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 # 9





Columbus Consolidated Government

Council Meeting



March 12, 2013



Agenda Report # 44





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) MID-SIZE SKID STEER WITH MILLING ATTACHMENTS ? RFB 13-0028

(MISCELLANEOUS EQUIPMENT FOR PUBLIC WORKS, OPTION 6)



It is requested that Council approve the purchase of one (1) mid-size skid

steer with milling attachments (Case SR200), from Border Equipment (Augusta,

GA), in the amount of $45,053.29.



The equipment will be utilized by the Street Division to help with pre work for

road repairs that involves milling of repair sites; to clean up with broom

attachment; and to perform guard rail repair work with auger attachment. This

is a new unit.



Bid postcard invitations were mailed to two hundred twenty-three vendors and

bid specifications were posted on the web page of the Purchasing Division, the

Georgia Procurement Registry, and OnVia DemandStar. Three bids were received

on February 6, 2013. This bid has been advertised, opened and reviewed. The

bidders were:



Submission Requirements Manufacturer/Make/Model Unit Cost

Border Equipment (Augusta, GA) Case SR200 $45,053.29

Bobcat of Opelika (Opelika, AL)1 Bobcat Skid Steer S590 $37,242.30

JCB of Atlanta (Kennesaw, GA) JCB 205 Skid Steer $55,121.36



1 Bobcat of Opelika failed to include the required REVISED Specification Vendor

Response Pages. Therefore, bid was deemed incomplete. Vendor has been notified

in writing.



The Georgia Statewide Contract price for this vehicle is $45,053.29.



Funds are budgeted in the FY13 Budget: Paving Fund ? Public Works ? Repairs

and Maintenance ? Machinery; 0203-260-3110-REPR-7715.



* * * * * * * *



(B) SECURITY LOCKING SYSTEMS MAINTENANCE (ANNUAL CONTRACT) ? RFB NO. 13-0036



It is requested that Council approve the execution of an annual maintenance

contract for security locking systems with Unique Security, Inc., (Montgomery,

AL), for the estimated annual contract value of $98,000. The Muscogee County

Jail and Muscogee County Prison will utilize this maintenance contract for

inspection, repair, replacement, and update of locking devices, control

mechanisms and security doors at the Jail and the Prison. The old 1939 jail

will not be included in this contract.



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

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

the mutual agreement of the City and the Contractor.



Bid postcard invitations were mailed to twenty-three vendors and bid

specifications were posted on the web page of the Purchasing Division, the

Georgia Procurement Registry, and OnVia DemandStar. Three bids were received

on February 20, 2013. This bid has been advertised, opened and reviewed. The

bidders were:



Vendor/Description Unique Security, Inc.

(Montgomery, AL) Grayco Detention Equipment

(Grovetown, GA) *Federal Locking Services

(Charlotte, TN)

1. Estimated cost for initial system check No Charge $1,600.00 $575.00

Preventive Maintenance

2. Journeyman cost per hour $90.00 $104.00 $60.00

3. Apprentice cost per hour $65.00 $89.00 $30.00

Travel Time

(distance/time & cost per mile (if applicable)

4. Miles to site 95 240 355

5. Time to site 1 ? hours 5 hrs 6 hrs

6. Cost per mile 0.555 $ 3.90 $ 0.50

Purchase Parts

7. Cost plus (+) 20% 18% 30%

Emergency Service Calls

8. Cost per hour $125.00 $104.00 $70.00

9. Cost per hour (after 5:00 PM weekends holidays) $150.00 $124.00 $90.00

Local Technician in Columbus, GA No No Not Presently

Respond to a call within one hour? No/within 1 ? hours No/within 6 hrs No/within 6 hrs

*Federal Locking Services of Charlotte, TN failed to acknowledge Addendum No.

1. Therefore, the bid was deemed incomplete. Vendor has been notified in

writing.



Funds are budgeted each fiscal year for this on going expense: General Fund ?

