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 # 11



Columbus Consolidated Government

Council Meeting



April 14, 2009



Agenda Report # 381



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) EMERGENCY PURCHASE OF HVAC SYSTEM FOR FIRE STATION #5



It is requested that Council approve payment to Energy Savers of Georgia

(Columbus, Georgia), in the amount of $11,500.00, for the emergency purchase

of a replacement HVAC system for Fire Station #5, 6700 Lynch Road.



In early March 2009, the heat exchange burst, on the old HVAC system, allowing

carbon monoxide into the building at Fire Station #5. Additionally, the

station had no heat. After notification of the situation, the City Manager

approved the emergency purchase on March 5, 2009.



Funds are available in the FY09 Budget: General Fund ? Public Services ? Other

Maintenance/Repairs ? Building Maintenance/Public Safety - #5 Fire Station

Lynch Road; 0101-260-3710-REPA-6528.08.



* * * * * * *



(B) FIRE APPARATUS AND EQUIPMENT



It is requested that Council approve the purchase of one (1) E-One NFPA 2009

Compliant 1500 GPM Side Mount Rescue Pumper with 1030 Gallon Booster Tank

mounted on a new Custom E-One Typhoon Cab & Chassis, and applicable loose

equipment, from Hall-Mark Fire Apparatus, Inc., (Ocala, Florida) in the amount

of $366,309.00. This replacement unit will be utilized by the Fire/EMS

Department at Station #2.



To accomplish this purchase, the City is participating in an RFP administered

by the City of Tallahassee, Florida. The City?s Procurement Ordinance, Article

9-101, ?Cooperative Purchasing Authorized,? allows for participation in the RFP.



The RFP administered by the City of Tallahassee, Request for Proposal No.

0152-05-VA-TC, is an annual contract for Fire Apparatus and Special Application

Vehicles. Hall-Mark Fire Apparatus was the successful vendor and entered into

Contract #1274 with the City of Tallahassee for a 5-year period, with the

option to renew for an additional five years. The contract began on June 15,

2006. The procurement process administered by the City of Tallahassee meets

the procurement requirements of Columbus Consolidated Government; and Hall-Mark

has agreed to provide the fire apparatus to the City under the same contract.



Per the contract, a pre-pay discount plan is available to the City for this

purchase, as follows:



Base unit price per truck $366,309.00

Discount for Pre-payment - 9,345.00

Total Unit price $356,964.00



Additionally, if full payment for the truck is pre-paid, the City will receive

a rebate of $100.00 each and every day the completed apparatus is delayed and

not delivered by the agreed upon delivery date.



Funds are budgeted in the FY09 Budget: Lease / Revenue Bonds ?2003a ? Finance ?

Heavy Trucks - CBA 2003a Fire Station Enhancements;

0554-200-2438-CBA-7723-40231-20090.





* * * * * *



(C) CONCESSIONAIRE SERVICES (ANNUAL CONTRACT) - RFP NO. 08-0016



It is requested that Council approve the contract with Tasty Delight to provide

concessionaire services at the Columbus Consolidated Government Center

Complex. Concessionaire services are needed to provide, city employees and

visitors to the Government Center, with an economically priced menu consisting

of a variety of breakfast and lunch items, as well as, beverages and other

foodstuffs. The vendor will be housed in the ground floor snack bar area.



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

renew for two additional twelve-month periods. Contract renewal is contingent

upon the mutual agreement of the contractor and the City.



Request for proposal postcard invitations were mailed to sixty-seven vendors.

This RFP has been advertised and posted on the City?s web page. Two proposals

were received on April 18, 2008 from the following offerors:



Tasty Delight (Columbus, GA)

*Blue Plate Cafe (Columbus, GA)



*Proposal was deemed incomplete due to vendor?s omission of required documents.



The proposal was reviewed by the Evaluation Committee members, which consisted

of representatives from the Finance Department, Department of Human Resources

and the Trade Center and one advisory committee member from the City Manager?s

Office. The RFP process is governed by the City Procurement Ordinance Article

3-110, Competitive Sealed Proposals for Equipment, Supplies or Professional

Services. During the process of an RFP there is no formal opening, due to the

possibility of negotiated components of the proposal. In the event Council

does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offeror, this contract will be

re-advertised. Proposed cost has been submitted to the City Manager in a

separate memo for information purposes.



