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 #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.

Back to List