Columbus City Bulletin

Bulletin #21 May 27, 2006

Proceedings of City Council Saturday, May 27, 2006

SIGNING OF LEGISLATION

(Unless otherwise noted all legislation listed in this bulletin was signed by Council President Matthew Habash, on the night of the Council meeting, Monday, May22, 2006; Mayor, Michael B. Coleman on Tuesday, May23, 2006 and attested by the City Clerk, Andrea Blevins prior to Bulletin publishing.)

The City Bulletin Official Publication of the City of Columbus

Published weekly under authority of the City Charter and direction of the City Clerk. The Office of Publication is the City Clerk’s Office, 90 W. Broad Street, Columbus, 43215, 614-645-7380. The City Bulletin contains the official report of the proceedings of Council. The Bulletin also contains all ordinances and resolutions acted upon by council, civil service notices and announcements of examinations, advertisements for bids and requests for professional services, public notices; and details pertaining to official actions of all city departments. If noted within ordinance text, supplemental and support documents are available upon request to the City Clerk’s Office.

Columbus City Bulletin (Publish Date 05/27/06) 2 of 243

Council Journal (minutes)

Columbus City Bulletin (Publish Date 05/27/06) 4 of 243 Office of City Clerk City of Columbus 90 West Broad Street Columbus OH Journal - Final 43215-9015 columbuscitycouncil.org

ELECTRONIC READING OF MEETING DOCUMENTS AVAILABLE DURING COUNCIL OFFICE HOURS. CLOSED CAPTIONING IS AVAILABLE IN COUNCIL CHAMBERS. ANY OTHER SPECIAL NEEDS REQUESTS SHOULD BE DIRECTED TO THE CITY CLERK'S OFFICE AT 645-7380 BY FRIDAY PRIOR TO THE COUNCIL MEETING. Monday, May 22, 2006 5:00 PM Columbus City Council

Columbus City Council Journal May 22, 2006

REGULAR MEETING NO. 26 OF COLUMBUS CITY COUNCIL, MAY 22, 2006 at 5:00 P.M. IN COUNCIL CHAMBERS. ROLL CALL

Present: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash READING AND DISPOSAL OF THE JOURNAL

A motion was made by President Pro-Tem Mentel, seconded by Mr. Boyce, to Dispense with the reading of the Journal and Approve. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash C0013-2006 THE FOLLOWING COMMUNICATIONS WERE RECEIVED IN THE CITY CLERK'S OFFICE AS OF WEDNESDAY, MAY 17, 2006:

New Type: D1 To: Jnyd LLC 811 Highland St Bsmt & Patio Columbus, Ohio 43215 permit # 418679

New Type: D1 To: Lindo Mexico Restaurant Inc DBA Lindo Mexico Restaurant 3203 Sullivant Av Columbus, Ohio 43204 permit # 52167980005

New Type: D1 To: Camilles Columbus 1 Ltd DBA Camilles Sidewalk Cafes 1305 W Lane Av Columbus, Ohio 43221 permit # 12061800005

City of Columbus 1 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 5 of 243 Columbus City Council Journal May 22, 2006

New Type: C1, C2 To: La Michoacana Mexican Market LLC DBA La Michoacana Fresh Market 1 2175 Morse Rd Columbus, Ohio 43229 permit # 49571990010

New Type: D5A, D6 To: Mackenzies Beverage Services LLC DBA Embassy Suites Hotel 2700 Corporate Exchange Dr Columbus, Ohio 43231 permit # 5402846

New Type: D1 To: LSK Services LLC 7520 High Cross Blvd Columbus, Ohio 43235 permit # 5326003

Transfer Type: D1, D2, D3, D3A, D6 To: Richard F Miller Cynda Search DBA Rafters Bar & Grill 4404 Indianola Av Columbus, Ohio 43214 From: Cynda E Search DBA Rafters Bar & Grill 4404 Indianola Av Columbus, Ohio 43214 permit # 5999162

Transfer Type: D1, D2, D3, D6 To: Ciel Corp 3945 Easton Station Columbus, Ohio 43219 From: Hama LLC DBA Restaurant Hama - Sushi in Columbus 3945 Easton Station Columbus, Ohio 43219 permit # 1483926

Transfer Type: D2, D2X, D3, D3A, D6 To: Pudas Inc 894 W Broad St & Patio Columbus, Ohio 43222 From: Colombinis Bar & Grill Inc DBA Colombinis Sports Diner 894 W Broad St & Patio Columbus, Ohio 43222 permit # 71080220005

City of Columbus 2 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 6 of 243 Columbus City Council Journal May 22, 2006

Transfer Type: D5, D6 To: G & J Pubs Inc DBA Murphy McFlips 1037 Polaris Pkwy Columbus, Ohio 43240 From: Murphy McFlips Inc 1037 Polaris Pkwy Columbus, Ohio 43240 permit # 2977563

Transfer Type: D1, D3 To: Charles F Brown DBA High Street Bar 2324 W Broad St 1st Fl Bsmt & Patio Columbus, Ohio 43204 From: Daniel L Pizzurro DBA El Grotto 2324 W Broad St 1st Fl Bsmt & Patio Columbus, Ohio 43204 permit # 09986500005

Transfer Type: D1, D2, D3, D3A To: 5316 North High Street Inc 5316 N High St Columbus, Ohio 43214 From: Zarczynski Enterprises Inc DBA VIP Lounge 5316 N High St Columbus, Ohio 43214 permit # 2760904

Transfer Type: C1, C2 To: Safco Food & Oil Co DBA Marathon Gas Station 1010 Harmon Av Columbus, Ohio 43223 From: Adnan Inc DBA Fast & Fair 1010 Harmon Av Columbus, Ohio 43224 permit # 7649044

Transfer Type: D5 To: 1058 CC Road Inc 1058 Country Club Rd Columbus, Ohio 43227 From: 1120 NH Inc DBA Spirits on High 1120 N High St 1st Fl Columbus, Ohio 43201 permit # 8842555

City of Columbus 3 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 7 of 243 Columbus City Council Journal May 22, 2006

Transfer Type: D1, D3, D3X, D6 To: 2222 Henderson LLC 2507 Summit St 1st Fl & Patio Columbus, Ohio 43202 From: Bob Evans Farms Inc DBA Bob Evans 6193 Cleveland Av Columbus, Ohio 43231 permit # 9116394

Stock Type: D1, D3, D3A, D6 To: Lynn Enterprises Ohio Inc 1690 W Mound St Columbus, Ohio 43223 permit # 5371541

Advertise 5/27/06 Return 6/05/06 Read and Filed RESOLUTIONS OF EXPRESSION TAVARES

0092X-2006 To proclaim the month of May as Foster Care Awareness month in the City of Columbus. Sponsors: Charleta B. Tavares

A motion was made by Ms. Tavares, seconded by Ms. Thomas, that this matter be Adopted. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash HABASH

0091X-2006 To honor and recognize the members of the Indian Mound Wrestling Team for their success in the 2006 Grade School State Wrestling Tournament. Sponsors: Matthew D. Habash

A motion was made by President Habash, seconded by President Pro-Tem Mentel, that this matter be Adopted. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash ADDITIONS OR CORRECTIONS TO THE AGENDA

THE FOLLOWING ORDINANCES WERE REMOVED FROM THE CONSENT PORTION OF THE AGENDA AND VOTED ON LATER IN THE MEETING: PUBLIC SERVICE & TRANSPORTATION: 0875-2006 FIRST READING OF 30-DAY LEGISLATION

City of Columbus 4 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 8 of 243 Columbus City Council Journal May 22, 2006

A MOTION WAS MADE BY COUNCILMEMBER BOYCE, SECONDED BY COUNCILMEMBER TAVARES TO WAIVE THE READING OF THE TITLES OF FIRST READING LEGISLATION. THE MOTION CARRIED THE FOLLOWING VOTE: AFFIRMATIVE: 7 NEGATIVE: 0 ADMINISTRATION: BOYCE, CHR. MENTEL HUDSON HABASH

0869-2006 FR To authorize the Director of Finance and Management, for the Department of Technology to purchase replacement desktop computers and related equipment and accessories on behalf of the Department of Development from a pre-established universal term contract with Resource One; to authorize the expenditure of $62,700.00 from the Department of Technology Internal Service Fund; ($62,700.00) Read for the First Time JOBS AND ECONOMIC DEVELOPMENT COMMITTEE: HUDSON, CHR. O'SHAUGHNESSY THOMAS HABASH 0842-2006 FR To authorize the appropriation of $114,810 from the Capital South Fund; to authorize the Director of the Department of Development to enter into an agreement with the Columbus Downtown Development Corporation; and to authorize the expenditure of $114,810 from the Capital South Fund. ($114,810.00) Read for the First Time SAFETY & JUDICIARY: MENTEL, CHR. BOYCE THOMAS HABASH

0889-2006 FR To authorize the Director of Public Safety to execute a contract modification with Kenneth W. Borror for E-911 Consulting Services for the Department of Public Safety, Division of Support Services, and to authorize the expenditure of $30,531.00 from the General Fund. ($30,531.00). Read for the First Time 0925-2006 FR To authorize and direct the Finance Director to enter into a contract with Arrow Energy, Inc. for purchase of jet fuel for the Division of Police; to authorize the expenditure of $217,000.00 from the General Fund. ($217,000.00) Read for the First Time DEVELOPMENT: O'SHAUGHNESSY, CHR. HUDSON TAVARES HABASH