Sheriff - Detention? Service Contracts; 0101-550-2600-JAIL-6513; General Fund

-Muscogee County Prison ? Warden ? Operating Materials; 0101-420-1000-MCCI-6728.



* * * * * * * * *



C) LOT CLEARING SERVICES (ANNUAL CONTRACT) ? RFB NO. 13-0030



It is requested that Council approve the contracts with Yardpro Lawncare &

Landscaping (Lanett, AL), as the primary contractor, and Tech O-Gram Media

(Columbus, GA), as the secondary contractor, to provide Lot Clearing Services,

on an ?as needed basis.? for the estimated annual contract value of

$143,216.00.



The work includes cutting and removing grass, weeds, undergrowth and other

vegetation, and removing any and all solid waste as required by law. The award

is based on the following options:



Option 1. Grass Cutting Only (Residential & Commercial)

Option 2. Grass Cutting Only & Solid Waste Removal (Residential & Commercial)



The Special Enforcement Division estimates four hundred eighty-eight (488) lots

to be cleared classified as Option 1; and estimates one hundred twenty-four

(124) lots to be cleared classified as Option 2. When the services are needed,

the Primary Contractor will be contacted first. If the Primary Contractor is

not available, then the City will contact the Secondary Contractor to render

the needed services.



The contract period shall be for two years, with the option to renew for three

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

mutual agreement of the City and the Contractors.



Bid postcard invitations were mailed to two hundred thirty-five (235) vendors,

and bid specifications were posted on the City?s website, Georgia Procurement

Registry and DemandStar. Nine bids were received on January 23, 2013. This

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









Funds are budgeted each fiscal year for this ongoing expense: General Fund -

Public Works - Special Enforcement ? Lot Clearing and Maintenance;

0101-260-2400-SPCL-6382.



* * * * * * * *



(D) HEAVY-DUTY DUAL-AXLE TRAILERS ? RFB 13-0028 (MISCELLANEOUS EQUIPMENT

FOR PUBLIC WORKS, OPTION 1)



It is requested that Council approve the purchase of twelve (12) heavy-duty

dual-axle trailers (Horton Hustler BP716TA), from Verde, Inc., (Lake Wales,

FL), in the amount of $3,495.00 per unit, for a total of $41,940.00.



The equipment will be utilized by the Urban Forestry Division to transport

zero-turn-radius mowers and equipment to and from job sites. This is a new

unit.



Bid postcard invitations were mailed to two hundred twenty-three vendors and

bid specifications were posted on the web page of the Purchasing Division, the

Georgia Procurement Registry, and OnVia DemandStar. Eight bids were received

on February 6, 2013. This bid has been advertised, opened and reviewed. The

bidders were:



Submission Requirements Manufacturer/Make/Model Unit Cost Total Cost

(12 Units)

Verde, Inc. (Lake Wales, FL) Horton Hustler BP716TA $3,495.00 $41,940.00

Melson Tractor Company (Salem, AL)1 280 Trailers 27816 TUB $3,275.00 $39,300.00

Mason Tractor Company (McDonough, GA) 2 Hooper 16' HD Landscape $3,474.50 $41,694.00

Verde, Inc. (Lake Wales, FL) Horton Hustler BP716TA $3,495.00 $41,940.00

JCB of Atlanta (Kennesaw, GA) Hardeebuilt 5 Ton $3,645.00 $43,740.00

K & K Manufacturing, Inc. (Griffin, GA) K & K Mfg. 78x16 E25K $3,740.00 $44,880.00

Carolina Trailer Sales (Campobello, SC) BH1622FB $3,885.00 $46,620.00

Terex Utilities (Glen Allen, VA) Hudson Brothers/HTLG16 $4,937.00 $59,244.00

Border Equipment (Augusta, GA) 3 NON-RESPONSIVE



1 Melson Tractor Company failed to include the product literature. Therefore,

bid was deemed incomplete. Vendor has been notified in writing.

2 Mason Tractor Company failed to include the product literature and warranty

information. Therefore, bid was deemed incomplete. Vendor has been notified in

writing.

