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
April 2, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) SITE IMPROVEMENTS AT 1801 & 1807 FIRST AVENUE (RE-BID) ? BID NO. 02-0082
It is requested that Council authorize the execution of a construction contract
with Mid-GA Contracting in the amount of $11,500.00. Approximately two years
ago, CDBG coordinated the demolition of a warehouse at Eighteenth Street and
First Avenue. The demolition activities created an exposed foundation for a
neighboring business, Elevator Service Company, located at 1807 First Avenue,
which is adjacent to the demolished property. Mid-GA Contracting will
construct a compacted soil retaining structure at 1801 First Avenue to
stabilize the south wall foundation of the Elevator Service Company building.
Fifty-nine bid invitations were mailed; five bids were received on February 27,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Mid-GA Contracting (Talbotton, GA) $11,500.00
Weber Construction (Buena Vista, GA) 13,886.00
David Elliot & Associates, Inc. (Phenix City, AL) 14,259.59
Cline Construction Co. (Columbus, GA) 14,500.00
Horace Senior Construction (Columbus, GA) 18,000.00
Funds are budgeted in FY02 Budget, Community Development Block Grant Fund ?
Neighborhood Redevelopment, Contingency; 0210-240-3450-RDEV-9801.
* * * * * *
(B) POOL CHEMICALS - (ANNUAL CONTRACT) - BID NO. 02-0090
It is requested that Council approve the purchase of pool chemicals on an ?as
needed basis? from Industrial Chemicals, Inc., for the estimated annual
contract value of $40,480.00. The pool chemicals will be utilized by the Parks
and Recreation Department for water treatment in the City?s swimming pools.
The contract term shall be for one year, with the option to renew for two
additional twelve-month periods, contingent upon the mutual agreement of the
City and the Contractor.
Seventeen bids were mailed; four bids were received on March 6, 2002. This bid
has been advertised, opened and evaluated. The bidders were:
VENDOR/ITEM
EST. USAGE
UNIT COST
TOTAL COST
Industrial Chemicals, Inc.
(Birmingham, Al)
Sodium Hypochlorite Liquid Chlorine (Bleach) 12% - 15%
HTH Granular Chlorine 65% Chlorine
40,000 Gals
80 Barrels (100 lbs)
$0.84/Gal
$86.00/Barrel
$33,600.00
$6,880.00
$40,480.00
Bi-State Paper
(Midland, GA)
Sodium Hypochlorite Liquid Chlorine (Bleach) 12% - 15%
HTH Granular Chlorine 65% Chlorine
40,000 Gals
80 Barrels (100 lbs)
$1.60/Gal
$95.00/Barrel
$64,000.00
$7,600.00
$71,600.00
Southland Chemical & Supply, Inc.
(Columbus, GA)
Sodium Hypochlorite Liquid Chlorine (Bleach) 12% - 15%
HTH Granular Chlorine 65% Chlorine
40,000 Gals
80 Barrels (100 lbs.)
No bid
$89.94/Barrel
No bid
$7,195.20
The bid submitted by Leslie?s Swimming Pool Supplies was deemed incomplete due
to their failure to include the required material safety data sheets.
Funds are budgeted each fiscal year for this on going expense; Parks and
Recreation, Aquatics ?Operating Materials; 0101-270-4413-AQUT-6728.
* * * * * *
(C) DICTAPHONE RECORDING EQUIPMENT MAINTENANCE AGREEMENT
It is requested that Council approve the payment for the annual maintenance
agreement for the 911 Center?s Recording System from Dictaphone in the amount
of $27,824.40. The Police Department operates a Dictaphone multi-channel
digital recording system to record all telephone and radio traffic that passes
through the 911 Center. This recording equipment is critical for record
keeping and quality assurance in the 911 Center and provides the official
record of the activity in the Center. The City has maintained a full coverage
maintenance agreement on this equipment due to its importance and as an expense
control measure when making the necessary repairs and adjustments to this
equipment. This maintenance agreement provides complete coverage of any
problems that might arise as the equipment is used.
This maintenance agreement will insure that the City receives complete and cost
effective support of this equipment and allows control of operating costs
associated with the Digital Recording System.