0911-2006 FR To accept the application (AN06-001) of Kenneth R. Gunn, et al. for the annexation of certain territory containing 1.32 ± Acres in Orange Township. Read for the First Time PUBLIC SERVICE & TRANSPORTATION: O'SHAUGHNESSY, CHR. HUDSON TAVARES HABASH 0754-2006 FR To authorize the Public Service Director to write off as uncollectible unpaid amounts totaling $64,125.31 that were invoiced by and owed to the Public Service Department, Transportation Division, for traffic calming services rendered in connection with the 2001, 2002 and 2003 Heritage Festivals. Read for the First Time 0794-2006 FR To authorize the Director of the Public Service Department to execute those documents required to transfer that right-of-way identified as the unimproved fifteen foot wide alley east of Mulberry Street from the alley south of Old

City of Columbus 5 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 9 of 243 Columbus City Council Journal May 22, 2006

Leonard Avenue to vacated Patton Avenue to Jerry D. Robinson, Willie L. Gaddis and Melvin Hoston for a total of $1,684.61 and to waive the competitive bidding provisions of Columbus City Codes. Read for the First Time 0812-2006 FR To authorize the Public Service Director to reimburse the Electricity Division for costs germane to the design and installation of streetlights at the intersection of West Fifth Avenue and Lakeshore Drive for the Transportation Division and to authorize the expenditure of $20,000.00 or so much thereof as may be necessary for this purpose from the 1995, 1999, 2004 Streets and Highways Fund. ($20,000.00) Read for the First Time 0817-2006 FR To authorize the Public Service Director to enter into a Guaranteed Maximum Cost Agreement with Grant/Riverside Methodist Hospitals Corporation for the construction of downtown streetscape improvements on Sixth Street, Town Street, State Street and Grant Avenue for the Transportation Division; to waive the competitive bidding requirements of the Columbus City Code, 1959, and to authorize the expenditure of $350,000.00 from the 1995, 1999, 2004 Voted Streets and Highways Fund. ($350,000.00) Read for the First Time 0858-2006 FR To accept the plat titled SUMMERLYN SECTION 1, from BROAD/GALLOWAY ASSOCIATES, LLC, an Ohio limited liability company, by M/I HOMES OF CENTRAL OHIO, LLC, an Ohio limited liability company, Managing Member, by STEPHEN M. CAPLINGER, Vice President Land Operations and DOMINION HOMES, INC., an Ohio corporation, Member, by JOSEPH A. SUGAR III, Vice President - Land Acquisition. Read for the First Time 0860-2006 FR To accept the plats titled THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 1 and THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 2, from BEAZER HOMES INVESTMENTS, LLC, a Delaware liability company, by MARK HOSTETTLER, Vice President of Finance. Read for the First Time 0882-2006 FR To accept the plats titled WAGGONER TRACE SECTION 2 PART 1, WAGGONER TRACE SECTION 2 PART 2 and WAGGONER TRACE SECTION 2 PART 3, from M/I HOMES OF CENTRAL OHIO, LLC, an Ohio limited liability company, by STEPHEN M. CAPLINGER, Vice President Land Operations. Read for the First Time 0896-2006 FR To authorize the Public Service Director to enter into an agreement with the Director of the Ohio Department of Transportation to grant consent and propose cooperation with the State of Ohio for the reconstruction of MSE wall structures at eight bridge locations at Morse Road and I-270. ( $0 ) Read for the First Time 0900-2006 FR To authorize the Public Service Director to enter into an agreement with the Director of the Ohio Department of Transportation to grant consent and propose cooperation with the State of Ohio for the construction of noise wall structures along IR71 from Fifth Avenue to the pedestrian bridge over IR71 south of SR161. ( $0 )

City of Columbus 6 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 10 of 243 Columbus City Council Journal May 22, 2006

Read for the First Time 0914-2006 FR To accept various DEEDS for real property to be used as road right-of-way and to dedicate and name those properties as Cosgray Road, Harrisburg Pike and Hopkins Avenue, Menerey Lane, Menery Lane, Sunbury Road, Sawmill Road, Lehman Road, Morse Road, Wilson Road, Tussing Road, Henderson Road, Griggs Avenue, Watkins Road, Lee Ellen Place, Reed Road, Williams Road, Wilson Road, Hayden Run Road, Edwards Farms Road and Bethel Road. Read for the First Time UTILITIES: THOMAS, CHR. MENTEL O'SHAUGHNESSY HABASH

0791-2006 FR To authorize the Director of Public Utilities to enter into an agreement for professional engineering services with Ribway Engineering Group, Inc.; to provide construction administration services for the Manchester/Hiawatha/Cooke Stormwater System Improvements; to authorize the transfer of $40,000.00 within the Storm Sewer Bond Fund; to authorize an amendment to the 2005 Capital Improvements budget; for the Division of Sewerage and Drainage; and to authorize the expenditure of $40,000.00 within the Storm Sewer Bond Fund. ($40,000.00) Read for the First Time 0809-2006 FR To authorize the Director of Public Utilities to modify the contract for Janitorial Services with K&M Kleening Service, Inc. for the Division of Sewerage and Drainage; and to authorize the expenditure of $188,270.00 from the Sewerage System Operating Fund. ($188,270.00) Read for the First Time RECREATION & PARKS: HABASH, CHR. BOYCE, MENTEL, THOMAS

0087X-2006 FR To support the filing of an application for Cooperative Boating Facility Grant financial assistance through the Ohio Department of Natural Resources Waterway Safety Fund. Read for the First Time CONSENT ACTIONS RESOLUTIONS OF EXPRESSION HABASH

0089X-2006 CA To recognize Cheryl Keeler for 17 years of outstanding service to AFSCME Ohio Council 8. Sponsors: Matthew D. Habash

Adopted TAVARES

0088X-2006 CA To honor and congratulate Nancy Wilson, Host of The King Arts Complex 19th Anniversary Celebration Gala, "The Colors of Passion". Sponsors: Charleta B. Tavares

Adopted 0090X-2006 CA To recognize Columbus's 12th Annual Asian Festival, to be celebrated on May 27 and 28, 2006, at the Franklin Park.

City of Columbus 7 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 11 of 243 Columbus City Council Journal May 22, 2006

Sponsors: Charleta B. Tavares

Adopted ADMINISTRATION: BOYCE, CHR. MENTEL HUDSON HABASH

0755-2006 CA To authorize the Director of Finance and Management, for the Department of Technology to purchase replacement desktop computers and related accessories on behalf of The Columbus Health Department from a pre-established universal term contract with Resource One; to authorize the expenditure of $70,000.00 from the Department of Technology's Internal Service Fund; and to declare and emergency. ($70,000.00) Approved 0831-2006 CA To authorize the Finance and Management Director to extend a contract for the Facilities Management Division with Pad Door Systems for the maintenance and repair of overhead garage doors and entrance doors, to authorize the expenditure of $95,000.00 from the General Fund, and to declare an emergency. ($95,000.00) Approved 0930-2006 CA To authorize the Finance and Management Director to assign to Shelly Materials, Inc., the contract represented by purchase order EL005803 with Miller Pavement Maintenance, Inc., and to declare an emergency. ($-0-) A motion was made by President Pro-Tem Mentel, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Abstained: 1 - Ms. Thomas Affirmative: 6 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, President Pro-Tem Mentel and President Habash 0933-2006 CA To authorize the Director of the Department of Finance and Management to execute a "Tenth Modification of Lease" to shorten the renewal term for the Franklin County Municipal Court Building, from ten years to 5 years and to authorize such other changes as are mutually agreed upon to clarify conflicting language and to reflect allocation of common and maintenance expenses and to declare an emergency. Approved JOBS AND ECONOMIC DEVELOPMENT COMMITTEE: HUDSON, CHR. O'SHAUGHNESSY THOMAS HABASH 0832-2006 CA To authorize the appropriation of $56,024.42 from the Crewville TIF Fund; to authorize and direct the payment of $56,024.42 to Crewville, LP in accordance with the Tax Increment Financing and Economic Development Agreement; to authorize the expenditure of $56,024.42 from the Crewville TIF Fund; and to declare an emergency. ($56,024.42) Approved SAFETY & JUDICIARY: MENTEL, CHR. BOYCE THOMAS HABASH

0805-2006 CA To authorize and direct The Director of Public Safety to modify and extend a contract with Public Safety Systems, Inc. (PSSI), for software support and services for the Computer Aided Dispatch System for the Department of Public Safety, to authorize the expenditure of $116, 850.00 from the Division of Support Services General Fund and to declare an emergency.