3 Border Equipment provided an unsolicited alternate bid and was deemed ?non-

responsive? per item 10 of the General Provisions, which states, ?RECEIPT OF

MULTIPLE BIDS. Unless otherwise stated in the bid specifications, the City

will accept one and only one bid per vendor. Any unsolicited multiple bid(s)

will not be considered. If prior to the bid opening, more than one bid is

received from the same vendor, the following will occur: (1) the bidder will

be contacted and required to submit written acknowledgment of the bid to be

considered; (2) the additional bid(s) will be returned to the bidder unopened.

If at the bid opening more than one bid is enclosed in a single bid package,

the City will consider the vendor non-responsive and bids will be returned to

the bidder. ? At the Bid Opening, it was discovered the vendor had included

two bids in the submission package. The vendor was deemed non-responsive and

has been notified in writing.



This item is not available on Georgia Statewide Contract.



Funds are budgeted in the FY13 Budget: Paving Fund ? Public Works ?

Right-of-Way Maintenance ? Capital Expend-Over $5,000; 0203-260-3120-ROWM-7761.



* * * * * * * *



(E) INTEGRATED SUPPLY AGREEMENT FOR VEHICLE AND EQUIPMENT MAINTENANCE PARTS

AND SUPPLIES SERVICES



It is requested that Council approve the integrated supply agreement from

Sprague?s Supply, Inc., d/b/a NAPA Auto Parts, to provide vehicle and equipment

maintenance parts and supplies services, via Georgia Statewide Contract No.

SWC90815.



This agreement will enable the City to establish a source of supply for certain

auto, truck, small engines, heavy equipment and bus parts, as well as, provide

integrated business solution services. The vendor will establish inventories,

at the City?s Fleet Shop and other locations, as needed, to service the fleet

parts needs, and to serve as the City?s primary supplier of automotive, small

engine and heavy equipment replacement parts and other supplies and/or

equipment.



The vendor will provide personnel, management, parts and supplies and services,

including sublet for repairs. The on-site parts operations will cover all

hours worked by the City facility(ies), including overtime due to peak demand

and emergency operations.



The City will pay discounted prices for parts and supplies profiled for

Columbus Consolidated Government, based on usage history. The vendor?s

operational costs have been factored in the pricing profile for products sold

under this agreement.



NAPA has been the City?s on-site supplier of vehicle and equipment repair parts

and supplies for the past five years, per RFP No. 07-0014; and the City?s

contract term with NAPA is nearing expiration. Since the State had already

negotiated a contract with the vendor, the Public Works Department researched,

and talked with State contract administration staff, to determine if the City

could better benefit by utilizing the State contract. The benefits/savings are

as follows:



1. NAPA?s selection under the Georgia State Contract has eliminated the cost of

administering an RFP process.

2. The net profit is rolled back from 8.5% (under the City?s current contract)

to 7.5% rate of purchase; that is a cost savings of $24,300.00, per year.

3. NAPA will provide a large number of professionally taught training classes

for mechanics and supervisors free of charge to the city.

4. NAPA agreed to increase shop productivity by substantially increasing the

On-Demand rate. Which means mechanics will not have to wait for incoming parts.



The Contract term will align with the State?s contract term, which is due to

renew July 1, 2013 and remain in effect through February 23, 2015. However, in

the event the State does not renew or cancels the contract, the City will need

time to put other forces in place. Therefore, the City will have the option to

renew the contract with NAPA until a new RFP can be issued, or a new

cooperative contract is initiated by the State or other sources. The City also

has reserved the right to cancel the agreement with NAPA by giving a ninety

(90) day written notice.



Funds are budgeted each fiscal year for this ongoing expense: Various Accounts

- Auto Parts & Supplies - 6721.



* * * * * * * *



(F) BENEFITS MANAGER CONTRACT RENEWAL



It is requested that Council approve the renewal of the annual contract for

Benefits Manager with Northwestern Benefits of Georgia.



