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.