On March 27, 1990, per Resolution 155-90, the original 40-channel recorder was
awarded to Dictaphone Corporation in the amount of $44,411.00. Therefore,
Dictaphone is considered an only known source for the maintenance per the
Procurement Ordinance Section 3-114.
Funds are budgeted in the FY02 Budget, Emergency Telephone Fund ? Police ?
E911-Service Contracts; 0209-400-3220-E911-6513.
* * * * * *
(D) F350 CAB AND CHASSIS
It is requested that Council approve the purchase of a F350 Cab and Chassis via
Georgia SWC-S 00627, from Southlake Ford (Morrow, GA) in the amount
$26,036.00. The vehicle is a replacement for the Right-A-Way Maintenance
Division. A flatbed with 500-gallon herbicide tank, currently mounted on an
existing cab chassis, will be transferred to the new cab and chassis.
Funds are budgeted in the FY02 Budget, Paving Fund ? Public Services ?
Right-A-Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.
* * * * *
(E) SURPLUS FIRE TRUCKS
It is requested that Council approve the declaration of two fire trucks (engine
#18 and Engine #19) as surplus in accordance with Section 7-501 of the Charter
of Columbus Consolidated Government. While both trucks are still functional,
they have become too costly to try to maintain based on their ages
(manufactured in 1969 and 1982). Parts, if found, are very expensive and many
must be fabricated. These trucks are no longer practical for use in Columbus.
One truck will be donated to the Cataula Volunteer Fire Department and one to
the Oakland Fire Department.
* * * * * * *
(F) WATERSHED FERTILIZATION (ANNUAL CONTRACT) - BID NO. 99-0090
It is requested that Council approve the purchase of watershed fertilization
services from Burt Fertilizer for the estimated annual contract value of
$6,607.96. This contract includes the fertilization of approximately 78.77
acres of watershed lakes to provide erosion control. The watershed lakes are
as follows: Bull Creek - Psalmond Rd.; Cooper Creek-Gentian Blvd.;
Smith-Schomburg Rd.; Charter Oaks-Papaya Dr.; Weems-Stinson St.; Pierce
Chapel-Creekwood Ct.; DeBrabant-Macon Rd.; Anthony-Rockhurst; MCCI-Schatulga
Rd.; Airport-Airport Thruway; and Heath-Heath Park.
The contract period is for three (3) years, with the option to renew for two
(2) additional twelve-month periods. The renewal option is contingent upon the
mutual agreement of the City and the Contractor.
Eighty-seven bid invitations were mailed; three bids were received on March 13,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Burt Fertilizer (Midland, GA) $6,607.96
Southern Property Maintenance, Inc. (Chamblee, GA) 27,378.13
Outdoor Solutions (Midland, GA) 50,590.94
Funds are budgeted each fiscal year for this ongoing expense, Public Services,
Sewer Maintenance ? Operating Materials; 0202-260-3210-SWRM-6728.
* * * * * *
(G) INSPECTION SERVICES FOR REHABILITATIVE HOUSING (ANNUAL CONTRACT) ? RFP NO.
02-0023
It is requested that Council approve the procurement of inspection services for
rehabilitative housing from Property Inspections Group. Property Inspections
Group will provide professional inspection services for rehabilitative housing
including single and multi-family structures and commercial rehabilitation.
Primarily, the Department of Community and Economic Development will utilize
these services, however, other City departments may utilize such services as
required. The City will require these services on an ?as needed basis?. The
inspector shall provide all necessary labor, supervision and materials required
to perform thorough inspections of structures, which may be potential
candidates for rehabilitation; inspection services shall include the following:
v Thoroughly inspect each structure, at the request of the City, to determine
if the structure is a viable candidate for rehabilitation.
v Prepare inspection report, which fully details the Inspector?s recommendation
to rehabilitate structure or not to rehabilitate structure.
v Prepare work write up and specifications for rehabilitation.
v Develop a scope and cost estimates for rehabilitation process.
v Monitor progress of contractor (s) during the rehabilitation process.
v Oversight of all residential programs new/rehabilitative projects.
v Inspection of rental units assisted under the City?s HOME program.
The term of this contract shall be for three years with an option to renew for
two additional twelve-month periods. Contract renewal will be contingent upon
the mutual agreement of the City and the Contractor.
Request for proposals were mailed to thirty-nine vendors and the RFP has been
advertised. One proposal was received, March 1, 2002 from the following
offeror.