During the past two contract years, Northwestern has performed well in all

areas: improving the City?s open enrollment processes, maintaining tighter

controls over benefits carriers, provided timely information about benefits

issues, provided an improved on-line benefits enrollment and management system,

assisting with implementation of employee Health and Wellness Center, and

provided guidance on healthcare reform implementation.



The City entered into a 1-year contract with Northwestern beginning June 1,

2011 through May 31, 2012, with the option to renew for two additional one (1)

year terms. Therefore, it is requested that Council approve to renew the

contract for the final year, beginning June 1, 2013 through May 31, 2014.



The City has invested significant productive resources in transitioning

responsibilities to a benefits manager that continues to strengthen control

over our multi-million dollar benefits investment. Northwestern has performed

well during the past two years of the contract. They have provided excellent

benefits management service to the CCG, our employees and retirees and to the

Retirees? Health Benefits Committee.



Funds are budgeted each fiscal year for this ongoing expense: Employee Health

& Life Insurance Fund ? Human Resources - Health Insurance Fees - Professional

Services; 0850-220-3320-HLTH-6311.



* * * * * * * *



(G) SURPLUS VEHICLES



It is requested that Council declare the vehicles shown on the attached list as

surplus in accordance with Section 7-501 of the Charter of Columbus

Consolidated Government; additionally approval is requested to declare any

items as surplus, which may be added to the list prior to the auction.







The surplus items will be disposed of by auction on April 13, 2013. The

Auction Way, the City?s contracted auctioneer, will conduct the auction. The

vehicles have either been replaced or placed out of service due to excess

maintenance cost.



Revenue from the auction will be deposited in the General Fund - Sale of

Surplus Equipment; 0101-099-1999-REVN-4907.





Emergency Purchase ? Information Only



Emergency Purchase of Data Recovery Services:



On March 6, 2013, the Finance Director requested an emergency purchase for data

recovery services for the Tyler Eagle Real Estate Imaging System used by the

Clerk of Superior Court.



The disk drives of the Dell server, which houses the Eagle software and Real

Estate Images, failed. This failure of the server cut off access to property

records needed to close on real estate transactions. While data is being

recovered, an alternative way to access the data has been approved by Judge

McBride. City staff including the Mayor, Judge McBride, City Manager, Superior

Court Clerk, IT and Tyler have been working diligently to address the issues

and get the system back up and running. An exact time cannot be given as to

when everything will be up and running, but everything is being done to

expedite that process in every way possible.



The Real Estate Imaging software vendor, Tyler Technologies, recommended a

company out of Atlanta (headquartered in Los Angeles, CA), Secure Data Recovery

Services, to perform an emergency data recovery effort on the lost images.

Secure Data Recovery Services has submitted an invoice totaling $19,420.80 for

their services. Payment will be wired to the company when the restored images

have been confirmed by Tyler Technologies. Tyler Technologies will also

invoice for recovery services at $140 per hour. An estimate of this cost has

yet to be determined. The total project is estimated at $25,000.



The City Manager approved the emergency on March 6, 2013.



Funds are budgeted in the FY13 Budget: General Fund ? Miscellaneous ?

Contingency; 0101-590 - 2000 - CONT ? 9801.





?ITEM A?





A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) MID-SIZE SKID STEER

WITH MILLING ATTACHMENTS (CASE SR200), FROM BORDER EQUIPMENT (AUGUSTA, GA), IN

THE AMOUNT OF $45,053.29.



WHEREAS, the equipment will be utilized by the Street Division to help with pre

work for road repairs that involves milling of repair sites; to clean up with

broom attachment; and to perform guard rail repair work with auger attachment.

This is a new unit.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) mid-size

skid steer with milling attachments (Case SR200) from Border Equipment

(Augusta, GA), in the amount of $45,053.29. Funds are budgeted in the FY13

Budget: Paving Fund ? Public Works ? Repairs and Maintenance ? Machinery;

0203-260-3110-REPR-7715.