City of Columbus 8 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 12 of 243 Columbus City Council Journal May 22, 2006

($116,850.00) Approved 0808-2006 CA To authorize and direct the Finance Director to contract for Nextel services with Sprint Solutions, Inc. for the Division of Police, to authorize the expenditure of $206,500.00 from the General and the General Grant Funds; and to declare an emergency. ($206,500.00) Approved 0078X-2006 CA To declare the necessity and intent to appropriate fee simple title and lesser interests in and to real estate in connection with the Sawmill Road at Billingsley Road Improvement project, and to declare an emergency. Adopted 0080X-2006 CA To declare the necessity and intent to appropriate permanent and construction easements in, over, under and through real estate in connection with the McKinley Avenue 36" Water Main, and to declare an emergency. Adopted 0893-2006 CA To authorize and direct the Director of Finance and Management, to enter into contract with Leeds Precision Instruments, Inc., in accordance with the Sole Source procurement; to authorize the expenditure of $64,354.00 from the General Government Grant Fund; and to declare an emergency. ($64,354.00) Approved 0947-2006 CA To authorize and direct the Administrative Judge of the Franklin County Municipal Court to enter into contract with Southeast, Inc. for up to $42,500 for provision of case management support for the Court's mental health docket; to authorize the expenditure of an amount not to exceed $42,500 from the general government grant fund; and to declare an emergency. ($42,500.00) Approved 0949-2006 CA To authorize and direct the Administrative Judge of the Franklin County Municipal Court to enter into contract with National Alliance for the Mentally Ill Ohio for up to $32,760 for provision of a crime prevention specialist for the Court's mental health docket; to authorize the expenditure of an amount not to exceed $32,760 from the general government grant fund; and to declare an emergency. ($32,760.00) A motion was made by President Pro-Tem Mentel, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Abstained: 1 - Ms. Tavares Affirmative: 6 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Thomas, President Pro-Tem Mentel and President Habash DEVELOPMENT: O'SHAUGHNESSY, CHR. HUDSON TAVARES HABASH

0881-2006 CA To authorize assessments for weed and solid waste removal on properties in violation of weed and solid waste regulations as set forth in the Columbus City Code; and to declare an emergency. Approved

City of Columbus 9 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 13 of 243 Columbus City Council Journal May 22, 2006

PUBLIC SERVICE & TRANSPORTATION: O'SHAUGHNESSY, CHR. HUDSON TAVARES HABASH 0740-2006 CA To amend the 2005 Capital Improvements Budget; to authorize the transfer of $180,000.00 between projects within the 1995, 1999, 2004 Voted Streets and Highways Fund; to authorize the Finance and Management Director to establish purchase orders for the purchase of sign posts, aluminum sign blanks, strain poles, polyvinyl chloride (PVC) conduit, rigid conduit, steel, thermoplastic pavement marking materials and preformed plastic pavement markings for the Transportation Division per the terms and conditions of eight existing citywide universal term contracts with as many vendors; to authorize the expenditure of $770,000.00 or so much thereof as may be necessary from the 1995, 1999, 2004 Voted Streets and Highways Fund; and to declare an emergency. ($770,000.00) Approved 0787-2006 CA To authorize the Finance and Management Director to enter into a contract with the McLean Company for the purchase of an asphalt recycler for the Transportation Division; to authorize the expenditure of $139,076.00 from the 1995, 1999, 2004 Voted Streets and Highways Fund; and to declare an emergency. ($139,076.00) Approved 0788-2006 CA To authorize the Finance and Management Director to enter into two contracts for the purchase of two vibratory rollers from Nations Rent and two trailers from Rocks Trailer Sales, Incorporated, for $79,400.00 and $9,920.00, respectively, for the Transportation Division; to authorize the expenditure of $89,320.00 from the 1995, 1999, 2004 Voted Streets and Highways Fund; and to declare an emergency. ($89,320.00) Approved 0820-2006 CA To authorize the Public Service Director to enter into agreement with the Director of the Ohio Department of Transportation for this US Route 62 urban paving project; to authorize the expenditure of $150,924.57 within the 1995, 1999, 2004 Voted Street and Highway Fund and appropriate and authorize the expenditure of $21,543.43 from the the Street and Highway Improvement Fund; and to declare an emergency. ($172,468.00) Approved 0828-2006 CA To authorize and direct the Finance and Management Director to modify and extend the citywide UTC contract for the option to purchase Auto Body Repair Supplies with NAPA Distribution Center, and to declare an emergency. Approved 0834-2006 CA To authorize the Public Service Director to enter into a contract with American Pavements, Incorporated, for the Slurry Seal 2006 project for the Transportation Division; to authorize the expenditure of $357,091.83 from the 1995, 1999, 2004 Voted Streets and Highways Fund and to declare an emergency. ($357,091.83) Approved 0863-2006 CA To authorize the City Attorney's Office, Real Estate Division, to hire professional services relative to the acquisition of the necessary right-of-way and negotiate with the property owners to acquire fee simple title and lesser

City of Columbus 10 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 14 of 243 Columbus City Council Journal May 22, 2006

interests in and to those parcels needed for the Longrifle Road project for the Transportation Division; to expend $150,000.00 of so much thereof as may be needed for this purpose from the 1995, 1999, 2004 Voted Streets and Highways Fund and to declare an emergency. ($150,000.00) Approved HEALTH, HOUSING & HUMAN SERVICES: TAVARES, CHR. BOYCE THOMAS HABASH 0797-2006 CA To authorize and direct the Board of Health to enter into contract with Act 1 Videotape Production, Inc., to authorize the expenditure of $23,000 from the Health Department Grants Fund, and to declare an emergency. ($23,000) Approved 0829-2006 CA To authorize the Board of Health to enter into a contract with Converse Electric for electrical services; to authorize the expenditure of $17,839.00 from the Voted 1999 Health Renovation Fund; and to declare an emergency. ($17,839.00) Approved 0884-2006 CA To authorize the Columbus Health Department to enter into a revenue contract with the City of Worthington for the provision of public health services in the amount of $25,298, and to declare an emergency. ($25,298) Approved UTILITIES: THOMAS, CHR. MENTEL O'SHAUGHNESSY HABASH

0851-2006 CA To authorize the Director of Public Utilities to enter into a contract with Miller Pipeline Corporation. for the O'Shaughnessy Dam Miscellaneous Improvements - 48" Culvert Joint Sealing, for the Division of Water, to authorize the expenditure of $35,351.00 from the Waterworks Enlargement Voted 1991 Bonds Fund, to amend the 2005 C.I.B. and to declare an emergency ($35,351.00) Approved 0872-2006 CA To authorize and direct the Finance and Management Director to modify and extend the UTC contract for the option to purchase Giarida and Cryptosporidium Sample Analysis and to declare an emergency. Approved 0874-2006 CA To authorize and direct the Finance and Management Director to modify and extend the UTC contract for the option to purchase MMO-MUG Materials and to declare an emergency. Approved RECREATION & PARKS: HABASH, CHR. BOYCE MENTEL THOMAS

0849-2006 CA To authorize and direct the Executive Director of Recreation and Parks to grant consent to an organization to apply for permission to sell alcoholic beverages at the 2006 WaterFire on the Mile, and to declare an emergency. Approved APPOINTMENTS

A0059-2006 CA Reappointment of Lavea Brachman, 39 S. Parkview Ave., Columbus, Ohio 43209, to serve on the Columbus Urban Growth Board of Trustees effective May 1, 2005 and with a new term expiration date of April 30, 2008 (resume a

City of Columbus 11 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 15 of 243 Columbus City Council Journal May 22, 2006

ttached). Read and Approved A0060-2006 CA Reappointment of Sherry Keys-Hebron, 6042 Medallion Drive West, Westerville, Ohio 43082 to serve on the Columbus Urban Growth Board of Trustees effective May 1, 2006 with a new term expiration date of April 30, 2009 (resume attached). Read and Approved A0061-2006 CA Appointment of Bob McLauglin, Columbus Downtown Development Corp., 20 E. Broad Street, Suite 100, Columbus, Ohio 43215 to serve on the Columbus Urban Growth Board of Trustees for the remainder of Michael Flowers unexpired term ending on April 30, 2007 (resume attached). Read and Approved A0062-2006 CA Appointment of Aaron M. Riley, 3379 Crossing Hill Way, Columbus, Ohio 4319, to the Columbus Community Relations Commission with a new term expiration date of May 31, 2009 (resume attached) A motion was made by President Pro-Tem Mentel, seconded by Ms. Hudson, that this matter be Read and Approved. The motion carried by the following vote: Abstained: 1 - Ms. Thomas Affirmative: 6 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, President Pro-Tem Mentel and President Habash Passed The Consent Agenda

A motion was made by President Pro-Tem Mentel, seconded by Ms. Hudson, including all the preceding items marked as having been approved on the Consent Agenda. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash EMERGENCY, TABLED AND 2ND READING OF 30-DAY LEGISLATION FINANCE: BOYCE, CHR. O'SHAUGHNESSY TAVARES HABASH

0939-2006 To establish a new authorized strength ordinance for various city divisions; to repeal ordinance 0674-2006, and to declare an emergency. A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash ADMINISTRATION: BOYCE, CHR. MENTEL HUDSON HABASH

0675-2006 To authorize the Director of the Office of Education to accept, appropriate and expend monies from the Jobs Growth Fund from the Department of Development, $100,000; from the Public Service Department Community Development Block Grant fund, $155,287.00; and to authorize the appropriation of $473,810.00 to the Office of Education within the Jobs Growth Fund as allocated by City Council; to accept and appropriate $282,000 grant form COWIC; to authorize the expenditure and enter into contract with 3 agencies to support summer employment programs for

City of Columbus 12 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 16 of 243 Columbus City Council Journal May 22, 2006

Columbus youth from June 1-August 31, 2006; and to declare an emergency. ($1,011,097.00). A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Taken from the Table. The motion carried by the following vote: Abstained: 1 - Ms. Tavares Affirmative: 6 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Thomas, President Pro-Tem Mentel and President Habash A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Approved. The motion failed by the following vote: Abstained: 1 - Ms. Tavares Affirmative: 0 Negative: 6 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Thomas, President Pro-Tem Mentel and President Habash 0980-2006 To authorize the Director of the Office of Education to accept, appropriate and expend monies from the Jobs Growth Fund from the Department of Development, $100,000; from the Public Service Department Community Development Block Grant fund, $155,287.00; and to authorize the appropriation of $473,810.00 to the Office of Education within the Jobs Growth Fund as allocated by City Council; to accept and appropriate $382,000 grant from COWIC; to authorize the expenditure and enter into contract with 2 agencies to support summer internship programs for Columbus youth from June 1-August 31, 2006; and to declare an emergency. ($1,111,097.00) A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Abstained: 1 - Ms. Tavares Affirmative: 6 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Thomas, President Pro-Tem Mentel and President Habash 0823-2006 To authorize the Finance and Management Director to enter into contract for the Facilities Management Division with Jess Howard Electric Co. for the replacement of fire alarm and fire sprinkler systems at various Fire Division locations, to authorize the expenditure of $350,147.00 from the General Government Grant Fund; to authorize the expenditure of $199,623.00 from the Safety Voted Bond Fund, and to declare an emergency. ($549,770.00). A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0833-2006 To authorize the Department of Technology to donate miscellaneous computer equipment to Mt. Vernon District Improvement Association, to waive Section 329.30 of the Columbus City Codes, 1959, which governs the sale of city-owned personal property; and to declare an emergency. A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Tabled Indefinitely. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash

City of Columbus 13 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 17 of 243 Columbus City Council Journal May 22, 2006

0841-2006 To authorize the Director of the Department of Technology on behalf of the Department of Public Utilities, to modify and extend the contract with Indus Utility Systems, Incorporated for software maintenance, to authorize the expenditure of $452,395.00 from the Department of Technology information services fund; and to declare an emergency ($452,395.00) A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0886-2006 To amend Ordinance No. 2944-1999, as amended, by amending Sections 4, Compensation Plan; 5, Classifications and Assigned Rates of Pay; 12(H), Vacation Leave for Certain City Officials; 14(T), Sick Leave for Certain City Officials; and 15, Disability Program; and to declare an emergency. A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0929-2006 To authorize the Finance and Management Director to modify a contract for the Facilities Management Division with eS Architecture and Development, Inc. in order to develop a plan to physically consolidate, in one location within 757 Carolyn Avenue, appropriate employees from the Departments of Development, Public Service and Public Utilities' plat and construction plans review staff into a single review location, to authorize the expenditure of $119,500.00 from the Facilities Management Capital Improvement Fund, and to declare an emergency. ($119,500.00). A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash JOBS AND ECONOMIC DEVELOPMENT: HUDSON, CHR. O'SHAUGHNESSY THOMAS HABASH 0807-2006 To authorize and direct the payment of $23,496.53 to Virginia Homes, Ltd. in accordance with the Downtown Office Incentive agreement; and to authorize the expenditure of $23,496.53 from the General Fund. ($23,496.53) A motion was made by Ms. Hudson, seconded by President Pro-Tem Mentel, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0826-2006 To authorize the Director of Development to enter into an agreement with Oasis Properties for a tax abatement of sixty-five percent (65%) for a period of seven (7) years in consideration of a proposed $2.3 million investment in real property and the creation of eighteen (18) new jobs; and to declare an emergency. A motion was made by Ms. Hudson, seconded by President Pro-Tem Mentel, that this matter be Approved. The motion carried by the following vote:

City of Columbus 14 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 18 of 243 Columbus City Council Journal May 22, 2006

Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash SAFETY & JUDICIARY: MENTEL, CHR. BOYCE THOMAS HABASH

1069-2005 To authorize the Public Safety Director to enter into a contract with Pamela S. Krivda of Krivda Law Offices, LLC for external investigative services in connection with allegations of misconduct in the Division of Fire, Fire Prevention Bureau/Inspection Section, to waive the competitive bidding provisions of the Columbus City Codes, to authorize the expenditure of Eighty-Thousand Dollars ($80,000.00), and to declare an emergency. A motion was made by President Pro-Tem Mentel, seconded by Mr. Boyce, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0664-2006 To provide for salaries, wages, and working conditions for the positions of Fire Chief and Assistant Fire Chief who are not part of the International Association of Fire Fighters, Local 67 bargaining unit; to repeal existing Ordinance No. 125-2001, as amended; and to declare an emergency. A motion was made by President Pro-Tem Mentel, seconded by Mr. Boyce, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0676-2006 To provide for salaries, wages, and benefits for the classifications of Police Chief and Police Deputy Chief who are not part of the FOP, Capital City Lodge No. 9 bargaining unit; to repeal Ordinance No. 1258-2004; and to declare an emergency. A motion was made by President Pro-Tem Mentel, seconded by Mr. Boyce, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0901-2006 To authorize an appropriation of $1,160,293.00 from the unappropriated balance of the Law Enforcement Contraband Seizure Fund to the Division of Police, to purchase equipment, supplies, and services; and to declare an emergency. ($1,160,293.00) A motion was made by President Pro-Tem Mentel, seconded by Mr. Boyce, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0910-2006 To authorize and direct the City Attorney to settle the lawsuit of Mark Cramblit, et al. v. City of Columbus, et al., United States District Court, Southern District of Ohio, Eastern Division, Case No. C2-05-301, to authorize the expenditure of $150,000.00, and to declare an emergency.

City of Columbus 15 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 19 of 243 Columbus City Council Journal May 22, 2006

A motion was made by President Pro-Tem Mentel, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0916-2006 To authorize the City Attorney to enter into the second year of a two year flat-fee contract with LexisNexis for the provision of on-line legal research services, to authorize the expenditure of Fifty-Seven Thousand Nine Hundred Eighty-Four Dollars ($57,984.00), to waive the competitive bidding requirements of Chapter 329 of the Columbus City Codes, and to declare an emergency. ($57,984.00) A motion was made by President Pro-Tem Mentel, seconded by Mr. Boyce, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0922-2006 To authorize and direct the Director of Finance and Management to enter into contracts for purchase of unmarked police vehicles for Mayor's Summer Safety Initiative Project, to waive the provisions of competitive bidding; and to authorize the transfer and expenditure of $168,675.00 from the General Fund for the Division of Police; and to declare an emergency. ($168,675.00) A motion was made by President Pro-Tem Mentel, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash DEVELOPMENT: O'SHAUGHNESSY, CHR. HUDSON TAVARES HABASH

0819-2006 To authorize and direct the Finance and Management Director to modify and extend the existing citywide contract for the option to purchase voice mail services, from Voicecom, to waive competitive bidding requirements and to declare an emergency. A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash PUBLIC SERVICE & TRANSPORTATION: O'SHAUGHNESSY, CHR. HUDSON TAVARES HABASH 0726-2006 To appropriate $166,155 within the Pay As We Grow Northwest Corridor Area Fund; to authorize the Public Service Director to make payment to Lifestyle Communities for design services for the widening of Hayden Run Road consistent with the Memorandum of Understanding for financial commitments for infrastructure improvements based on the Pay As We Grow Plan for the Hayden Run Corridor; to authorize the expenditure of $166,155 or so much thereof as may be needed from the Pay As We Grow Northwest Corridor Area Fund and $29,845 from the 1995, 1999, 2004 Voted Streets and Highways Fund and to declare an emergency.

City of Columbus 16 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 20 of 243 Columbus City Council Journal May 22, 2006

($196,000) A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0746-2006 To appropriate $1,237,253.00 within the Pay As We Grow Northwest Corridor Area Fund; to authorize the City Auditor to transfer $748,695.00 between projects within this Fund; to authorize the Public Service Director to pay the Franklin County Engineer $1,300,000.00 for right-of-way acquisition, design and construction services for the Hayden Run Road/Cosgray Road intersection improvement project consistent with the Pay As We Grow Plan for the Hayden Run corridor; to authorize the expenditure of $1,237,253.00 from the Pay As We Grow Northwest Corridor Area Fund and $62,747.00 from the 1995, 1995, 2004 Streets and Highways Fund and to declare an emergency. ($1,300,000.00) A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Approved. The motion carried by the following vote: Abstained: 1 - Ms. Thomas Affirmative: 6 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, President Pro-Tem Mentel and President Habash 0838-2006 To grant consent and propose cooperation with Empire Ventures/6200 East Broad Street, LLC ("Continental") to provide design services for the improvement of East Broad Street tax increment financing (TIF) projects consistent with the Tax Increment Financing Agreement for East Broad Street corridor TIF projects authorized by Ordinance 1159-2005; to authorize the Public Service Director to enter into agreement(s) with Continental as necessary to complete the design of these improvements for the Transportation Division; and to declare an emergency. ($-0-) A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Amended to 30 day. The motion carried by the following vote: Abstained: 3 - Ms. Hudson, Ms. Thomas and President Habash Affirmative: 4 - Mr. Boyce, Ms. O'Shaughnessy, Ms. Tavares and President Pro-Tem Mentel 0856-2006 To authorize the Director of the Public Service Department to execute those documents required to transfer that right-of-way identified as a portion of Denton Alley, from Lisle Alley to Wager Street, grant an aerial encroachment easement over a portion of the intersection of Denton Alley and Lisle Alley and grant foundation encroachment easements into the south side of Denton Alley near its intersection with Lisle Alley to Children's Hospital at no charge as recommended by the Land Review Commission, to waive the competitive bidding provisions of Columbus City Codes; and to declare an emergency. A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Tabled Indefinitely. The motion carried by the following vote:

City of Columbus 17 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 21 of 243 Columbus City Council Journal May 22, 2006

Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0887-2006 To authorize the Public Service Director to enter into contract with Resource International, Incorporated, for construction materials testing and inspection services for the Transportation Division; to authorize the expenditure of $350,000.00 or so much thereof as may be needed from the Development Services Fund; and to declare an emergency. ($350,000.00) A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0899-2006 To authorize the Director of the Public Service Department to execute those documents required to transfer that right-of-way identified as the unimproved alley north of Stewart Avenue from Parsons Avenue to the alley east thereof to Pizza Hut of America, Inc., for a total of $1,843.63, to waive the competitive bidding provisions of Columbus City Codes and to declare an emergency. A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0875-2006 To amend Ordinance 1844-2005 to reflect an expenditure for the Morse Road Phase I (OPWC) Improvement project being authorized from the State Issue Two Street Project Fund instead of the 1995, 1999, 2004 Voted Streets and Highways Fund for the Transportation Division and to declare an emergency. ($59,575.82) A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Amended as submitted to the Clerk. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Approved as Amended. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0860-2006 To accept the plats titled THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 1 and THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 2, from BEAZER HOMES INVESTMENTS, LLC, a Delaware liability company, by MARK HOSTETTLER, Vice President of Finance. A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Amended to Emergency. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash

City of Columbus 18 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 22 of 243 Columbus City Council Journal May 22, 2006

A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Approved as Amended. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0882-2006 To accept the plats titled WAGGONER TRACE SECTION 2 PART 1, WAGGONER TRACE SECTION 2 PART 2 and WAGGONER TRACE SECTION 2 PART 3, from M/I HOMES OF CENTRAL OHIO, LLC, an Ohio limited liability company, by STEPHEN M. CAPLINGER, Vice President Land Operations. A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Amended to Emergency. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash A motion was made by Ms. O'Shaughnessy, seconded by Ms. Tavares, that this matter be Approved as Amended. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash HEALTH, HOUSING & HUMAN SERVICES: TAVARES, CHR. BOYCE THOMAS HABASH 0521-2006 To authorize the appropriation of $9,495.00 from the unappropriated balance of the Emergency Human Services Fund to the Department of Development; to authorize the Director of the Department of Development to enter into a grant agreement with and provide grant monies to the Cambodian Mutual Assistance Association; to authorize the expenditure of $9,495.00 from the Emergency Human Services Fund; and to declare an emergency. ($9,495.00) A motion was made by Ms. Tavares, seconded by Ms. Thomas, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0802-2006 To authorize the Board of Health to enter into a contract with Access Health Columbus for primary care services, to authorize the expenditure of $125,000 from the Health Special Revenue Fund, and to declare an emergency. ($125,000) A motion was made by Ms. Tavares, seconded by Ms. Thomas, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0926-2006 To authorize the Director of the Department of Development to release the recorded interest of the City of Columbus in the property located at 1561 E. Fourth Avenue; and to declare an emergency. A motion was made by Ms. Tavares, seconded by Ms. Thomas, that this matter be Approved. The motion carried by the following vote:

City of Columbus 19 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 23 of 243 Columbus City Council Journal May 22, 2006

Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash UTILITIES: THOMAS, CHR. MENTEL O'SHAUGHNESSY HABASH

0837-2006 To authorize the Director of Public Utilities to negotiate and enter into a contract for purchase power, to waive provisions of Columbus City Code relating to award of contracts through the request for proposal process, to authorize the expenditure of $1.00 from the Electricity Operating Fund and to declare an emergency. ($1.00) A motion was made by Ms. Thomas, seconded by Ms. Tavares, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0840-2006 To authorize the Public Service Director to enter into contract with the Africentric Personal Development Shop (APDS), Incorporated, to abate negative environmental conditions and develop community beautification projects within a target area bounded by Whittier Street, Mooberry Street, Parsons Avenue and Rhoads Avenue for the Refuse Collection Division, Keep Columbus Beautiful Program, consistent with the anti-gang initiative intent of a grant received from the United States Department of Justice; to authorize the expenditure of $23,500.00 or so much thereof as may be needed from the General Government Grant Fund; and to declare an emergency. ($23,500.00) A motion was made by Ms. Thomas, seconded by Ms. Tavares, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0880-2006 To authorize the Director of Public Utilities to reimburse Schottenstein Management Company for over-payment of Stormwater charges, to authorize a revenue reduction transaction of $27,571.87 and to declare an emergency. ($27,571.87) A motion was made by Ms. Thomas, seconded by Ms. Tavares, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash RECREATION & PARKS: HABASH, CHR. BOYCE MENTEL THOMAS

0836-2006 To authorize the Executive Director of the Department of Recreation and Parks to execute various agreements by and between the City of Columbus and the Greater Columbus Habitat for Humanity authorizing Greater Columbus Habitat for Humanity to remove recyclable materials from structures purchased by the City as a part of the Milo Grogan Recreational Center Expansion; to waive the competitive bidding provisions of Columbus City Codes; and to declare an emergency. A motion was made by President Habash, seconded by Mr. Boyce, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0931-2006 To authorize the Director of Recreation and Parks to enter into a contract

City of Columbus 20 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 24 of 243 Columbus City Council Journal May 22, 2006

with the Columbus Zoological Park Association to provide transportation, shirts and novelties for children from Recreation and Parks' playgrounds to the Columbus Zoo and Aquarium as a part of the 2006 Melvin B. Dodge Summer Zoo Days, and to declare an emergency. A motion was made by President Habash, seconded by Mr. Boyce, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash 0087X-2006 To support the filing of an application for Cooperative Boating Facility Grant financial assistance through the Ohio Department of Natural Resources Waterway Safety Fund. A motion was made by President Habash, seconded by Mr. Boyce, that this matter be Amended as submitted to the Clerk. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash A motion was made by President Habash, seconded by Mr. Boyce, that this matter be Waived the 2nd Reading. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash A motion was made by President Habash, seconded by Mr. Boyce, that this matter be Approved as Amended. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash RULES & REFERENCE: HABASH, CHR. MENTEL HUDSON TAVARES

0223-2006 To amend various sections of Chapter 329 of the Columbus City Codes, 1959 to provide for the purchase of materials, supplies, equipment, construction and services from environmentally preferable bidders or offerors. Sponsors: Kevin L. Boyce

A motion was made by Mr. Boyce, seconded by Ms. Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash ADJOURNMENT

A motion was made by Mr. Boyce, seconded by Ms. Hudson, to adjourn this Regular Meeting. The motion carried by the following vote: Affirmative: 7 - Mr. Boyce, Ms. Hudson, Ms. O'Shaughnessy, Ms. Tavares, Ms. Thomas, President Pro-Tem Mentel and President Habash

ADJOURNED: 6:50 P.M.

City of Columbus 21 of 21 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 25 of 243 Office of City Clerk City of Columbus 90 West Broad Street Columbus OH Journal - Final 43215-9015 columbuscitycouncil.org Zoning Committee

Michael C. Mentel*, Chair All Members

Monday, May 22, 2006 6:30 PM Zoning Committee

Zoning Committee Journal May 22, 2006

REGULAR MEETING NO. 27 OF CITY COUNCIL (ZONING), MAY 22, 2006 AT 6:30 P.M. IN COUNCIL CHAMBERS. ROLL CALL

Present: Chair Mentel: Mr. Boyce: President Habash: Ms. O'Shaughnessy: Tavares: Thomas and Ms. Hudson READING AND DISPOSAL OF THE JOURNAL

A motion was made by Boyce, seconded by Hudson, to Dispense with the reading of the Journal and Approve. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson EMERGENCY, TABLED AND 2ND READING OF 30 DAY LEGISLATION

ZONING: MENTEL, CHR. BOYCE HABASH HUDSON O'SHAUGHNESSY TAVARES THOMAS 0300-2006 To rezone 969 NORTH CASSADY AVENUE (43219), being 41.4± acres located on the west side of North Cassady Avenue, opposite East 10th Avenue, From: L-ARLD, Limited Apartment Residential, AR-3, Apartment Residential, M, Manufacturing, and R-2, Residential Districts, To: CPD, Commercial Planned Development District. (Rezoning # Z05-070) A motion was made by Chair Mentel, seconded by Hudson, that this matter be Amended as submitted to the Clerk. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson A motion was made by Chair Mentel, seconded by Hudson, that this matter be Amended to Emergency. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson

City of Columbus 1 of 6 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 26 of 243 Zoning Committee Journal May 22, 2006

A motion was made by Chair Mentel, seconded by Hudson, that this matter be Approved as Amended. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0479-2006 To rezone 4815 LEPPERT ROAD (43026), being 30.4± acres located at the southwest corner of Leppert and Hayden Run Roads, From: R, Rural District, To: PUD-4, Planned Unit Development and TC, Town Center Districts and to declare an emergency. (Rezoning # Z05-056) A motion was made by Chair Mentel, seconded by Hudson, that this matter be Amended to Emergency. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson A motion was made by Chair Mentel, seconded by Hudson, that this matter be Approved as Amended. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0683-2006 To grant a Variance from the provisions of Section 3332.037, R-2F, Residential District use, of the Columbus City Codes for property located at 2590 NEIL AVENUE (43202), to conform an existing four-unit dwelling in the R-2F, Residential District. (Council Variance CV05-057). A motion was made by Chair Mentel, seconded by O'Shaughnessy, that this matter be Waived the 2nd Reading. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson TABLED UNTIL 06/05/06

A motion was made by Chair Mentel, seconded by O'Shaughnessy, that this matter be Tabled to Certain Date. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0684-2006 To grant a Variance from the provisions of Section 3332.037, R-2F, Residential District use, of the Columbus City Codes for property located at 2596 NEIL AVENUE (43202), to conform an existing four-unit dwelling in the R-2F, Residential District. (Council Variance CV05-058). A motion was made by Chair Mentel, seconded by Hudson, that this matter be Waived the 2nd Reading. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson TABLED UNTIL 06/05/06

City of Columbus 2 of 6 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 27 of 243 Zoning Committee Journal May 22, 2006