Property Inspections Group (Buena Vista, GA)
Proposals were reviewed by the Evaluation Committee members which consisted of
representatives from the Department of Community & Economic Development.
During the evaluation process Property Inspections Group was deemed responsible
and 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. Evaluation results and
proposed costs have been submitted to the City Manager in a separate memo for
information purposes.
Funds are budgeted each fiscal year for this on-going service, Community
Development, HOME, Contractual Services; 0213-240-4411-HOME-6319.
* * * * * *
(H) FIXED AND PORTABLE COMPRESSED BREATHING AIR CASCADE SYSTEMS ? RFP NO.
02-0013
It is requested that Council authorize the purchase of fixed and portable
compressed breathing air cascade systems from Harless Fire Equipment. The
contractor will provide fixed and portable cascade systems capable of rapidly
filling air tanks for the Self-Contained Breathing Apparatus (SCBA), Supplied
Air Breathing Apparatus and Self Contained Underwater Breathing Apparatus
(SCUBA) currently in use by Columbus Fire & EMS. The fixed system will serve as
a replacement for the system currently in place.
Requests for proposals were mailed to fifty-seven vendors and this RFP has been
advertised. Proposals were received on November 16, 2001, from three proposers:
Harless Fire Equipment (Bessemer, AL)
Breathing Air Systems (Reynoldsburg, OH)
*NAFECO, Inc. (Decatur, AL)
*During the opening of the proposals it was discovered that the response
received from NAFECO, Inc., did not include the required warranty and reference
information. Therefore the proposal was deemed incomplete and did not receive
further consideration.
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Columbus Fire and Emergency Medical Services, Information
Technology and Public Services.
The RFP process is governed by the City?s Procurement Ordinance, Contracting
for Equipment, Supplies or Professional Services per Article 3-110. During the
RFP process there is no formal opening due to the possibility of negotiated
components of the proposal. In the event City Council does not approve the
recommended offeror, no proposal responses or any negotiated components are
made public until after the award of the contract. Evaluation results and
proposed costs have been submitted to the City Manager, in a separate memo, for
informational purposes.
Funds are budgeted in FY02 Budget, Fire and EMS, Logistics/Support ? Capital
Expenditures over $5000; 0101-410-3610-LOGI-7761, and 1999 SPLOST, EMS ?
Capital Expenditures over $5000; 0540-695-2123-TXES-7761-5012002E.
* * * * * *
(I) SOUVENIR VENDING SERVICES AT THE SOUTH COMMONS SOFTBALL COMPLEX ? RFP NO.
02-0029
It is requested that Council authorize the execution of a contract for souvenir
vending services with Columbus Trophy and Screen Printing. The vendor will
provide various souvenir items (i.e. T-shirts, Caps etc?) for participants of
various sporting events that will be held at the South Commons Softball
Complex. The events include the Southerness (April 19-21, 2002), Legacy (May
3-5, 2002), Southeastern (May 17-19), Riverwalk Classic (June 7-9, 2002), and
the ASA 14 & under Girls Fastpitch National Championship (July 29-August 4,
2002). The vendor will provide all labor and supplies and the City will
receive a portion of the profits.
Requests for proposals were mailed to ninety-two vendors and this RFP has been
advertised. Proposals were received on March 15, 2002, from two proposers:
Columbus Trophy and Screen Printing (Columbus, GA)
J.U.S.T. Sportswear (Columbus, GA)
*During the opening of the proposals it was discovered that the response
received from J.U.S.T. Sportswear did not include the required transmittal
letter and samples of souvenirs and artwork. Therefore the proposal was deemed
incomplete and did not receive further consideration.
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Columbus Parks and Recreation.
The RFP process is governed by the City?s Procurement Ordinance, Contracting
for Equipment, Supplies or Professional Services per Article 3-110. During the
RFP process there is no formal opening due to the possibility of negotiated
components of the proposal. In the event City Council does not approve the
recommended offeror, no proposal responses or any negotiated components are
made public until after the award of the contract. Evaluation results and
profit sharing proposals have been submitted to the City Manager, in a separate
memo, for informational purposes.
The City?s portion of the proceeds will be deposited in the General Fund
Revenue account, Athletic Program Fees; 0101-099-1999-REVN-4678.
