Agenda Item #6
Columbus Consolidated Government
Council Meeting
April 30, 2009
Agenda Report #387
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) BALL FIELD FENCING ? BRITT DAVID PARK (RE-BID) ? RFB NO. 09-0032
It is requested that Council authorize the execution of a construction contract
with Long Fence Company, Inc., in the amount of $31,200.00, for ball field
fencing. Long Fence Company, Inc., will remove existing ball field fencing and
install a new fence system at Little League Field Number 2 in Britt David Park.
Request for bid postcard invitations were mailed to fifty-six vendors and
specifications were posted on the webpage of the Purchasing Division. Six bids
were received on March 20, 2009. This bid has been advertised, opened and
reviewed. The bidders were:
Bidder Bid Amount
Long Fence Company (Chantilly, VA) $ 31,200.00
Maulding & Cook Fence Co. (Marietta, GA) 39,790.00
American Imperial Fence, Inc. (Ozark, AL) 41,461.00
Denny Enterprises (Columbus, GA) 44,757.00
B. W. West Georgia Fence (Carrollton, GA) 45,871.00
Georgia Fence Wholesale (Columbus, GA) 72,890.00
Funds are budgeted in the FY09 Budget: General Fund Supported Capital Projects
- Capital Expenditures Over $5000 - Britt David Fence;
0508-660-1000-CPGF-7761-22251-20080.
(B) COMMUNITY WEATHER STATION NETWORK ? RFB NO. 09-0003
It is requested that Council authorize the purchase of eight (8) weather
stations from Climatronics Corporation (Newtown, PA), in the amount of
$52,652.00.
The weather stations will be used by the Engineering, Public Services and
Fire/EMS/Homeland Security Departments to monitor local rainfall, wind
velocities and direction, among other parameters. The telemetry of these
stations will be placed on the City's website for the entire community to
access. These stations will be placed throughout the community at City owned
facilities and will be connected wirelessly through the internet to
desktop/laptop computers.
Bid specifications were posted on the City?s website. Bid responses were
received on November 5, 2008 from five bidders. This bid has been advertised,
opened and reviewed. This solicitation was delayed due to funding issues. The
bidders were:
RFB NO. 09-0003; COMMUNITY WEATHER STATION NETWORK
Option 1 Option 2
Vendors
Unit Cost (8 Units)
Total Cost
Unit Cost (8 Units)
Total Cost
Installation
Grand Total
Climatronics (Newton, PA)
$6,581.55
$52.652.00
NO BID
AWS Convergence (Germantown, MD) 1
$5,800.00
$46,400.00
$5,800.00
$46,400.00
$20,000.00
$66,400.00
All Weather Inc (Sacramento, CA)
$18,591.00
$166,658.00
$18,591.00
$166,658.00
$20,000.00
$186,658.00
Jace Chandler (Homewood, AL)
$21,715.60
$173,724.80
$26,215.60
$209,724.80
Included
$209,724.80
Campbell Scientific (Logan, UT)
No Bid
$8,654.14
$69,233.12
$11,000.00
$80,733.12
1 AWS Convergence failed to meet specifications on the wireless console. The
vendor has been notified in writing and given the opportunity to respond.
Funds were approved in the FY09 Budget: Lease Revenue Bonds/2003a ? Finance ?
CBA 2003a Storm Water Enhancements ? Capital Expenditures Over $5,000 ? Storm
Water Enhancements; 0554-200-2439-CBA-7761.
* * * * * * * *
(C) 4X2 CREW CAB LONG BED PICKUP TRUCK ? RFB NO. 09-0036
It is requested that Council authorize the purchase of one 4x2 crew cab long
bed pickup truck from Wade Ford (Smyrna, GA), in the amount of $19,191.00.
The pickup truck is a replacement unit that will be used by the maintenance
crewman of the Metra Transit System for the upkeep of bus stops, which include:
trash pick-up, supply pick-up, lawn work, and various other details.