A motion was made by Chair Mentel, seconded by Hudson, that this matter be Tabled to Certain Date. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0685-2006 To grant a Variance from the provisions of Section 3332.037, R-2F, Residential District use, of the Columbus City Codes for property located at 2602 NEIL AVENUE (43202), to conform and existing four-unit dwelling in the R-2F, Residential District. (Council Variance CV05-059). A motion was made by Chair Mentel, seconded by Hudson, that this matter be Waived the 2nd Reading. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson TABLED UNTIL 06/05/06

A motion was made by Chair Mentel, seconded by Hudson, that this matter be Tabled to Certain Date. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0719-2006 To rezone 3356 MORSE ROAD (43231), being 4.1± acres located on the north side of Morse Road, 675± feet west of Trindel Way, From: CPD, Commercial Planned District, To: L-M, Limited Manufacturing District. (Rezoning # Z05-090) A motion was made by Chair Mentel, seconded by Hudson, that this matter be Amended to Emergency. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson A motion was made by Chair Mentel, seconded by Hudson, that this matter be Amended as submitted to the Clerk. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson A motion was made by Chair Mentel, seconded by Hudson, that this matter be Approved as Amended. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0782-2006 To rezone 6161 EAST BROAD STREET (43213), being 2.61± acres located at the southwest corner of East Broad Street and McNaughten Road, From: C-2, Commercial, and L-M, Limited Manufacturing Districts, To: CPD, Commercial Planned Development District (Rezoning # Z06-001). A motion was made by Chair Mentel, seconded by Boyce, that this matter be Waived the 2nd Reading. The motion carried by the following vote:

City of Columbus 3 of 6 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 28 of 243 Zoning Committee Journal May 22, 2006

Abstained: President Habash and Ms. Hudson Affirmative: Chair Mentel, Mr. Boyce, Ms. O'Shaughnessy, Tavares and Thomas A motion was made by Chair Mentel, seconded by Boyce, that this matter be Tabled Indefinitely. The motion carried by the following vote: Abstained: President Habash and Ms. Hudson Affirmative: Chair Mentel, Mr. Boyce, Ms. O'Shaughnessy, Tavares and Thomas 0795-2006 To amend Ordinance #2217-2003, passed December 15, 2003, for property located at 4505 EAST DUBLIN-GRANVILLE ROAD (43081), by amending the limitation overlay text in Section 3 as it pertains to building height restrictions (Z03-052A). A motion was made by Chair Mentel, seconded by Hudson, that this matter be Waived the 2nd Reading. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson A motion was made by Chair Mentel, seconded by Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0822-2006 To grant a Variance from the provisions of Sections 3332.035, R-3, Residential District; 3332.19, Fronting on a public street; and 3342.08, Driveway, of the Columbus City Codes, for the property located at 244-248 & 250-252 CLINTON HEIGHTS AVENUE (43202), to permit a three-family dwelling and a two-family dwelling on the same lot with reduced development standards in the R-3, Residential District and to declare an emergency. (Council Variance CV06-011) A motion was made by Chair Mentel, seconded by Hudson, that this matter be Amended to Emergency. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson A motion was made by Chair Mentel, seconded by Hudson, that this matter be Approved as Amended. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0852-2006 To grant a Variance from the provisions of Sections 3333.03, AR-3, Apartment Residential District use; 3309.14, Height districts; and 3342.19, Parking space, of the Columbus City Codes for property located at 2708 MORSE ROAD (43231), to permit an AM radio transmission facility within the L-AR-3, Limited Apartment Residential District, and to provide variances to the thirty-five (35) foot height district and parking space requirements (CV06-029).

City of Columbus 4 of 6 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 29 of 243 Zoning Committee Journal May 22, 2006

A motion was made by Chair Mentel, seconded by Boyce, that this matter be Tabled Indefinitely. The motion carried by the following vote: Abstained: Ms. Hudson Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares and Thomas 0878-2006 To rezone 1166 GEMINI PLACE (43240), being 7.00± acres located on the north side of Gemini Place, 2482 +/- feet west of Lyra Drive, From: R, Rural District, To: L-C-4, Limited Commercial District and to declare an emergency. (Rezoning # Z06-004) A motion was made by Chair Mentel, seconded by Hudson, that this matter be Amended to Emergency. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson A motion was made by Chair Mentel, seconded by Hudson, that this matter be Approved as Amended. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0774-2006 To rezone 1169 POLARIS PARKWAY (43240), being 1.52± acres located on the east side of Sancus Boulevard, 800± feet south of Polaris Parkway, From: L-C-4, Limited Commercial District, To: CPD, Commercial Planned Development District (Rezoning # Z05-081). A motion was made by Chair Mentel, seconded by Hudson, that this matter be Waived the 2nd Reading. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson A motion was made by Chair Mentel, seconded by Hudson, that this matter be Approved. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson 0511-2006 To grant a Variance from the provisions of Sections 3332.037, R-2F, Residential District; 3332.18, Basis of computing area; 3332.19, Fronting on a public street; 3332.25, Maximum side yard required; 3332.26, Minimum side yard permitted; 3332.27, Rear yard; and 3342.19, Parking space of the Columbus City Codes for the property located at 356 FOREST STREET (43206), to permit a four-family dwelling and a single-family dwelling with reduced development standards on the same lot zoned in the R-2F, Residential District (Council Variance # CV05-053). A motion was made by Chair Mentel, seconded by Hudson, that this matter be Waived the 2nd Reading. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson

City of Columbus 5 of 6 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 30 of 243 Zoning Committee Journal May 22, 2006

A motion was made by Chair Mentel, seconded by Hudson, that this matter be Tabled Indefinitely. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson THE FOLLOWING ORDINANCE FROM THE CONSENT PORTION OF REGULAR MEETING NO. 26 , MONDAY, MAY 22, 2006 WAS RECONSIDERED UTILITIES: THOMAS, CHR. MENTEL O'SHAUGHNESSY HABASH

0851-2006 To authorize the Director of Public Utilities to enter into a contract with Miller Pipeline Corporation. for the O'Shaughnessy Dam Miscellaneous Improvements - 48" Culvert Joint Sealing, for the Division of Water, to authorize the expenditure of $35,351.00 from the Waterworks Enlargement Voted 1991 Bonds Fund, to amend the 2005 C.I.B. and to declare an emergency ($35,351.00) A motion was made by Habash, seconded by O'Shaughnessy, that this matter be Reconsidered. The motion carried by the following vote: Abstained: Thomas Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares and Ms. Hudson A motion was made by Habash, seconded by O'Shaughnessy, that this matter be Approved. The motion carried by the following vote: Abstained: Thomas Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares and Ms. Hudson

A motion was made by Chair Mentel, seconded by O'Shaughnessy, to adjourn this Regular Meeting. The motion carried by the following vote: Affirmative: Chair Mentel, Mr. Boyce, President Habash, Ms. O'Shaughnessy, Tavares, Thomas and Ms. Hudson

ADJOURNED: 7:00 P.M.

City of Columbus 6 of 6 Printed on 5/24/2006

Columbus City Bulletin (Publish Date 05/27/06) 31 of 243

Ordinances and Resolutions

Columbus City Bulletin (Publish Date 05/27/06) 32 of 243 Office of City Clerk 90 West Broad Street City of Columbus Columbus OH 43215-9015 City Bulletin Report columbuscitycouncil.org

Legislation Number: 0078X-2006

Drafting Date: 04/25/2006 Current Status: Passed

Version: 1 Matter Type: Resolution

Explanation Background:

The following is a resolution to declare the necessity and intent to appropriate fee simple title and lesser interests in and to real estate in connection with the Sawmill Road at Billingsley Road Improvement project.

Fiscal Impact:

N/A

Emergency Justification: Emergency action is requested to allow the acquisition of the parcels necessary for this project to proceed currently as scheduled.

Title To declare the necessity and intent to appropriate fee simple title and lesser interests in and to real estate in connection with the Sawmill Road at Billingsley Road Improvement project, and to declare an emergency.

Body WHEREAS, the City of Columbus is engaged in the Sawmill Road at Billingsley Road Improvement project; and

WHEREAS, an emergency exists in the usual daily operation of the Public Service Department, Transportation Division, in that it is immediately necessary to declare the necessity and intent to appropriate fee simple title and lesser interests in and to the hereinbefore described real estate necessary for the aforementioned project so that there will be no delay in the project thereby preserving the public health, peace, property, safety, and welfare; now, therefore:

BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That this Council hereby declares the necessity and intent to appropriate fee simple title and lesser interests in and to the following described real estate necessary for the Sawmill Road at Billingsley Road Improvement project, Project # 530161, pursuant to and in accordance with the Charter of the City of Columbus, Columbus City Code (1959) Revised, Chapter 909, the Constitution of the State of Ohio and Ohio Revised Code, Chapter 719; to-wit:

1WD Situated in the State of Ohio, County of Franklin, City of Columbus, Quarter Township 1, Township 2, Range 19, United States Military Lands and being part of that 7.024 acre tract conveyed to Dick Ruhl Properties, Inc. of record in Official Record 1650SA08 and described as follows: Beginning, for reference, at monument FCGS 7775 found marking the centerline intersection of Sawmill Road with Billingsley Road, said monument being South 02° 34' 52" West, with said centerline of Sawmill Road, 1931.42 feet from monument FCGS 7772 found; thence North 02° 34' 52" East, with said centerline of Sawmill Road, 56.41 feet; thence South 87° 25' 08" East, leaving said centerline, 42.84 feet to an iron pin set in the east