* * * * * * *
(J) LIGHTING SERVICES
It is requested that Council authorize payment to Georgia Power Company for
lighting services in the amount of $32,200.00 for the installation of 23
decorative cast aluminum poles around the perimeter of the River Center,
$15,343.75 for parking lot lighting at the North Side Recreation Center, and
$17,402.50 for parking lot lighting at the Benning Park Recreation Center.
Georgia Power Company will maintain the lights and the City will make monthly
utility payments.
Funds are budgeted in FY02 Budgets as follows: $32,200 is budgeted in General
Fund Supported Capital Projects-Site Improvements-Performing Arts Street
Lights; 0508-660-1000-CPGF-7623-22176010; $15,343.75 is budgeted in 1993 SPLOST
Park Projects ?Development New-Site Improvements-Williams Road Park,
0541-690-2110-PDNW-7623-70055001; and $17,402.50 is budgeted in 1993 SPLOST
Park Projects-Recreation Center New ? Site Improvements-South Columbus
Recreation Center, 0541-690-2110-RCNW-7623-70052000.
* * * * * *
(K) EMPLOYEE/RETIREE BENEFITS CONSULTANT ? RFP NO. 02-0014
It is requested that Council authorize the execution of a contract with William
M. Mercer, Inc., for consulting services. The firm will provide consulting
services regarding the management of City employee and retiree benefits
programs. The scope of services includes: standard benefits consulting
regarding plan design, funding (including retiree medical benefit pre-funding),
request for proposal (RFP) preparation, pricing/negotiations, administration
and communications issues.
The specific objective is to design a benefits package using available
resources that will allow the City to strategically reposition all of its
benefits plans to improve business results and to provide more choices for the
General Government and Public Safety Employees, the court systems, and
departments of elected or appointed officials, several enterprise funds and
quasi-independent authorities.
Because of the extensiveness of the project, a phased approach to
implementation will be utilized. Phase I will consist of creating a benefits
package blueprint for Columbus Consolidated Government employees and benefits
participants. Phase II will be negotiated after Phase I has been analyzed.
Requests for proposals were mailed to eighty vendors and this RFP has been
advertised. A mandatory pre-proposal teleconference was held on November 14,
2001; nine firms participated in the teleconference. Proposals were received
on December 5, 2001 from seven firms:
William M. Mercer, Inc. (Atlanta, GA)
Aon Consulting (Atlanta, GA)
Arthur Andersen, LLP (Atlanta, GA)
Buck Consultants (Atlanta, GA)
Milliman USA (Atlanta, GA)
PricewaterhouseCoopers (Atlanta, GA)
The Segal Company (Atlanta, GA)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Finance Department, Human Resources, Trade Center,
Muscogee Manor and the CCG Retirees Association.
The RFP process is governed by the City?s Procurement Ordinance, Contracting
for Equipment, Supplies or Professional Services per Article 3-110. During the
RFP process there is no formal opening due to the possibility of negotiated
components of the proposal. In the event City Council does not approve the
recommended offeror, no proposal responses or any negotiated components are
made public until after the award of the contract. Evaluation results and
proposed costs have been submitted to the City Manager, in a separate memo, for
informational purposes.
Funds for Phase I of the project are budgeted in FY02 Budget, Employee
Benefits, Consulting Services; 0101-220-2100-BENE-6315. Phase II will be
budgeted in FY03 (pending Council approval of the FY03 Budget); Employee
Benefits, Consulting Services; 0101-220-2100-BENE-6315.
* * * * * *
(L) FACILITY/PROGRAM/EQUIPMENT MANAGEMENT SOFTWARE ? RFP NO. 02-0025
It is requested that Council authorize the purchase of a custom software
application from 3X Corporation Atlanta. The software application will enable
the Parks and Recreation Department to manage many of the department?s program
functions, to include automated processing of functions for registration,
access control, activities, equipment, teams and maintenance.
The application will scan an individual?s access card to manage access to park
facilities, provide registration of various activities, provide tracking of
equipment that is checked out, and define and record information about various
teams.
Requests for proposals were mailed to eighty-nine vendors and this RFP has been
advertised. Proposals were received on March 11, 2002 from two vendors:
3X Corporation Atlanta (Atlanta, GA)
Entre Solutions (Savannah, GA)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Parks and Recreation and Information Technology.