Bid specifications were posted on the City?s website. Bid responses were
received on April 1, 2009 from eight bidders. This bid has been advertised,
opened and reviewed. The bidders were:
Vendor Unit Cost
Wade Ford (Smyrna, GA) $ 19,191.00
Legacy Ford (McDonough, GA) $ 19,830.00
Carl Gregory (Columbus, GA) $ 19,942.00
Rivertown Ford (Columbus, GA) $ 19,993.00
Hardy Chevrolet (Gainesville, GA) $ 23,299.80
Sledge Chevrolet (Manchester, GA) $ 23,489.00
Gordon Augusta (Augusta, GA) $ 23,639.80
Rick Hendrick Chevrolet (Duluth, GA) $ 23,926.00
The Georgia State Contract price for a 4x2 Crew Cab Long Bed Pickup Truck is
$20,090.00. If ordered from State Contracted vendor, Allen Vigil, and paid
within 20 days of receipt of vehicle, the City would receive a 5% discount and
the total price would be $19,285.00.
Funds are budgeted in FY09 Budget: Transportation Fund ? METRA FTA ? Light
Trucks; 0751-610-2400-MFTA-7722; (City 10%; Federal 80% and state 10%).
* * * * * * *
(D) HOUSEHOLD HAZARDOUS WASTE RECYCLING PROJECT
It is requested that Council approve the reimbursement payment to Keep Columbus
Beautiful Commission in the amount of $45,495.80 for the Household Hazardous
Waste Recycling project.
Keep Columbus Beautiful Commission organized and sponsored the Great American
Clean Up ? Household Hazardous Waste Recycling project, held in March, 2009 for
the Columbus Consolidated Government.
Funds are budgeted in the FY09 Budget: Integrated Waste Management Fund ?
Public Services ? Recycling ? Contractual Services; 0207-260-3520-RCYL-6319.
* * * * * * *
(E) TASERS FOR THE POLICE DEPARTMENT
It is requested that Council authorize the purchase of one hundred (100)
tasers, plus related supplies, (i.e. holsters and taser cartridges) from DGG
Taser, Inc., (Jacksonville, FL) in the amount of $104,000.00. The tasers and
related supplies will be issued to new officers. The Police Department will
use the tasers as an additional tool in the Less Lethal Program. Tasers
provide an option that could prevent the necessity for ?deadly force,? thereby
possibly preventing serious injury to an officer, or a citizen taken into
custody.
Taser International is the manufacturer of the less lethal Taser. The
authorized distributor for public safety entities in Georgia is DGG Taser,
Inc. Therefore this purchase is considered an only know source procurement,
per the Procurement Ordinance, Section 3-114.
Funds are budgeted in the FY09 Budget: Lost/Public Safety Fund ? Police ?
Public Safety Lost ? Capital Expenditures Under $5,000; 0102 ? 400 ? 9900 ?
LOST ? 7763.
* * * * * * *
(F) PAYMENT FOR RELOCATION OF OVERHEAD UTILITY LINES
It is requested that Council authorize payment to Georgia Power in the amount
of $12,131.00 to relocate overhead power lines for the River Walk Project.
Upon payment, Georgia Power will relocate the current overhead utility lines,
located at Front Avenue and 12th Street, to underground. The work is needed to
enhance the current streetscapes project at Front Avenue and 12th Street and
also eliminate existing utility conflicts with the River Walk Project.
Funds are available in the FY09 Budget: 1999 SPLOST Fund ? General Fund
Supported Capital Projects ? Professional Services;
0508-660-1000-CPGF-6311-22905-20090.
* * * * * * *
(G) PURCHASE OF UPGRADE TO ArcGIS SERVER LICENSE
It is requested that Council approve the purchase of an upgrade to the ArcGIS
Server from ESRI (Duluth, Georgia) in the amount of $20,000.00.
The upgrade is needed to meet the City?s spatial data business requirements, as
well as, support the new GIS data viewer and download application. The upgrade
provides additional extensions such as: 3D Analyst, Spatial Analyst,
Geostatistical Analyst, and Network Analyst. It will also
provide the City with the software necessary to deploy mobile mapping
applications. The need for this upgrade was discovered during the defining
requirements phase of the server upgrade/migration project.
ESRI is the software developer and is therefore considered the only known
source to provide the upgrade.