The successful vendor will pay a $500.00 monthly rental fee.



Rental fee will be deposit into the Government Wide Revenue - Rental/Lease

Income, 0101-099-1999-REVN-4878.



* * * * * *



(D) CORA DRIVE STORM DRAIN REHABILITATION ? RFB NO. 09-0031



It is requested that Council authorize the execution of a construction contract

with Crawford Grading & Pipeline, Inc., in the amount of $179,827.24 for Cora

Drive Storm Drain Rehabilitation. The work consists of the installation of a

new storm drain in the vicinity of Cora Drive.



Request for bid postcard invitations were mailed to forty-five vendors and

specifications were posted on the webpage of the Purchasing Division. Nine

bids were received on March 11, 2009. This bid has been advertised, opened and

reviewed. The bidders were:





Bidder Bid Amount

Crawford Grading & Pipeline, Inc. (Luthersville, GA) $ 179,827.24

Robinson Paving Company (Columbus, GA) 220,225.50

Gordy Construction Company (Fortson, GA) 247,591.75

Southeastern Site Development, Inc. (Newnan, GA) 247,596.00

Landmark Grading Co., Inc. (Ft. Mitchell, AL) 259,431.52

Earth-Scapes, Inc. (Phenix City, AL) 282,860.50

McMath-Turner Construction Co. (Columbus, GA) 286,215.20

Site Engineering, Inc. (Atlanta, GA) 290,905.00

Cline Service Corp. (Columbus, GA) 291,870.00



Funds are budgeted in the FY09 Budget: Lease Revenue Bonds/2003a Fund ? Finance

? CBA 2003a Storm Water Enhancement ? Drainage/Street Improvements ? Cora Drive

Storm Sewer Reroute; 0554-200-2439-CBA-7622-40239-20080



* * * * * *



(E) WARM SPRINGS BIKE TRAIL PHASE ONE ? RFB NO. 09-0037



It is requested that Council authorize the execution of a construction contract

with McMath-Turner Construction Company in the amount of $1,173,930.70 for Warm

Springs Bike Trail Phase One. The work consists of the construction of a

multipurpose concrete/asphalt bike trail. The contractor shall maintain public

access to all residences located within the project area.



Request for bid postcard invitations were mailed to forty-five vendors and

specifications were posted on the webpage of the Purchasing Division. Nine

bids were received on April 1, 2009. This bid has been advertised, opened and

reviewed. The bidders were:



Bidder Bid Amount

McMath-Turner Construction Company (Columbus, GA) $ 1,173,930.70

Robinson Paving Company (Columbus, GA) 1,188,086.25

Georgia Development Partners (Atlanta, GA) 1,205,296.51

Alexander Contracting Company, Inc. (Fortson, GA) 1,240,983.09

D. Dean & Associates (Columbus, GA) 1,279,620.76

Southeastern Site Development, Inc. (Newnan, GA) 1,321,984.95

Earth-Scapes, Inc. (Phenix City, AL) 1,392,325.47

Cline Service Corp. (Columbus, GA) 1,394,950.50

WCCI, Inc. (Columbus, GA) 1,999,769.50



Funds are budgeted in the FY09 Budget: Funds are budgeted in the FY09 Budget:

1999 Sales Tax Project Fund ? 1999 SPLOST ? 99 SPLOST Walking Trails/Trolley ?

General Construction ? Walking Trails/Trolley Project; 0540?695?2136?TXWT?7761?

53017-20080.





* * * * *



(F) CONSULTING SERVICES FOR EMPLOYEE BENEFIT PLAN (ANNUAL CONTRACT) - RFP NO.