The RFP process is governed by the City?s Procurement Ordinance, Contracting
for Equipment, Supplies or Professional Services per Article 3-110. During the
RFP process there is no formal opening due to the possibility of negotiated
components of the proposal. In the event City Council does not approve the
recommended offeror, no proposal responses or any negotiated components are
made public until after the award of the contract. Evaluation results and
proposed costs have been submitted to the City Manager, in a separate memo, for
informational purposes.
Funds are budgeted in FY02 Budget, Special Projects ? Capital Projects Fund,
Capital Expenditures over $5000, Computer Applications/Training;
0508-660-1000-CPGF-7761-22174010.
?ITEM A?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
MID-GA CONTRACTING IN THE AMOUNT OF $11,500.00.
WHEREAS, Mid-GA Contracting will construct a compacted soil retaining
structure at 1801 First Avenue to stabilize the south wall foundation of the
Elevator Service Company building.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a construction contract
with Mid-GA Contracting in the amount of $11,500.00. Funds are budgeted in
FY02 Budget, Community Development Block Grant Fund ? Neighborhood
Redevelopment, Contingency; 0210-240-3450-RDEV-9801.
_________________________________________
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 Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF POOL CHEMICALS ON AN ?AS NEEDED BASIS?
FROM INDUSTRIAL CHEMICALS, INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF
$40,480,00.
WHEREAS, these chemicals will be utilized by the Parks and Recreation
Department for water treatment in the City?s Swimming pools; and,
WHEREAS, the term of contract shall be for one year, with the option to renew
for two additional twelve month periods, 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 purchase pool chemicals on an as
needed basis (annual contract) from Industrial Chemicals, Inc., for the
estimated annual contract value of $40,480.00. Funds are budgeted each fiscal
year for this on going expense; Parks and Recreation, Aquatics, Operating
Materials; 0101-270-4413-AQUT-6728.
______________________________
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 Poydasheff 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 PAYMENT FOR THE ANNUAL MAINTENANCE AGREEMENT FOR
THE DIGITAL RECORDING SYSTEM IN THE 911 CENTER FROM THE DICTAPHONE CORPORATION
IN THE AMOUNT OF $27,824.40
WHEREAS, The Police Department operates a Dictaphone multi-channel digital
recording system to record all telephone and radio traffic that passes through
the 911 Center; and,
WHEREAS, This recording equipment is critical for record keeping and
quality assurance in the 911 Center and provides the official record of the
activity in the Center; and,
WHEREAS, This maintenance agreement will insure that the City receives
complete and cost effective support of this equipment and allows control of
operating costs associated with the Digital Recording System; and,
WHEREAS, On March 27, 1990, per Resolution 155-90, the original
40-channel recorder was awarded to Dictaphone Corporation in the amount of
$44,411.00. Therefore, Dictaphone is considered an only known source for the
maintenance per the Procurement Ordinance Section 3-114.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City manager is hereby authorized to make payment for the annual
maintenance agreement for the 911 Center?s Digital Recording System to the
Dictaphone Corporation in the amount of $27,824.40. Funds are budgeted in the
FY02 Budget, Emergency Telephone Fund ? Police ? E911-Service Contract;
0209-400-3220-E911-6513.
_________________________________________
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 Poydasheff 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?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF A F350 CAB AND CHASSIS VIA
GEORGIA SWC S-000627, FROM SOUTHLAKE FORD IN THE AMOUNT OF $26,036.00
WHEREAS, The vehicle is a replacement for the Right-A-Way Maintenance
Division. A flatbed with 500-gallon herbicide tank, currently mounted on an
existing cab chassis, will be transferred to the new cab and chassis.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a F350 Cab and
Chassis via Georgia SWC S-000627, from Southlake Ford in the amount of
$26,036.00. Funds are budgeted in the FY02 Budget, Paving Fund ? Public
Services ? Right-A-Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-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 Poydasheff 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 DECLARATION OF TWO FIRE TRUCKS (ENGINE #18
AND ENGINE #19) AS SURPLUS EQUIPMENT IN ACCORDANCE WITH SECTION 7-501 OF THE
CHARTER OF COLUMBUS CONSOLIDATED GOVERNMENT.