Funds are pending carryover in the FY09 Budget: General Fund ? Engineering ?
Geographic Information Systems ? Consulting; 0101- 250 ? 2400 ? GIS ? 6315.
* * * * * * *
(H) PURCHASE OF TWO WEB-BASED PRODUCTS FOR THE GIS SYSTEM
It is requested that Council approve the purchase of two web-based products
(Data Download and Map Book) from Geographic Information Services, Inc., in the
amount of $10,000.00.
Data Download will streamline the entire data request and production process
allowing users to download data based on layer, viewable extent, and selected
set. Data Download demonstrates its flexibility in that the data can be
downloaded into various formats, such as GIS or CAD. The Map Book component
will automate the entire map book general process removing the GIS Department
from the paper map production process.
Per Resolution #527-08, Council approved the procurement of GIS Consulting
Services from Geographic Information Services, Inc., to assist the City in the
migration to and implementation of ESRI?s ArcGIS9.2 Server Enterprise
software. The two requested web-based modules are a further enhancement of
the migration and implementation project. Geographic Information Services is
the developer of the software and is therefore considered the only known source.
Funds are pending carryover in the FY09 Budget: General Fund ? Engineering ?
Geographic Information Systems ? Consulting; 0101- 250 ? 2400 ? GIS ? 6315.
* * * * * * *
(I) 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 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. Proposals were received on
December 19, 2008 from the following twelve 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 the Human Resources Department, Finance Department and
Mayor?s Office. The committee also consisted of two non-voting advisory
members 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: Employee Health
& Life Insurance Fund ? Human Resources ? Health Insurance Fees ? Professional
Services; 0850-220-3320-HLTH-6311.
* * * * * * *
(J) 14-PASSENGER MINI-BUSES (RE-BID) - RFB NO. 09-0039
It is requested that Council authorize the purchase of four (4) 14-passenger
mini-buses from National Bus Sales (Marietta, GA) in the amount of $155,972.00.
The vans are replacement units and will be used by the Parks and Recreation
Department to transport youth and senior participants to programs and events in
and out of town.
Bid invitations were mailed to fifty-three vendors and the specifications were
posted on the City?s website. Bid responses were received on April 1, 2009
from five bidders. This bid has been advertised, opened and reviewed. The
bidders were:
Vendors (4 units)
Unit Cost Total Cost
National Bus Sales (Marietta, GA) $ 38,993.00 $ 155,972.00
International Bus Group (College Park, GA) $ 39,517.00
$ 158,068.00
Transportation South (Pelham, AL) $ 39,600.00 $
158,400.00
Peachstate Freightliner (Jefferson, GA) $ 43,655.00 $
174,620.00
Sledge Automotive (Manchester, GA) $ 43,800.00 $
175,200.00
Funds for three buses in the amount of $116,979.00 are pending carryover in the
FY09 Budget: General Fund ? Parks and Recreation ? Recreation Services ?
Automobiles; 0101-270-2400-RECR ?7721; and funds for one bus in the amount of
$38,993.00 are pending carryover in the FY09 Budget: General Fund ? Parks and
Recreation ? Senior Citizen?s Center ? Automobiles; 0101-270-4435-SRCR ?7721.
* * * * * * *
(K) FOOD & BEVERAGE MANAGEMENT SERVICES FOR COLUMBUS CIVIC CENTER (ANNUAL
CONTRACT ? RFP NO. 09-0014
It is requested the Council approve the contract negotiation with Boston
Culinary Group for Food and Beverage Management Services for Columbus Civic
Center. The firm will provide the following professional services:
Provide all equipment, supplies, personnel, uniforms etc., necessary to provide
food and beverage services.
Own the required alcoholic beverage permits and licenses expressly for the
Columbus Civic Center and the Operator shall use them subject to the provisions
of the alcoholic beverage laws of the City of Columbus and the State of
Georgia. The City shall have the sole right to determine at which events
alcoholic beverages may be sold.
Operate the food services facilities in a professional and resourceful manner,
complying with all public health regulations including a Grade A sanitation
rating to the satisfaction of all authorized Health Department Officials.
Post a sign board of all articles for sale and the price of each article in and
around each concession stand.
