Ma Rainey Home, which is a historic building.

All work shall be performed in accordance with the Secretary of Interior?s

Standards for Rehabilitation. The work includes, but is not limited to,

construction of a new parking area; selective demolition of all existing

electrical wiring, electrical panels, plumbing and gas piping, foundation

repair; rehabilitation to the building?s exterior; installation of new

electrical, plumbing and mechanical systems; installation of new insulation;

rehabilitation, repair and/or replacement of all interior wall and ceiling

finishes; rehabilitation and repair of all interior and exterior doors and

windows; minor structural work on stairway; rehabilitation and repair, or

replacement of wood flooring; new architectural woodwork and cabinetry; a

fire/alarm security system.



2. Top Dresser (Re-Bid) ? RFB No. 05-0056

Scope of Bid

Provide one (1) turf top dresser to be used by the Park Services Division.



3. Playground Mulch (Annual Contract) ? RFB No. 05-0057

Scope of Bid

Provide playground mulch to the Columbus Parks and Recreation Services

on an ?as needed? basis. The contract period will be for three years with the

option to renew for two additional twelve-month periods.



March 18, 2005

1. Development Plan for a 120-Room Hotel ? RFP No. 05-0017

Scope of RFP

Columbus Consolidated Government is soliciting proposals for a Development Plan

for the financing, construction and operation of a 120 room Hotel. There are

two proposed sites for the Hotel, both are located adjacent to the Columbus

Convention and Trade Center located at 801 Front Avenue. The selected firm

will provide the strategy for the development of the Hotel. The proposal

should also provide strategy for consideration, which provides opportunities

for expanding the Hotel in the future. Examples of the development strategies

are financing, construction and operation of the facility.



2. Engineering Services Related to the Construction of Pine Grove MSW

Landfill Phase 3 ? Cells 3A, 3B, 3C, 3D, 3E and 3F ? RFP No. 05-0016

Scope of RFP

Columbus Consolidated Government is requesting proposals to provide

Construction Documents, Construction Administration, and Construction Quality

Assurance (CQA) Services during the construction of Phase 3, Cells 3A, 3B, 3C,

3D, 3E, and 3F of the Pine Grove Municipal Solid Waste Landfill (MSW).

Services should include relevant engineering and design, surveying,

construction administration, construction inspection, materials sampling and

testing, preparation of analytical reports, and all other reporting necessary

to satisfy regulatory provisions for CQA documentation.



March 25, 2005

1. Geotechnical-Environmental Testing Services (Annual Contract) ? RFP

No. 05-0015

Scope of RFP

Provide Columbus Consolidated Government, Engineering Department with

geotechnical environmental testing services for soil and construction material

testing for the development or design of various construction projects on an

?as needed basis?. Contract term shall be for three years, with the option to

renew for two additional twelve-month periods. Contract renewal will be

contingent upon the mutual agreement of the City and the Contractor (s).



2. Grinding & Disposal of Yard Waste Material (Annual Contract) ? RFP

No. 05-0014

Scope of RFP

Provide proposals to operate a program to Grinding and Dispose of Yard Waste

Material for the Columbus Consolidated Government, Public Services Department.

Contract term shall be for three years, with the option to renew for two

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

mutual agreement of the City and the Contractor.
Back to List