WHEREAS, while both trucks are still functional, they have become too
costly to try to maintain based on their ages (manufactured in 1969 and 1982).
Parts, if found, are very expensive or must be fabricated, and,
WHEREAS, these trucks are no longer practical for use in Columbus. One
truck will be donated to the Cataula Volunteer Fire Department and one to the
Oakland Fire Department.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to declare two fire trucks
(Engine #18 and Engine #19) as surplus in accordance with Section 7-501 of the
City Charter.
_________________________________________
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 Poydasheff 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 PURCHASE OF WATERSHED FERTILIZATION SERVICES FROM
BURT FERTILIZER FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $6,607.96.
WHEREAS, this contract includes the fertilization of approximately 78.77 acres
of watershed lakes to provide erosion control; and,
WHEREAS, the watershed lakes are Bull Creek-Psalmond Road; Cooper Creek-Gentian
Blvd; Smith-Schomburg Rd.; Charter Oaks-Papaya Dr; Weems-Stinson St.; Pierce
Chapel-Creekwood Court; DeBrabant-Macon Rd.; Anthony-Rockhurst; MCCI-Schatulga
Rd.; Airport-Airport Thruway and Heath-Heath Park.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to procure watershed fertilization
services from Burt Fertilizer for the estimated annual contract value of
$6,607.96. This contract period is for three years, with the option to renew
for two additional twelve-month periods. The renewal option is contingent upon
the mutual agreement of the City and the Contractor. Funds are budgeted each
fiscal year for this ongoing expense, Public Services; Sewer Maintenance ?
Operating Materials; 0202-260-3210-SWRM-6728.
______________________________
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 Poydasheff 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 THE EXECUTION OF A CONTRACT WITH PROPERTY INSPECTIONS
GROUP TO PROVIDE INSPECTION SERVICES FOR REHABILITATIVE HOUSING ON AN ?AS
NEEDED BASIS?.
WHEREAS, an RFP was administered (RFP No. 02-0023) and one proposal was
received; and,
WHEREAS, the proposal submitted by Property Inspections Group met all proposal
requirements and was evaluated responsive to the RFP; and,
WHEREAS, the initial 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 Property
Inspections Group to provide inspection services for rehabilitative housing for
Community & Economic Development. Funds are budgeted each fiscal year for
this ongoing expense. Community Development, HOME ? Contractual Services;
0213-240-4411-HOME-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 Poydasheff 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 PURCHASE OF ONE (1) FIXED AND ONE (1) PORTABLE
COMPRESSED BREATHING AIR CASCADE SYSTEM FROM HARLESS FIRE EQUIPMENT.
WHEREAS, an RFP was administered (RFP No. 02-0013) and three proposals were
received; and,
WHEREAS, the proposal submitted by Harless Fire Equipment met all proposal
requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) fixed and one
(1) portable compressed breathing air cascade system from Harless Fire
Equipment. Funds are budgeted in FY02 Budget, Fire and EMS, Logistics/Support
? Capital Expenditures Over $5000; 0101-410-3610-LOGI-7761, and 1999 SPLOST,
EMS - Communication Equipment; 0540-695-2123-TXES-7733-5012001E.
_________________________________________
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 Poydasheff 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 I?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR VENDING SERVICES WITH
COLUMBUS TROPHY AND SCREEN PRINTING.
WHEREAS, an RFP was administered (RFP No. 02-0029) and two proposals were
received; and,
WHEREAS, the proposal submitted by Columbus Trophy and Screen Printing met all
proposal requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract for vending
services with Columbus Trophy and Screen Printing. The City?s portion of the
proceeds will be deposited in the Government Wide Revenue account, Athletic
Program Fees; 0101-099-1999-REVN-4678.
_________________________________________
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 Poydasheff 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 J?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING PAYMENT TO GEORGIA POWER COMPANY FOR LIGHTING
SERVICES IN THE AMOUNT $32,200.00 FOR THE INSTALLATION OF 23 DECORATIVE CAST
ALUMINUM POLES AROUND THE PERIMETER OF THE RIVER CENTER, $15,343.75 FOR PARKING
LOT LIGHTING AT THE NORTH SIDE RECREATION CENTER, AND $17,402.50 FOR PARKING
LOT LIGHTING AT THE BENNING PARK RECREATION CENTER.