09-0011



It is requested that Council approve the negotiation of a contract with

Benalytics Consulting Group, LLC, for consulting services for employee benefit

plan. The Columbus Consolidated Government is selecting a benefits management

firm to strategically plan, broker, implement and support our employee benefits

programs. The firm will be effective and proactive in assisting the with the

following:



Achieve the most effective access to insurance carriers and benefits providers

to include assisting the City with the design and development of the request

for proposal (RFP), evaluating and identifying high value proposals and

comprehensive services for each benefit offered to CCG employees, including but

not limited to:

Health/medical plan

Wellness, disease management and preventive care options

Prescription Drug plan

Medical Stop Loss

Medicare supplement plan

Flexible Benefit Administration

EAP Services

Basic Life Insurance

Long-term disability protection

COBRA/HIPAA administration

Optional Life Insurance, including portable coverage

Possible voluntary benefits, including life, cancer, dental, vision, long-term

care and legal

Provide an annual report outlining the in-force programs and their status, and

a preliminary marketing report describing the market conditions for each

benefit. This report should outline suggestions and recommendations for our

strategy and will include the following items:

Complete list of in-force policies, carriers, renewal dates, and rates

Evaluation of overall insurance programs compared to similar employers

Forecast of market conditions and expectations of renewals

List of contract modifications and recommendations for each benefit

Account history, by benefit, of claims and premiums

Summary of activity on open, ongoing claims

Review of future goals and long-term strategy

Provide innovative approaches to benefits challenges facing Columbus

Consolidated Government and recommendations for benefit plan design changes

Service analysis / improvement areas.

Determine and recommend the most economical funding methods for the benefit

programs.

Represent Columbus Consolidated Government in all negotiations with providers

on all issues including those related to fees, benefit levels, plan design, and

special terms and conditions.

Assist Columbus Consolidated Government with the implementation and

communication of new programs or changes to existing programs, which will

include attending and presenting information at Open Enrollment meetings.

Reduce our overall administrative costs.

Provide a high level of customer service to our organization to include

evaluation of claims data, submission of executive reports and reconciliation

of accounts.

Provide assistance to our employees in resolving customer service issues,

claims problems, annual open enrollment services (on site for 3 consecutive

days in October) and continuing remote enrollment services as appropriate for

both current and new CCG employees.

Provide an efficient and cost effective means of processing information and/or

claims.

Advise Columbus Consolidated Government of any new developments in the law and

employee benefit programs on an ongoing basis; help keep government legally

compliant.

Provide quarterly management reports for all benefit products.

Assist the human resources team in administering all employee benefit plans,

responding to questions from and providing information to staff and employees

of Columbus Consolidated Government.

Make recommendations and assist HR with communicating employee benefits

information to new employees in orientation and to existing employees through

total compensation statements and/or other effective means.



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

renew for three additional twelve-month periods. The option to renew will be

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



Request for proposal postcard invitations were mailed to one hundred seven

(107) vendors and the specifications were posted on the City?s website. This

RFP has been advertised, opened and evaluated. Twelve proposals were received

on December 19, 2008 from the following offerors:



Benalytics Consulting Group, LLC (Marietta, GA)

Gallagher Benefit Services (Atlanta, GA)

Securitas Financial Services (Columbus, GA)

Northwestern Benefit Group (Atlanta, GA)

Houze & Associates (LaGrange, GA)

Hay Group, Inc. (Arlington, VA)

Mercer (Atlanta, GA)

The Segal Company (Atlanta, GA)

Buck Consultants (Atlanta, GA)

Aon Corp (Atlanta, GA)

MSI Benefits Group (Kennesaw, GA)

Shaw Hankins, LLC (Cartersville, GA)



The proposals were reviewed by the Evaluation Committee, which consisted of

representatives from Human Resources, Finance and Mayor?s Office. The

committee also consisted of two non-voting Advisors from Human Resources and

the Finance Department. The City?s Procurement Ordinance Article 3-110,

Competitive Sealed Proposals for the procurement of Equipment, Supplies and

Professional Services, governs the RFP Process. During the 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 cost information has been

submitted to the City Manager in a separate memo for informational purposes.



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

Human Resources ? Employee Benefits Plan ? HRDR- Contractual Services;

0101-220-2100-HRDR-6319.



* * * * * * * *



(G) COURSE INSTRUCTORS FOR THE DEPARTMENT OF HUMAN RESOURCES, LEARNING CENTER

(PER-COURSE CONTRACT) ? RFP NO. 09-0012



It is requested that Council approve the negotiation of a contract with

Business Resource Center for Course Instructors for the Department of Human

Resources, Learning Center, on a Per-Course basis. The firm will provide

instructors to teach new and innovative training that will be beneficial to

City employees. Contractor will provide introductory, skills development;

intermediate and advanced level classes based on the needs of the employees.