_____________________________



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

held the _________ day of ____________________, 2013 and adopted at said

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





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor







?ITEM B?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL MAINTENANCE

CONTRACT FOR SECURITY LOCKING SYSTEMS FROM UNIQUE SECURITY, INC., (MONTGOMERY,

AL), FOR THE ESTIMATED ANNUALCONTRACT VALUE OF $98,000.



WHEREAS, the Muscogee County Jail and Muscogee County Prison will

utilize this maintenance contract for inspection, repair, replacement, and

update of locking devices, control mechanisms and security doors at the

Muscogee County Jail and Muscogee County Prison. The old 1939 jail will not be

included in this contract; and,



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

option to renew for two additional twelve-month periods.



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



That the City Manager is hereby authorized to execute an annual

maintenance contract for security locking systems from Unique Security, Inc.,

(Montgomery, AL), for the estimated annual contract value of $98,000. Funds

are budgeted each fiscal year for this on going expense: General Fund ? Sheriff

- Detention ? Service Contracts; 0101-550-2600-JAIL-6513; General Fund -

Muscogee County Prison ? Warden ? Operating Materials; 0101-420-1000-MCCI-6728.



_____________________________



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

held the _________ day of _________________, 2013 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM C?

A RESOLUTION



NO. ____



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH YARDPRO

LAWNCARE & LANDSCAPING (LANETT, AL), PRIMARY CONTRACTOR ; AND TECH O GRAM MEDIA

(COLUMBUS, GA), SECONDARY CONTRACTOR, TO PROVIDE LOT CLEARING SERVICES, ON AN

?AS NEEDED BASIS,? FOR THE ESTIMATED ANNUAL CONTRACT AMOUNT OF $143,116.00.



WHEREAS, the work includes cutting and removing grass, weeds,

undergrowth and other vegetation, and removing any and all solid waste as

required by law; and,



WHEREAS, the Special Enforcement Division estimates four hundred

eighty-eight (488) lots each to be cleared classified as Option 1 (Grass

Cutting Only); and estimates one hundred twenty-four (124) lots to be cleared

classified as Option 2 (Grass Cutting Only & Solid Waste Removal.) When the

services are needed, the Primary Contractor will be contacted first. If the

Primary Contractor is not available, then the City will contact the Secondary

Contractor to render the needed services; and,



WHEREAS, the contract period shall be for two years, with the option to

renew for three additional twelve month periods. Contract renewal will be

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



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

FOLLOWS:



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

Yardpro Lawncare & Landscaping (Lanett, AL), Primary Contractor; and Tech O

Gram Media (Columbus, GA), Secondary Contractor, to provide lot clearing

services, on an ?as needed basis,? for the estimated annual contract value of

$143,116.00. Funds are budgeted each fiscal year for this ongoing expense:

General Fund - Public Works - Special Enforcement ? Lot Clearing and

Maintenance; 0101-260-2400-SPCL-6382.



_______________________________



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

held the _________ day of _________________, 2013 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM D?





A RESOLUTION



NO.________



A RESOLUTION AUTHORIZING THE PURCHASE OF TWELVE (12) HEAVY-DUTY

DUAL-AXLE TRAILERS (HORTON HUSTLER BP716TA), FROM VERDE, INC., (LAKE WALES,

FL), IN THE AMOUNT OF $3,495.00 PER UNIT, FOR A TOTAL OF $41,940.00.



WHEREAS, the equipment will be utilized by the Urban Forestry Division to

transport zero-turn-radius mowers and equipment to and from job sites. This is

a new unit.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase twelve (12)

heavy-duty dual-axle trailers (Horton Hustler BP716TA) from Verde, Inc., (Lake

Wales, FL), in the amount of $3,495.00 per unit, for a total of $41,940.00.

Funds are budgeted in the FY13 Budget: Paving Fund ? Public Works ?

Right-of-Way Maintenance ? Capital Expend-Over $5,000; 0203-260-3120-ROWM-7761.



_______________________________________





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

held the _________ day of ____________________, 2013 and adopted at said

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





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ ___________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM E?