WHEREAS, Georgia Power Company will maintain the lights and the City
will make monthly utility payments.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to pay Georgia Power Company for
lighting services. Funds are budgeted in the FY02 budget as follows: $32,200
budgeted in General Fund Supported Capital Projects-Site
Improvements-Performing Arts Street Lights; 0508-660-1000-CPGF-7623-22176010;
$15,343.75 is budgeted in 1993 SPLOST Park Projects ?Development New-Site
Improvements-Williams Road Park, 0541-690-2110-PDNW-7623-70055001; and
$17,402.50 is budgeted in 1993 SPLOST Park Projects-Recreation Center New ?
Site Improvements-South Columbus Recreation Center,
0541-690-2110-RCNW-7623-70052000.
_________________________________________
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 Poydasheff 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 K?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH WILLIAM M. MERCER,
INC., TO PROVIDE CONSULTING SERVICES FOR THE CITY?S EMPLOYEE/RETIREE BENEFITS
PROGRAMS.
WHEREAS, an RFP was administered (RFP No. 02-0014) and seven proposals were
received; and,
WHEREAS, the proposal submitted by William M. Mercer, Inc., met all proposal
requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with William
M. Mercer, Inc., for consulting services. Funds for Phase I of the project are
budgeted in FY02, Employee Benefits, Consulting Services;
0101-220-2100-BENE-6315. Phase II will be budgeted in FY03, Employee Benefits,
Consulting Services; 0101-220-2100-BENE-6315 (pending Council?s adoption of the
FY03 budget).
_________________________________________
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 Poydasheff 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 L?
A RESOLUTION
NO.______
IT IS REQUESTED THAT COUNCIL AUTHORIZE THE PURCHASE OF A CUSTOM SOFTWARE
APPLICATION FROM 3X CORPORATION ATLANTA.
WHEREAS, an RFP was administered (RFP No. 02-0025) and two proposals were
received; and,
WHEREAS, the proposal submitted by 3X Corporation Atlanta met all proposal
requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a custom software
application from 3X Corporation Atlanta. Funds are budgeted in FY02 Budget,
Special Projects ? Capital Projects Fund, Capital Expenditures over $5000,
Computer Applications/Training; 0508-660-1000-CPGF-7761-22174010.
_________________________________________
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 Poydasheff 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
DATE: April 2, 2002
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
April 3, 2002
1. Branding and Marketing Services ? RFP No. 02-0030
Scope of RFP
Columbus Consolidated Government invites proposal submissions from
pre-qualified firms interested in providing marketing and branding services.
As stated in the Request for Qualifications the City?s goal is to define: who
visits Columbus, how do locals and visitors define Columbus geographically, why
do people come, how often, what are the positive and negative perceptions.
2. 30-Ft Minimum Aerial Personnel Lift ? Bid No. 02-0094
Scope of Bid
Provide a 30-ft minimum aerial personnel lift for the Public Services
Department. The replacement aerial lift will be mounted on a traffic service
truck.
3. Industrial Wheel Backhoe Loader ? Bid No. 02-0105
Scope of Bid
Provide an industrial wheel backhoe loader for Public Services. The
replacement vehicle will be used at street improvement job sites throughout the
City by the Street Repair and Maintenance Division.
4. Truck Cab and Chassis with 16-foot Bed/Lift Tailgate ? Bid No. 02-0098
Scope of Bid
Provide a truck cab and chassis with 16-foot bed/lift tailgate for Traffic
Engineering Division. The replacement vehicle will be used to transport road
traffic work materials, tools, equipment, paint signs, etc., to and from job
sites.
April 5, 2002
1. Fiber Optic Services for an 800 MHz Radio Communication System ? RFP No.
02-0017
Scope of RFP
Provide fiber optics links between radio transmission sites within the City?s
800 MHz Trunked Simulcast Radio Communication System. The City's Radio System
uses two microwave paths/links to transmit voice and mobile data between
transmission sites. This RFP is part of a project to convert the existing
microwave paths to fiber optics links.
2. Workers? Compensation Claims Management Services (Annual Contract) ? RFP No.
02-0034
Scope of RFP
Provide Columbus Consolidated Government with workers? compensation claims
management services. The initial term of the contract shall be for two (2)
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.