The classes under consideration will include, but not limited to the following:



An Introduction to Executive Coaching

Being Understood ? Basic Business Writing

Death by Meeting ? Planning and Conducting Successful Meetings

Harassment and Discrimination in the Workplace

Interviewing, Hiring and Firing

Master Your Role ? A Primer for New Managers and Supervisors

A TV Reporter is here to see you ? Media Training

Persuasive Communication: Using the Tools of Actors

Preparing for the Unexpected (Workplace Safety)

The Five Building Blocks of Effective Teams



Contractor shall meet or exceed the requirements stated below:

Provide well organized, training instruction, staffed by qualified professional

instructors.

Provide assistant with marketing of classes, distribute flyers, conduct

promotions and provide written description of proposed classes.

Recruit, hire, supervise, financially compensate and evaluate professional,

qualified instructors.

Provide auditable (documented) records concerning class attendance and

participant evaluations.

Provide established learning objectives and course outcomes.

Instruct classes at the Learning Center, located in the Government Center, East

Wing, 2nd Floor.



The term of this contract shall be on a per-course basis, up to one year, with

the option to renew for one additional year. Contract renewal will be

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



Request for proposal postcard invitations were mailed to thirty (30) vendors

and the specifications were posted on the City?s website. This RFP has been

advertised, opened and evaluated. Three proposals were received on January 16,

2009 from the following offerors:



Business Resource Center/Div of the Pastoral Institute (Columbus, GA)

That Girl (Jacksonville, FL)

*Columbus Technical (Columbus, GA) - Incomplete



*Vendor did not include the following required information and proposal was

deemed incomplete:

Offeror Qualifications

Program Proposal

Client Work History (References)

Business Requirements (Insurance, Georgia Security and Immigration Compliance

Act Form (GSICA), Tax ID Number and Business License)

Contract Signature Page



The proposals were reviewed by the Evaluation Committee, which consisted of

representatives from Human Resources and City Manager?s Office. The committee

also consisted of one non-voting Advisor from Human Resources. The City?s

Procurement Ordinance Article 3-110, Competitive Sealed Proposals for the

procurement of Equipment, Supplies and Professional Services, governs the RFP

Process. During the 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 cost information has been submitted to the City Manager

in a separate memo for informational purposes.



Funds will be budgeted each fiscal year for this on-going expense: General Fund

- Human Resources ? Human Resources ? HRDR- Professional Services,

0101-220-1000-HRDR-6311;

General Fund - Human Resources ? Human Resources ? HRDR- Consulting Services,

0101-220-1000-HRDR-6315; General Fund - Human Resources ? Human Resources ?

HRDR- Contractual Services, 0101-220-1000-HRDR-6319.



* * * * * * * *



(H) EMERGENCY DRAINAGE REPAIR



It is requested that Council approved the payment to McMath-Turner Construction

Company (Columbus, Georgia), in the amount of $72,831.00 plus payment for any

unforeseen construction obstacles, to provide construction services for an

emergency drainage project to correct street flooding on 25th Avenue.



An existing storm sewer system, that serves the City right of way, is

undersized and plugged, thus creating flooding conditions for 25th Avenue and

an adjacent property. The City must construct the corrective system through

the property owned by Georgia National Guard. Per Resolution #543-08, Council

authorized the City Manager to obtain a 30 Foot Drainage Easement, located on

Victory Drive, from the Georgia National Guard.



The approval for the easement was finally received from the Georgia National

Guard in March. Due to the recent heavy rains and consequent flooding issues,

the City Manager authorized the Engineering Department to obtain price quotes

for the project and proceed on an emergency basis. The following vendors

visited the site, reviewed the construction plans and submitted quotes to the

Engineering Department as follows:



McMath-Turner Construction $ 72,831.00

Earth-Scapes 96,736.95

Kam, Inc. 125,500.00



Funding is available in the FY09 Budget: Special Projects Fund ? Capital

Projects ? Sewer Fund Supported Capital Projects ? Drainage/Street Improvements

? 25th Avenue Drainage Improvement; 0508-660-2000-CPSF-7622-21096-20090.