A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE INTEGRATED SUPPLIES AGREEMENT FROM SPRAGUE?S

SUPPLY, INC., D/B/A NAPA AUTO PARTS, TO PROVIDE VEHICLE AND EQUIPMENT

MAINTENANCE PARTS AND SUPPLIES SERVICES, VIA THE GEORGIA STATEWIDE CONTRACT NO.

SWC 90815.



WHEREAS, this agreement will enable the City to establish a source of

supply for certain auto, truck, small engines, heavy equipment and bus parts,

as well as, provide integrated business solution services. The vendor will

establish inventories, at the City?s Fleet Shop and other locations, as needed,

to service the fleet parts needs, and to serve as the City?s primary supplier

of automotive, small engine and heavy equipment replacement parts and other

supplies and/or equipment; and,



WHEREAS, the vendor will provide personnel, management, parts and

supplies and services, including sublet for repairs. The on-site parts

operations will cover all hours worked by the City facility(ies), including

overtime due to peak demand and emergency operations; and,



WHEREAS, the City will pay discounted prices for parts and supplies

profiled for Columbus Consolidated Government, based on usage history. The

vendor?s operational costs have been factored in the pricing profile for

products sold under this agreement; and,



WHEREAS, the Contract term will align with the State?s contract term,

which is due to renew July 1, 2013 and remain in effect through February 23,

2015. In the event the State does not renew or cancels the contract, the City

will need time to put other forces in place. Therefore, the City will have the

option to renew the contract with NAPA until a new RFP can be issued, or a new

cooperative contract is initiated by the State or other sources. The City also

has reserved the right to cancel the agreement with NAPA by giving a ninety

(90) day written notice.



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



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

supply agreement from Sprague?s Supply, Inc., d/b/a NAPA Auto Parts, to provide

vehicle and equipment maintenance parts and supplies services, via Georgia

Statewide Contract No. SWC90815. Funds are budgeted each fiscal year for this

ongoing expense: Various Accounts - Auto Parts & Supplies - 6721.



_________________________________________





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

held the _________ day of ____________________, 2013 and adopted at said

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





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.



_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM F?





A RESOLUTION





NO.______



A RESOLUTION AUTHORIZING APPROVAL TO RENEW THE ANNUAL CONTRACT FOR BENEFITS

MANAGER WITH NORTHWESTERN BENEFITS CORPORATION OF GEORGIA.



WHEREAS, during the past two contract years, Northwestern has performed well in

all areas, improving our open enrollment processes, maintaining tighter

controls over our benefits carriers, provided timely information about benefits

issues, provided an improved on-line benefits enrollment and management system,

assisting with implementation of employee Health and Wellness Center, and

provided guidance on healthcare reform implementation; and,

WHEREAS, the City entered into a 1-year contract with Northwestern

beginning June 1, 2011 through May 31, 2012, with the option to renew for two

additional one (1) year term. Therefore, it is requested that Council approve

to renew the contract for the final year, beginning June 1, 2013 through May

31, 2014.



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



That the City Manager is hereby authorized to renew the annual contract

for benefits manager with Northwestern Benefits Corporation of Georgia, for the

final year, beginning June 1, 2013 through May 31, 2014. Funds are budgeted

each fiscal year for this ongoing expense: Employee Health & Life Insurance

Fund ? Human Resources - Health Insurance Fees - Professional Services;

0850-220-3320-HLTH-6311.

_________________________________





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

held the _________ day of ____________________, 2013 and adopted at said

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





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM G?

A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE DECLARATION OF VEHICLES SHOWN ON THE ATTACHED LIST

AS SURPLUS IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS

CONSOLIDATED GOVERNMENT; ADDITIONALLY APPROVAL IS REQUESTED TO DECLARE ANY

ITEMS AS SURPLUS WHICH MAY BE ADDED TO THE LIST PRIOR TO THE AUCTION.



WHEREAS, The list of items are as follows:







WHEREAS, The surplus items will be disposed of by auction on April 13, 2013.

The Auction Way, the City?s contracted auctioneer, will conduct the auction.