Provide first quality and wholesome food, beverages, candy and other items sold
or kept for sale, which shall conform in all respects to all applicable
federal, state, county health statues, ordinances and regulations.
Comply with industry standards of beer, wine and other alcoholic beverages
regarding quality, quantity, storage and handling.
Make a capital investment at the facility related to the food and beverage
services. Contractor shall provide the City with copies of invoices for all
leasehold improvements, equipment and smallwares for purposes of establishing
an inventory of Operator?s investment and to fulfill the investment commitment
of proposal.
Provide marketing plan for catering and concession services to increase City
Commissions. Demonstrate creative initiatives to maximize food and beverage
sales.
In exchange for electricity, gas and water, the Contractor will pay the
Columbus Civic Center a percentage of its gross revenue proceeds.
The term of this contract shall be for two years beginning July 1, 2009, with
an option to renew for three additional one year periods. Contract renewal
will be contingent upon the mutual agreement of the City and the Contractor.
Request for proposal postcard invitations were mailed to eleven (11) vendors
and the specifications were posted on the City?s website. This RFP has been
advertised, opened and evaluated. Three proposals were received on March 13,
2009 from the following offerors:
Boston Culinary Group (Cambridge, MA)
Ovations Food Services (Lutz, FL)
Aramark Sports (Philadelphia, PA)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Columbus Civic Center, Columbus Cottonmouths Hockey
Team and Columbus Lion Arena Football Team. The committee also consisted of
one non-voting Advisory member from the Columbus Civic Center. 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 revenue projections have been submitted to the City
Manager in a separate memo for informational purposes.
Funds will be deposited into the following Revenue Accounts: Civic Center Fund
? Civic Center ? HOCK ? Food Service Contract-Civic, 0757-160-2100-HOCK-4587;
Civic Center Fund ? Civic Center ? FOTB ?Food Service Contract-Civic,
0757-160-2200-FOTB-4587; Civic Center Fund ? Civic Center ? EVNT ? Food Service
Contract-Civic, 0757-160-2500-EVNT-4587; Civic Center Fund ? Civic Center ?
HOCK ? Catering Service, 0757-160-2100-HOCK-4576; Civic Center Fund ? Civic
Center ? FOTB ? Catering Service, 0757-160-2200-FOTB-4576; Civic Center Fund ?
Civic Center ? EVNT ? Catering Service, 0757-160-2500-EVNT-4576; Civic Center
Fund ? Government Wide Revenue ? Government Wide Revenue ? Miscellaneous,
0757-099-1999-4837.
?ITEM A?
A RESOLUTION
NO.__________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
LONG FENCE COMPANY, INC., IN THE AMOUNT OF $31,200.00 FOR BALL FIELD FENCING.
WHEREAS, Long Fence Company, Inc., will remove existing ball field
fencing and install a new fence system at Little League Field Number 2 in Britt
David Park.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with Long Fence Company, Inc., in the amount of $31,200.00, for ball
field fencing. Funds are budgeted in the FY09 Budget: General Fund Supported
Capital Projects - Capital Expenditures Over $5000 - Britt David Fence;
0508-660-1000-CPGF-7761-22251-20080.
_________________
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 B?
A RESOLUTION
NO.__________
A RESOLUTION AUTHORIZING THE PURCHASE OF EIGHT (8) WEATHER STATIONS
FROM CLIMATRONICS CORPORATION (NEWTOWN, PA), IN THE AMOUNT OF $52,652.00.
WHEREAS, the weather stations will be used by the Engineering, Public
Services and Fire/EMS/Homeland Security Departments to monitor local rainfall,
wind velocities and direction, among other parameters. The telemetry of these
stations will be placed on the City's website for the entire community to
access. These stations will be placed throughout the community at City owned
facilities and will be connected wirelessly through the internet to
desktop/laptop computers.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase of eight (8)
weather stations from Climatronics Corporation (Newtown, PA), in the amount of
$52,652.00. Funds were approved in the FY09 Budget: Lease Revenue Bons/2003a
? Finance ? CBA 2003a Storm Water Enhancements ? Capital Expenditures Over
$5,000 ? Storm Water Enhancements; 0554-200-2439-CBA-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
?ITEM C?