* * * * * * * * *



(I) PURCHASE OF CD/DVD PUBLISHING DEVICE



It is requested that Council approve the purchase of a CD/DVD publishing device

(Rimage 5300N-Everest Printer III System) from Rimage Corporation (Minneapolis,

MN) in the amount of $17,546.67. The purchase will be accomplished via

Schedule 70 of the GSA Federal Contract #GS-35F-0537P.



The Police Department will use the Rimage system to burn the video clips from

the digital in-car camera systems to DVDs, for storage purposes. The system

currently used by the department only has one burner and cannot keep up with

the volume of video that is being produced by the in-car cameras. The current

system also requires that someone is present to monitor the burning of the

DVDs. The Rimage system will burn multiple DVDs at one time. It can be loaded

with 50 blank DVDs and set to burn a range of videos without anyone monitoring

the system. Additionally, the current video system has been unable to keep up

with the large volume of digital video data that has to be stored on DVDs,

which has caused a backlog that goes back to July 2008. The Rimage DVD System

will allow up to 100 DVDs (two 50 disc magazines) to be loaded and burned in

two high-speed DVD burner drives and will be done in a proper sequential manner

that will allow easy storage and retrieval. The system labels the DVDs as it

burns them with an index of the contents. The new system will allow the

department to catch up on the



backlog and handle the increased amount of video that will be generated when

more police cars are added with digital camera systems. Without the new system

the Police Department will not be able to store the video footage for the

5-year period required by Georgia Law.



Funds are available in the FY09 Budget: General Fund ? Police ? Support

Services ? Capital Expenditures Over $5,000; 0101-400-2200-STAF-7761.



?ITEM A?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING PAYMENT TO ENERGY SAVERS OF GEORGIA (COLUMBUS,

GEORGIA), IN THE AMOUNT OF $11,500.00, FOR THE EMERGENCY PURCHASE OF A

REPLACEMENT HVAC SYSTEM FOR FIRE STATION #5, 6700 LYNCH ROAD.



WHEREAS, in early March 2009, the heat exchange burst, on the old HVAC system,

allowing carbon monoxide into the building at Fire Station #5. Additionally,

the station had no heat. After notification of the situation, the City

Manager approved the emergency purchase on March 5, 2009.



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

FOLLOWS:



That the City Manager is hereby authorized to make payment to Energy

Savers of Georgia (Columbus, Georgia), in the amount of $11,500.00, for the

emergency purchase of a replacement HVAC system for Fire Station #5, 6700 Lynch

Road. Funds are available in the FY09 Budget: General Fund ? Public Services

? Other Maintenance/Repairs ? Building Maintenance/Public Safety - #5 Fire

Station Lynch Road; 0101-260 -3710-REPA-6528.08



______________________________



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

the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM B?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) E-ONE NFPA 2009

COMPLIANT 1500 GPM SIDE MOUNT RESCUE PUMPER WITH 1030 GALLON BOOSTER TANK

MOUNTED ON A NEW CUSTOM E-ONE TYPHOON CAB & CHASSIS, AND APPLICABLE LOOSE

EQUIPMENT, FROM HALL-MARK FIRE APPARATUS, INC., (OCALA, FLORIDA) IN THE AMOUNT

OF $356,964.00.



WHEREAS, this replacement unit will be utilized by the Fire/EMS Department at

Station #2, 1347 29th Street; and,



WHEREAS, to accomplish this purchase as expediently as possible, the City is

participating in an RFP administered by the City of Tallahassee, Florida. The

City?s Procurement Ordinance, Article 9-101, ?Cooperative Purchasing

Authorized,? allows for participation in the RFP. The RFP administered by the

City of Tallahassee, Request for Proposal No. 0152-05-VA-TC, is an annual

contract for Fire Apparatus and Special Application Vehicles. Hall-Mark Fire

Apparatus was the successful vendor and entered into Contract #1274 with the

City of Tallahassee for a 5-year period, with the option to renew for an

additional five years. The contract began on June 15, 2006. The procurement

process administered by the City of Tallahassee meets the procurement

requirements of Columbus Consolidated Government; and Hall-Mark has agreed to

provide the fire apparatus to the City under the same contract.