The equipment has either been replaced or placed out of service due to excess

maintenance cost. .



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



That the City Manager is hereby authorized to declare the vehicles shown on the

attached list as surplus in accordance with Section 7-501 of the City Charter;

the City Manager is further authorized to declare any items as surplus which

may be added to the list prior to the auction. Revenue from the auction will

be deposited in the General Fund - Sale of Surplus Equipment;

0101-099-1999-REVN-4907.



________________





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

held the _________ day of ____________, 2013 and adopted at said meeting by

the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



DATE: March 12, 2013



TO: Mayor and Councilors



FROM: Pamela Hodge, Director of Finance



SUBJECT: Advertised Bids





March 13, 2013

1. 96-Gallon Universal Containers for Recycling Program ? RFB No.

13-0041

Scope of RFB

The Columbus Consolidated Government wishes to purchase eight thousand (8000)

96-gallon universal containers for the City?s recycling program.



March 15, 2013

1. Exclusive Soft Drink Pouring Rights & Soft Drink Vending Services

for Various Parks and Recreation Locations (Annual Contract) - RFP No. 13-0022

Scope of RFP

Soliciting proposals from qualified vendors to provide exclusive soft drink

pouring rights & soft drink vending services for various Parks and Recreation

locations. The term of the contract will be for ten (10) years.



March 20, 2013

1. Bus Route Signs & Poles (Annual Contract) - RFB No. 13-0045

Scope of Bid

Provide bus route signs and poles to METRA Transit System. The contract term

will be for two years, with the option to renew for three additional

twelve-month periods.



2. Fire Hose (Annual Contract) ? RFB No. 13-0034

Scope of Bid

Provide fire hose in sizes 5?, 3?, 1 ?? and 1?, on an ?as needed basis? to be

utilized by the Columbus Fire & E.M.S. Department of the Columbus Consolidated

Government.



3. Comprehensive Medical Services/Muscogee County Jail & Prison (Annual

Contract) ?

RFP No. 13-0024

Scope of RFP

Provide comprehensive medical services for inmates at the Muscogee County Jail

and Muscogee County Prison, in accordance with the RFP specifications.

Contract term shall be for two years, with an option to renew for three (3)

additional twelve month periods.



March 22, 2013

1. TV Studio Equipment ? RFP No. 13-0023

Scope of RFP

The Columbus Consolidated Government (the City) is seeking a vendor to provide

and install television studio equipment for CCG TV to be housed in the new

Citizen Services Center currently under construction.



March 27, 2013

1. Oakland Park Storm Drainage Improvements Phase I ? RFB No. 13-0047

Scope of Bid

This work shall consist of providing storm drainage improvements in the Howe

Avenue area (Sub-Basin ?C?) and the South Plant Road area (Sub-Basin ?M?)of

Oakland Park. The Contractor shall be required to maintain public access to

all residences located within the project area and maintain normal traffic.



March 29, 2013

1. Statement of Qualifications for Professional Design Services for the

Renovation and Additions to the Muscogee County Jail ? RFP No. 13-0025

Scope of RFP

Columbus Consolidated Government (the Owner) requests firms to submit

statements of qualifications for professional design services for the

renovation and additions to the Muscogee County Jail, which is located at 700

10th Street in Columbus, GA.



It should be noted that the Owner desires to procure the services from a team

comprised of an architectural firm that specializes in developing jail/prison

projects, who will serve as the lead architect, and a local architect.



April 5, 2013

1. Right-of-Way Digital Imaging and Extraction of Pavement Condition Data ? RFP

No. 13-0026

Scope of RFP

Columbus Consolidated Government (CCG) requests proposals from qualified firms,

with proven experience, to collect ground-level right-of-way digital images of

the roadway network. The images shall be used to update the pavement condition

ratings stored in CCG?s proprietary pavement management system. Under the terms

of this RFP, the successful respondent is to work with CCG?s pavement

management consultant to deliver the pavement condition ratings in the required

data import format.

Attachments


Back to List