A RESOLUTION
NO.__________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE 4X2 CREW CAB LONG BED
PICKUP TRUCK FROM WADE FORD (SMYRNA, GA), IN THE AMOUNT OF $19,191.00.
WHEREAS, the pickup truck is a replacement unit that will be used by
the maintenance crewman of the Metra Transit System for the upkeep of bus
stops, which include: trash pick-up, supply pick-up, lawn work, and various
other details.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one 4x2 crew cab
long bed pickup truck from Wade Ford (Smyrna, GA), in the amount of
$19,191.00. Funds are budgeted in FY09 Budget: Transportation Fund ? METRA FTA
? Light Trucks; 0751-610-2400-MFTA-7722; (City 10%; Federal 80% and state 10%).
_________________________
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 REIMBURSEMENT PAYMENT TO KEEP COLUMBUS
BEAUTIFUL COMMISSION IN THE AMOUNT OF $45,495.80 FOR THE HOUSEHOLD HAZARDOUS
WASTE RECYCLING PROJECT.
WHEREAS, Keep Columbus Beautiful Commission organized and sponsored the Great
American Clean Up ? Household Hazardous Waste Recycling project, held in March
2009 for the Columbus Consolidated Government.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to make the reimbursement
payment to Keep Columbus Beautiful Commission in the amount of $45,495.80 for
the Household Hazardous Waste Recycling project. Funds are budgeted in the
FY09 Budget: Integrated Waste Management Fund ? Public Services ? Recycling ?
Contractual Services; 0207-260-3520-RCYL-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 E?
A RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE HUNDRED (100) TASERS, PLUS RELATED
SUPPLIES, (I.E. HOLSTERS AND TASER CARTRIDGES), FROM DGG TASER, INC.,
(JACKSONVILLE, FL) IN THE AMOUNT OF $104,000.00.
WHEREAS, the tasers and related supplies will be issued to new
officers. The Police Department will use the tasers as an additional tool in
the Less Lethal Program. Tasers provide an option that could prevent the
necessity for ?deadly force,? thereby possibly preventing serious injury to an
officer, or a citizen taken into custody; and,
WHEREAS, Taser International is the manufacturer of the less lethal
taser. The authorized distributor for public safety entities in Georgia is DGG
Taser, Inc. Therefore this purchase is considered an only Known Source
procurement, per the Procurement Ordinance, Section 3-114.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one hundred
(100) tasers, plus related supplies, (i.e. holsters and taser cartridges), from
DGG Taser, Inc., (Jacksonville, FL) in the amount of $104,000.00. Funds are
budgeted in the FY09 Budget: Lost/Public Safety Fund ? Police ? Public Safety
Lost ? Capital Expenditures Under $5,000; 0102 ? 400 ?9900 ?LOST ? 7763.
__________________
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 PAYMENT TO GEORGIA POWER IN THE AMOUNT OF $12,131.00
TO RELOCATE OVERHEAD POWER LINES FOR THE RIVER WALK PROJECT.
WHEREAS, upon payment Georgia Power will relocate the current overhead
utility line, located at Front Avenue and 12th Street, to underground; and,
WHEREAS, the work is needed to enhance the current streetscapes project at
front Avenue and 12th Street and also eliminate existing utility conflicts with
the River Walk Project.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to Georgia
Power in the amount of $12,131.00 to relocate overhead power lines for the
River Walk Project. Funds are available in the FY09 Budget: 1999 SPLOST Fund
? General Fund Supported Capital Projects ? Professional Services;
0508-660-1000-CPGF-6311-22905-20090.
_____________________________
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 G?
A RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING THE PURCHASE OF AN UPGRADE TO THE ARCGIS SERVER FROM
ESRI (DULUTH, GEORGIA) IN THE AMOUNT OF $20,000.00.
