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.

Back to List