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



That the City Manager is hereby authorized to purchase one (1) E-One NFPA 2009

Compliant 1500 GPM Side Mount Rescue Pumper with 1030 Gallon Booster Tank

mounted on a new Custom E-One Typhoon Cab & Chassis, and applicable loose

equipment, from Hall-Mark Fire Apparatus, Inc., (Ocala, Florida) in the amount

of $356,964.00. Funds are budgeted in the FY09 Budget: Lease / Revenue Bonds ?

2003a ? Finance ? Heavy Trucks - CBA 2003a Fire Station Enhancements;

0554-200-2438-CBA-7723-40231-20090.





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

held the _________ day of __________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM C?





A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE CONTRACT WITH TASTY DELIGHT TO PROVIDE

CONCESSIONAIRE SERVICES AT THE COLUMBUS CONSOLIDATED GOVERNMENT CENTER COMPLEX.



WHEREAS, the successful vendor will pay a monthly rental fee of

$500.00; and,



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

option to renew for two additional twelve month periods. Contract renewal is

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



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

FOLLOWS:



That the City Manager is hereby authorized to enter into a contract for

concessionaire services with Tasty Delight. Rental fee will be deposit into

the Government Wide Revenue - Rental/Lease Income; 0101-099-1999-REVN-4878.

___________________________



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

held the _____day of____________________, 2009 and adopted at said meeting by

the affirmative vote of_________members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor



?ITEM D?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

CRAWFORD GRADING & PIPELINE, INC., IN THE AMOUNT OF $179,827.24 FOR CORA DRIVE

STORM DRAIN REHABILITATION.



WHEREAS, the work consists of the installation of a new storm drain in

the vicinity of Cora Drive.



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



That the City Manager is hereby authorized to execute a construction

contract with Crawford Grading & Pipeline, Inc., in the amount of $179,827.24

for Cora Drive Storm Drain Rehabilitation. Funds are budgeted in the FY09

Budget: Lease Revenue Bonds/2003a Fund ? Finance ? CBA 2003a Storm Water

Enhancement ? Drainage/Street Improvements ? Cora Drive Storm Sewer Reroute;

0554-200-2439-CBA-7622-40239-20080.



_____________________________



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

held the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor



?ITEM E?

A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

MCMATH-TURNER CONSTRUCTION COMPANY IN THE AMOUNT OF $1,173,930.70 FOR WARM

SPRINGS BIKE TRAIL PHASE ONE.



WHEREAS, the work consists of construction of a multipurpose

concrete/asphalt bike trail. The contractor shall maintain public access to

all residences located within the project area.



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



That the City Manager is hereby authorized to execute a construction

contract with McMath-Turner Construction Company in the amount of $1,173,930.70

for Warm Springs Bike Trail Phase One. Funds are budgeted in the FY09 Budget:

1999 Sales Tax Project Fund ? 1999 SPLOST ? 99 SPLOST Walking Trails/Trolley ?

General Construction ? Walking Trails/Trolley Project; 0540 ? 695 ? 2136 ? TXWT

? 7761 ? 53017 - 20080.



_____________________________________



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

held the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM F?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH BENALYTICS

CONSULTING GROUP, LLC, FOR CONSULTING SERVICES FOR EMPLOYEE BENEFIT PLAN.



WHEREAS, an RFP was administered (RFP No. 09-0011) and twelve proposals were

received; and,



WHEREAS, the proposal submitted by Benalytics Consulting Group, LLC, met all

proposal requirements and is deemed most responsive to the RFP; and,



WHEREAS, the term of this contract 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 Contractor.



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



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

Benalytics Consulting Group, LLC for Consulting Services for Employee Benefit

Plan. Funds are budgeted each fiscal year for this ongoing expense: General

Fund - Human Resources ? Employee Benefits Plan ? HRDR - Contractual Services,

0101-220-2100-HRDR-6319.



__________________________________



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

the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM G?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH BUSINESS RESOURCE

CENTER A DIVISION OF THE PASTORAL INSTITUTE FOR COURSE INSTRUCTORS FOR THE

DEPARTMENT OF HUMAN RESOURCES, LEARNING CENTER TO BE USED ON A PER-COURSE BASIS.