WHEREAS, the upgrade is needed to meet the City?s spatial data business
requirements, as well as, support the new GIS data viewer and download
application. The upgrade provides additional extensions such as: 3D Analyst,
Spatial Analyst, Geostatistical Analyst, and Network Analyst. It will also
provide the City with the software necessary to deploy mobile mapping
applications. The need for this upgrade was discovered during the defining
requirements phase of the server upgrade/migration project; and,
WHEREAS, ESRI is the software developer and is therefore considered the only
known source to provide the upgrade.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase an upgrade to
the ArcGIS Server from ESRI (Duluth, Georgia) in the amount of $20,000.00.
Funds are pending carryover in the FY09 Budget: General Fund ? Engineering ?
Geographic Information Systems ? Consulting; 0101- 250 ? 2400 ? GIS ? 6315.
_____________________________
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 THE PURCHASE OF TWO WEB-BASED PRODUCTS (DATA DOWNLOAD
AND MAP BOOK) FROM GEOGRAPHIC INFORMATION SERVICES, INC., IN THE AMOUNT OF
$10,000.00.
WHEREAS, Data Download will streamline the entire data request and
production process allowing users to download data based on layer, viewable
extent, and selected set. Data Download demonstrates its flexibility in that
the data can be downloaded into various formats, such as GIS or CAD. The Map
Book component will automate the entire map book general process removing the
GIS Department from the paper map production process; and,
WHEREAS, per Resolution #527-08, Council approved the procurement of GIS
Consulting Services from Geographic Information Services, Inc., to assist the
City in the migration to and implementation of ESRI?s ArcGIS9.2 Server
Enterprise software. The two requested web-based modules are a further
enhancement of the migration and implementation project. Geographic
Information Services is the developer of the software and is therefore
considered the only known source.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two web-based
products (Data Download and Map Book) from Geographic Information Services,
Inc., in the amount of $10,000.00. Funds are pending carryover in the FY09
Budget: General Fund ? Engineering ? Geographic Information Systems ?
Consulting; 0101- 250 ? 2400 ? GIS ? 6315.
_____________________________
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 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: 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 ____________, 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 J?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE FOUR (4) 14-PASSENGER MINI-BUSES
FROM NATIONAL BUS SALES (MARIETTA, GA) IN THE AMOUNT OF $155,972.00.
WHEREAS, the vans are replacement units and will be used by the Parks
and Recreation Department to transport youth and senior participants to
programs and events in and out of town.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase four (4)
14-passenger mini-buses from National Bus Sales (Marietta, GA) in the amount of
$155,972.00. Funds for three buses in the amount of $116,979.00 are pending
carryover in the FY09 Budget: General Fund ? Parks and Recreation ? Recreation
Services ? Automobiles; 0101-270-2400-RECR ?7721; and funds for one bus in the
amount of $38,993.00 are pending carryover in the FY09 Budget: General Fund ?
Parks and Recreation ? Senior Citizen?s Center ? Automobiles;
0101-270-4435-SRCR ?7721.
___________________________
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 K?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH BOSTON CULINARY
GROUP FOR FOOD AND BEVERAGE MANAGEMENT SERVICES FOR COLUMBUS CIVIC CENTER.
WHEREAS, an RFP was administered (RFP No. 09-0014) and three proposals were
received; and,
WHEREAS, the proposal submitted by Boston Culinary Group 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
Boston Culinary Group for Food and Beverage Management Services for Columbus
Civic Center. Funds will be deposited into the following Revenue Accounts:
Civic Center Fund ? Civic Center ? HOCK ? Food Service Contract-Civic,
0757-160-2100-HOCK-4587; Civic Center Fund ? Civic Center ? FOTB ?Food Service
Contract-Civic, 0757-160-2200-FOTB-4587; Civic Center Fund ? Civic Center ?
EVNT ? Food Service Contract-Civic, 0757-160-2500-EVNT-4587; Civic Center Fund
? Civic Center ? HOCK ? Catering Service, 0757-160-2100-HOCK-4576; Civic Center
Fund ? Civic Center ? FOTB ? Catering Service, 0757-160-2200-FOTB-4576; Civic
Center Fund ? Civic Center ? EVNT ? Catering Service, 0757-160-2500-EVNT-4576;
Civic Center Fund ? Government Wide Revenue ? Government Wide Revenue ?
Miscellaneous, 0757-099-1999-4837.
_______________________
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.