April 10, 2002
1. Storage Buildings/Concession Building at Various City Parks ? Bid No. 02-0096
Scope of Bid
Construct a concession building at Midland School athletic field, construct a
storage building at the Woodruff Farm Soccer Complex, and construct a second
storage building at an Owner determined location.
2. Traffic Sign Materials ? (Annual Contract) ? Bid No. 02-0103
Scope of Bid
Provide traffic sign materials to the Traffic Engineering Division on an ?as
needed basis?. The contract period will be for one (1) year with the option to
renew for three (3) additional twelve-month periods.
3. Internet Monitoring Software ? Bid No. 02-0110
Scope of Bid
Provide SurfControl SuperScout Web Filter and 1-year maintenance to the
Information Technology Department.
4. Wheel Loader ? Bid No. 02-0104
Scope of Bid
Provide a wheel loader for the Park Services Division. The replacement vehicle
will be used in city parks throughout Columbus.
April 12, 2002
1. Vehicle & Equipment Maintenance Parts Facility (Annual Contract) ? RFP No.
02-0026
Scope of RFP
Provide a turnkey on-site vehicle and equipment maintenance parts facility for
Public Services Fleet Management Division. The initial term of the contract
shall be for three years with the option to renew for two (2) consecutive
years. Contract renewal will be contingent upon the mutual agreement of the
City and the Contractor.
April 17, 2002
1. Additions and Renovations to the Columbus, Georgia Convention and Trade
Center ? Bid No. 02-0085
Scope of Bid
The project consists of major new additions to the existing complex
comprising approximately of 115,000 square feet, and the renovation of the
existing facility of approximately 180,000 square feet. The project will be
constructed in two phases consisting primarily of new construction to the west
of existing facility followed by additions and renovations to the existing
building. Bids will be accepted only from pre-qualified bidders.
2. Columbus Streetscapes Phase 2 ? Bid No. 02-0083
Scope of Bid
The work includes demolition of all existing asphalt street paving, granite
curbing and concrete sidewalks within the length of one city block. The
reconstruction of this area will consist of new pavement, granite curbing,
concrete sidewalks with brick pavers, brick crosswalks, an underground
irrigation system, and appropriate landscaping.
3. Cherokee Avenue Roadway Rehabilitation ? Bid No. 02-0100
Scope of Bid
The work consists of the reconstruction of a portion of a deteriorated city
street. The work includes the demolition of existing asphalt street paving and
base material, undercutting a significant portion of the subgrade and
reconstructing the area with geo-grid material, stone base material, and
asphalt surface material.
4. 35-Ft Low Floor Clean Diesel Transit Buses ? Bid No. 02-0078
Scope of Bid
Provide four 35-ft low floor clean diesel transit buses for METRA
Transportation. The units will be replacements for fixed route revenue buses
that are beyond their useful life.
5. 26-Ft Low Floor Clean Diesel Mini-Buses ? Bid No. 02-0087
Scope of Bid
Provide two 26-ft low floor clean diesel transit buses for METRA
Transportation. The units will replace two mini-buses that are beyond their
useful life.
6. 30-Ft Low Floor Clean Diesel Transit Bus ? Bid No. 02-0088
Scope of Bid
Provide one 30-ft low floor clean diesel transit bus for METRA Transportation.
The unit is a replacement for one that is beyond its useful life.
April 19, 2002
1. Archival Indexing and Transmitting Project for Court Records ? RFP No.
02-0032
Scope of RFP
Scan and index court documents from approximately 180,000 court cases
(1985-Date) for the Clerk of Superior Court. Case files are currently stored in
an off-site storage location and vendor will be responsible for sorting through
each case file in order to find documents. Viewing of the records is available
upon request. Full access will be granted to the successful vendor. All scanned
images are to be in a TIFF format. The images are then to be indexed detailing
Case Number, Date, Parties, Disposition, and define whether the case was
Criminal or Civil.
2. Real Estate Appraisal Services (Annual Contract) ? RFP No. 02-0036
Scope of RFP
Provide professional real estate appraisal services in various projects within
the City of Columbus involving land acquisition and disposition on an ?as
needed basis?. The contract term shall be for three years, with an option to
renew for two additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.