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