Columbus City Bulletin (Publish Date 05/27/06) 33 of 243 right-of-way line for said Sawmill Road (Plat Book 57, Page 50), the True Point of Beginning; thence across said 7.024 acre tract, the following courses; South 87° 26' 33" East, 5.00 feet to an iron pin set; South 02° 33' 27" West, 14.00 feet to an iron pin set; South 87° 09' 02" East, 15.00 feet to an iron pin set; South 02° 50' 58" West, 12.63 feet to an iron pin set in the north right-of-way line for said Billingsley Road (Plat Book 57, Page 50); thence with said north right-of-way line and with said east right-of-way line, the following courses; North 87° 09' 02" West, 0.04 feet to a point of curvature; with a curve to the right, having a central angle of 89° 42' 38", a radius of 20.00 feet and an arc length of 31.32 feet, a chord bearing and chord distance of North 42° 17' 43" West, 28.21 feet to a'/4 -inch iron pipe capped 7159 found at a point of tangency; North 02° 33' 27" East, 6.71 feet to the True Point of Beginning. Containing 0.005 acre, more or less, from Auditor's Parcel 590-138156. Iron pins set, where indicated, are iron pipes, thirteen sixteenths (13/16) inch inside diameter, thirty (30) inches long with a plastic plug placed in the top bearing the initials EMHT I

Legislation Number: 0080X-2006

Drafting Date: 04/27/2006 Current Status: Passed

Version: 1 Matter Type: Resolution

Explanation Background: The following is a resolution to declare the necessity and intent to appropriate permanent and construction easements in, over, under and through real estate in connection with the McKinley Avenue 36" Water Main.

Fiscal Impact:

N/A

Emergency Justification: Emergency action is requested to allow the acquisition of the parcels necessary for this project to proceed without delay in order to meet the Division of Water's construction schedule.

Title To declare the necessity and intent to appropriate permanent and construction easements in, over, under and through real estate in connection with the McKinley Avenue 36" Water Main, and to declare an emergency.

Body WHEREAS, the City of Columbus is engaged in the McKinley Avenue 36" Water Main; and,

WHEREAS, an emergency exists in the usual daily operation of the Department of Public Utilities, Division of Water, in that it is immediately necessary to declare the necessity and intent to appropriate permanent and construction easements in, over, under and through the hereinbefore described real estate necessary for the aforementioned project so that there will be no delay in the project thereby preserving the public health, peace, property, safety, and welfare; now, therefore:

BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That this Council hereby declares the necessity and intent to appropriate permanent and construction easements in, over, under and through the following described real estate necessary for the McKinley Avenue 36" Water Main, Project #690448, pursuant to and in accordance with the Charter of the City of Columbus, Columbus City Code (1959) Revised, Chapter 909, the Constitution of the State of Ohio and Ohio Revised Code, Chapter 719; to-wit:

Columbus City Bulletin (Publish Date 05/27/06) 34 of 243 DESCRIPTION OF A 0.131 ACRE WATERLINE EASEMENT LOCATED SOUTH OF DUBLIN ROAD AND EAST OF DUNLAVIN GLEN ROAD CITY OF COLUMBUS, FRANKLIN COUNTY, OHIO

Situate in the State of Ohio, County of Franklin, City of Columbus, lying in Virginia Military Survey 547, and being a 0.131 acre Waterline Easement that lies over and across a 24.743 acre tract (Parcel R) and part of a 20.316 acre tract (Parcel S) conveyed to Specialty Restaurants Corporation, by deed of record in Official Record 6749 A12, all records herein of the Recorder's Office Franklin County, Ohio, said 0.131 acre Waterline Easement being more particularly described as follows: BEGIN FOR REFERENCE, at a point at the centerline intersection of Dublin Road and Dunlavin-Glen Road; Thence North 67°19'16" East, a distance of 133.19 feet, along the centerline of said Dublin Road, to a point; Thence South 22°40'44" East, a distance of 40.00 feet, over and across said Dublin Road, to a point in the southerly right-of-way line of said Dublin Road, said point also being the POINT OF TRUE BEGINNING; Thence the following two (2) courses and distances along the southerly right-of-way line of said Dublin Road: 1. North 67°19'16" East, a distance of 261.64 feet, to a point;.

2. North 78°39'54" East, a distance of 91.51 feet, to a point;

Thence South 67°19'16" West, a distance of 374.74 feet, over and across said 24.743 acre tract and said 20.316 acre tract, to a point in the southerly right-of-way line of said Dublin Road; Thence North 29°43'28" East, a distance of 29.50 feet, along the southerly right-of-way line of said Dublin Road, to the POINT OF TRUE BEGINNING, containing 0.131 acres, more or less. The bearings in the above description are based on the bearing of North 66°35'35" East, for the centerline of Trabue Road, as determined by Franklin County Engineer's Monument #4434 and #4433, based on the Ohio State Plane Coordinate System, South Zone, NAD 83. R.D. ZANDE & ASSOCIATES, INC. Jeffrey D. Hofius Date Registered Surveyor No. S-7455

DESCRIPTION OF A 0.015 ACRE WATERLINE EASEMENT LOCATED EAST OF DUBLIN ROAD AND NORTH OF TRABUE ROAD CITY OF COLUMBUS, FRANKLIN COUNTY, OHIO Situate in the State of Ohio, County of Franklin, City of Columbus, lying in Virginia Military Survey No. 544 and being a 0.015 acre Waterline Easement that lies over and across a 2.409 acre tract (Parcel E) conveyed to Specialty Restaurants Corporation, by deed of record in Official Record 6749 A12, all records herein of the Recorder's Office, Franklin County, Ohio, said 0.015 acre Waterline Easement being more particularly described as follows: BEGIN FOR REFERENCE, at a point in the line common to said 2.409 acre tract and an original 108 acre tract conveyed to Specialty Restaurants Corporation, by deed of record in Official Record 6749 D15, said point also being in the easterly right-of-way line of Dublin Road; Thence North 48°06'14" West, a distance of 72.10 feet, along the easterly right-of-way line of said Dublin Road, to the POINT OF TRUE BEGINNING; Thence the following two (2) courses and distances along the easterly right-of-way lines of said Dublin Road:

Columbus City Bulletin (Publish Date 05/27/06) 35 of 243 1. North 48°06'14" West, a distance of 35.94 feet, to a point; 2. North 41°53'46" East, a distance of 35.93 feet, to a point; Thence South 03°06'24" East, a distance of 50.82 feet, over and across said 2.409 acre tract, to the POINT OF TRUE BEGINNING, containing 0.015 acres, more or less. The bearings in the above description are based on the bearing of North 66°35'35" East, for the centerline of Trabue Road, as determined by Franklin County Engineer's Monument #4434 and #4433, based on the Ohio State Plane Coordinate System, South Zone, NAD 83. R.D. ZANDE & ASSOCIATES, INC. Jeffrey D. Hofius Date Registered Surveyor No. S-7455

DESCRIPTION OF A 0.019 ACRE WATERLINE EASEMENT LOCATED EAST OF DUBLIN ROAD AND NORTH OF TRABUE ROAD CITY OF COLUMBUS, FRANKLIN COUNTY, OHIO

Situate in the State of Ohio, County of Franklin, City of Columbus, lying in Virginia Military Survey No. 544 and being a 0.019 acre Waterline Easement that lies over and across a 2.409 acre tract (Parcel E) conveyed to Specialty Restaurants Corporation, by deed of record in Official Record 6749 A12, all records herein of the Recorder's Office, Franklin County, Ohio, said 0.019 acre Waterline Easement being more particularly described as follows: BEGIN FOR REFERENCE, at a point in the line common to said 2.409 acre tract and an original 108 acre tract conveyed to Specialty Restaurants Corporation, by deed of record in Official Record 6749 D15, said point also being in the easterly right-of-way line of Dublin Road; Thence the following three (3) courses and distances along the easterly right-of-way lines of said Dublin Road:

3. North 48°06'14" West, a distance of 108.04 feet, to a point;

4. North 41°53'46" East, a distance of 40.00 feet, to a point;

5. North 48°06'14" West, a distance of 4.07 feet, to the POINT OF TRUE BEGINNING; Thence North 48°06'14" West, a distance of 67.64 feet, continuing along the easterly right-of-way line of said Dublin Road, to a point; Thence the following three (3) courses and distances over and across said 2.409 acre tract:

1. North 86°53'36" East, a distance of 22.24 feet, to a point;

2. South 48°06'24" East, a distance of 36.18 feet, to a point;

3. South 03°06'24" East, a distance of 22.25 feet, to the POINT OF TRUE BEGINNING, containing 0.019 acres, more or less. The bearings in the above description are based on the bearing of North 66°35'35" East, for the centerline of Trabue Road, as determined by Franklin County Engineer's Monument #4434 and #4433, based on the Ohio State Plane Coordinate System, South Zone, NAD 83. R.D. ZANDE & ASSOCIATES, INC. ______Jeffrey D. Hofius Date Registered Surveyor No. S-7455

Columbus City Bulletin (Publish Date 05/27/06) 36 of 243 DESCRIPTION OF A 0.048 ACRE TEMPORARY EASEMENT LOCATED EAST OF DUBLIN ROAD AND NORTH OF TRABUE ROAD CITY OF COLUMBUS, FRANKLIN COUNTY, OHIO