WHEREAS, an RFP was administered (RFP No. 09-0012) and three proposals were

received; and,



WHEREAS, the proposal submitted by Business Resource Center met all proposal

requirements and is deemed most responsive to the RFP; and,



WHEREAS, the term of this contract shall be on a per-course basis, up to one

year, with the option to renew for one additional year. 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 negotiate a contract with

Business resource Center a Division of the Pastoral Institute for Course

Instructors for the Department of Human Resources, Learning Center to be used

on a Per-Course Basis. Funds will be budgeted each fiscal year for this

on-going expense: General Fund - Human Resources ? Human Resources ? HRDR-

Professional Services, 0101-220-1000-HRDR-6311; General Fund - Human Resources

? Human Resources ? HRDR- Consulting Services, 0101-220-1000-HRDR-6315; General

Fund- Human Resources ? Human Resources ? HRDR- Contractual Services,

0101-220-1000-HRDR-6319.

__________________________________



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

the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM H?

A RESOLUTION

NO. ________



A RESOLUTION AUTHORIZING PAYMENT TO MCMATH-TURNER CONSTRUCTION COMPANY

(COLUMBUS, GEORGIA), IN THE AMOUNT OF $72,831.00, PLUS PAYMENT FOR ANY

UNFORESEEN CONSTRUCTION OBSTACLES, TO PROVIDE CONSTRUCTION SERVICES FOR AN

EMERGENCY DRAINAGE PROJECT TO CORRECT STREET FLOODING ON 25TH AVENUE.



WHEREAS, an existing storm sewer system, that serves the City right of way, is

undersized and plugged, thus creating flooding conditions for 25th Avenue and

an adjacent property. The City must construct the corrective system through

the property owned by Georgia National Guard. Per Resolution #543-08, Council

authorized the City Manager to obtain a 30 Foot Drainage Easement, located on

Victory Drive, from the Georgia National Guard; and,



WHEREAS, the approval for the easement was finally received from the Georgia

National Guard in March. Due to the recent heavy rains and consequent flooding

issues, the City Manager authorized the Engineering Department to obtain price

quotes for the project and proceed on an emergency basis. The following

vendors visited the site, reviewed the construction plans and submitted quotes

to the Engineering Department as follows:



McMath-Turner Construction $ 72,831.00

Earth-Scapes 96,736.95

Kam, Inc. 125,500.00



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

FOLLOWS:



That the City Manager is hereby authorized to make payment to

McMath-Turner Construction Company (Columbus, Georgia), in the amount of

$72,831.00 plus payment for any unforeseen construction obstacles, to provide

construction services for an emergency drainage project to correct street

flooding on 25th Avenue. Funding is available in the FY09 Budget: Special

Projects Fund ? Capital Projects ? Sewer Fund Supported Capital Projects ?

Drainage/Street Improvements ? 25th Avenue Drainage Improvement;

0508-660-2000-CPSF-7622-21096-20090.

______________________________



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

the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM I?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF A CD/DVD PUBLISHING DEVICE

(RIMAGE 5300N-EVEREST PRINTER III SYSTEM) FROM RIMAGE CORPORATION (MINNEAPOLIS,

MN) IN THE AMOUNT OF $17,546.67. THE PURCHASE WILL BE ACCOMPLISHED VIA

SCHEDULE 70 OF THE GSA FEDERAL CONTRACT #GS-35F-0537P.



WHEREAS, the Police Department will use the Rimage System to burn the video

clips from the digital in-car camera systems to DVDs, for storage purposes.

The system currently used by the department only has one burner and cannot keep

up with the volume of video that is being produced by the in-car cameras.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase of a CD/DVD

publishing device (Rimage 5300N-Everest Printer III System) from Rimage

Corporation (Minneapolis, MN) in the amount of $17,546.67. The purchase will

be accomplished via Schedule 70 of the GSA Federal Contract #GS-35F-0537P.

Funds are available in the FY09 Budget: General Fund ? Police ? Support

Services ? Capital Expenditures Over $5,000; 0101-400-2200-STAF-7761.

______________________________



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

the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

Attachments


No attachments for this document.

Back to List