Situate in the State of Ohio, County of Franklin, City of Columbus, lying in Virginia Military Survey No. 544 and being a 0.048 acre Temporary Easement that lies over and across a 2.409 acre tract (Parcel E) conveyed to Specialty Restaurants Corporation, by deed of record in Official Record 6749 A12, all records herein of the Recorder's Office, Franklin County, Ohio, said 0.048 acre Temporary Easement being more particularly described as follows: BEGIN FOR REFERENCE, at a point in the line common to said 2.409 acre tract and an original 108 acre tract conveyed to Specialty Restaurants Corporation, by deed of record in Official Record 6749 D15, said point also being in the easterly right-of-way line of Dublin Road; Then North 48°06'14" West, a distance of 57.96 feet, along the easterly right-of-way line of said Dublin Road, to the POINT OF TRUE BEGINNING; Thence North 48°06'14" West, a distance of 14.14 feet, continuing along the easterly right-of-way line of said Dublin Road, to a point; Thence North 03°06'24" West, a distance of 50.82 feet, over and across said 2.409 acre tract, to a point in the easterly right-of-way line of said Dublin Road; Thence the following two (2) courses and distances along the easterly right-of-way line of said Dublin Road:

1. North 41°53'46" East, a distance of 4.07 feet, to a point;

2. North 48°06'14" West, a distance of 4.07 feet, to a point;

Thence the following three (3) courses and distances over and across said 2.409 acre tract:

1. North 03°06'24" West, a distance of 22.25 feet, to a point;

2. North 48°06'24" West, a distance of 36.18 feet, to a point;

3. South 86°53'36" West, a distance of 22.24 feet, to a point in the easterly right-of-way line of said Dublin Road; Thence the following two (2) courses and distances along the easterly right-of-way line of said Dublin Road:

1. North 48°06'14" West, a distance of 8.29 feet, to a point;

2. South 41°53'46" West, a distance of 8.30 feet, to a point; Thence South 86°53'36" West, a distance of 44.83 feet, over and across said 2.409 acre tract, to a point in the easterly right-of-way line of said Dublin Road; Thence North 48°06'14" West, a distance of 14.14 feet, along the easterly right-of-way line of said Dublin Road; Thence the following three (3) courses and distances over and across said 2.409 acre tract:

1. North 86°53'36" East, a distance of 92.95 feet, to a point;

2. South 48°06'24" East, a distance of 44.46 feet, to a point;

3. South 03°06'24" East, a distance of 92.96 feet, to the POINT OF TRUE BEGINNING, containing 0.048 acres, more or less. The bearings in the above description are based on the bearing of North 66°35'35" East, for the centerline of Trabue Road, as determined by Franklin County Engineer's Monument #4434 and #4433,

Columbus City Bulletin (Publish Date 05/27/06) 37 of 243 based on the Ohio State Plane Coordinate System, South Zone, NAD 83. R.D. ZANDE & ASSOCIATES, INC. ______Jeffrey D. Hofius Date Registered Surveyor No. S-7455

EXHIBIT A

DESCRIPTION OF PARCEL 0.050 ACRES SUBTERRANEAN EASEMENT TRABUE ROAD

Subterranean (Subsurface) Easement- Extending Vertically Between NAVD 88 Elevations 794.00 and 786.00; Situate in the State of Ohio, County of Franklin, City of Columbus, lying in Virginia Military Survey No. 530, and being a permanent 0.050 acre subterranean easement area where no structure, or part of a structure, shall extend below elevation 786.00 feet, and being a part of lands conveyed to Pennsylvania Lines LLC by deed of record in Instrument Number 200212180325195, and as shown on the Railroad Valuation Map V-4 Ohio/3 of the Pittsburgh, Cincinnati, Chicago, and St. Louis Railway, records of the Recorder's Office, Franklin County, Ohio and 0.050 acre subterranean easement area being bounded and more particularly described as follows: Begin for Reference at Franklin County Monument #4433, at the intersection of the existing westerly right-of-way line of said Railroad, with the existing right-of-way centerline of Trabue Road (County Road 27), in the common line between Virginia Military Survey 530 and 544, and being 0.00 feet right of Trabue Road Centerline Station 38+57.92; Thence South 56°43'57" East, a distance of 35.47 feet along the existing westerly right-of-way line of said Railroad, and along the existing right-of-way line of McKinley Avenue, as recorded in Deed Book 222, Page 142, to the intersection with the existing southerly right-of-way line of said Trabue Road, being 30.00 feet right of Trabue Road Centerline Station 38+77.36; Thence South 56°12'25" East, a distance of 146.63 feet along the existing westerly right-of-way line of said Railroad, and along the existing right-of-way line of McKinley Avenue, to a point being 154.75 feet right of Trabue Road Centerline Station 3+54.44, and being the Point of True Beginning:

Thence North 33°47'35" East, a distance of 71.94 feet across said Railroad lands, to a point in the existing easterly right-of-way line of said Railroad, being 116.93 feet right of Trabue Road Centerline Station 40+15.64; Thence South 58°28'33" East, a distance of 30.02 feet along the existing easterly right-of-way line of said Railroad, and along the westerly line of that 29.737 acre tract as conveyed to Marble Cliff Crossing Apartments, LLC, by deed of record in Instrument Number 200107310174871, to a point in the existing easterly right-of-way line of said Railroad, being 141.83 feet right of Trabue Road Centerline Station 40+32.42; Thence South 33°47'35" West, a distance of 73.13 feet across said Railroad lands, to a point in the existing westerly right-of-way line of said Railroad, and in the existing easterly right-of-way line of said McKinley Avenue, being 180.27 feet right of Trabue Road Centerline Station 39+70.20; Thence North 56°12'25" West, a distance of 30.00 feet, along the existing westerly right-of-way line of said Railroad, and along the existing easterly right-of-way line of said McKinley Avenue, to the Point of True Beginning. Said easement contains a volume of the vertical planes between elevations 794.00 and 786.00 contains17405.532 cubic feet, more or less, and the area of the horizontal plane at elevation 794.00 contains 0.050 acres (2175.691 square feet), more or less. Of the above described area, 0.050 acres is contained within the Franklin County Auditor's Parcel

Columbus City Bulletin (Publish Date 05/27/06) 38 of 243 010-153757 and V.M.S. Number 530; The bearing datum of the afore-described parcel is based on the bearing of North 66°35'35" East, for the centerline of Trabue Road, 2157.92 feet between Franklin County Monument # 4434 and #4433, based on the Ohio State Plane Coordinate System, South Zone, Nad 83. R.D. ZANDE & ASSOCIATES, INC. Jeffrey D. Hofius, P.S. Registered Surveyor No. 7455

DESCRIPTION OF A 0.071 ACRE WATERLINE EASEMENT LOCATED SOUTH OF DUBLIN ROAD AND EAST OF DUNLAVIN GLEN ROAD CITY OF COLUMBUS, FRANKLIN COUNTY, OHIO

Situate in the State of Ohio, County of Franklin, City of Columbus, lying in Virginia Military Survey 547, and being a 0.071 acre Waterline Easement that lies over and across a 11.21 acre tract (Parcel Q) and part of a 1.172 acre tract (Parcel O) conveyed to Specialty Restaurants Corporation, by deed of record in Official Record 6749 A12, all records herein of the Recorder's Office Franklin County, Ohio, said 0.071 acre Waterline Easement being more particularly described as follows: BEGIN FOR REFERENCE, at a point in the line common to said 1.172 acre tract and a 24.743 acre tract (Parcel R) conveyed to Specialty Restaurants Corporation, by deed of record in Official Record 6749 A12, said point also being in the southerly right-of-way line of said Dublin Road; Thence North 56°44'53" East, a distance of 127.71 feet, along the southerly right-of-way line of said Dublin Road, to the POINT OF TRUE BEGINNING; Thence North 56°44'53" East, a distance of 173.54 feet, continuing along the southerly right-of-way line of said Dublin Road, to a point; Thence the following three (3) courses and distances over and across said 11.21 acre tract and said 1.172 acre tract:

1. South 28°39'31" West, a distance of 57.34 feet, to a point;

2. South 56°44'53" West, a distance of 56.58 feet, to a point;

3. South 78°53'03" West, a distance of 71.65 feet, to the POINT OF TRUE BEGINNING, containing 0.071 acres, more or less. The bearings in the above description are based on the bearing of North 66°35'35" East, for the centerline of Trabue Road, as determined by Franklin County Engineer's Monument #4434 and #4433, based on the Ohio State Plane Coordinate System, South Zone, NAD 83. R.D. ZANDE & ASSOCIATES, INC. Jeffrey D. Hofius Date Registered Surveyor No. S-7455

Section 2. That the City Attorney be and hereby is authorized to cause a written notice of the adoption of this resolution to be served upon the owners, persons in possession of or persons having a real or possible interest of record in the above described premises in the manner provided by law.

Section 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this resolution is declared to be an emergency measure and shall take effect and be in force from and after its adoption and approval by the Mayor, or ten days after adoption if the Mayor neither approves nor vetoes the same.

Columbus City Bulletin (Publish Date 05/27/06) 39 of 243 Legislation Number: 0087X-2006

Drafting Date: 05/09/2006 Current Status: Passed

Version: 2 Matter Type: Resolution

Explanation The Department of Recreation and Parks has been working to enhance boating and fishing opportunities at Red Bank Boad Launch, Walnut Street Boat Launch and Oxbow Boat launch on Hoover Reservoir. The Stat eof Ohio through the Department of natural Resouces Waterway Safety Fund has made funding available to assist local governments with public boating access. This resolution allows the Recreation and parks Department ot pursue reimbursement for work that has been done under the State's Cooperative Boating Facility Grant Program.

Title To support the filing of an application for Cooperative Boating Facility Grant financial assistance through the Ohio Department of Natural Resources Waterway Safety Fund.

Body WHEREAS, The City of Columbus desires to enhance boating and fishing opportunities at Red Bank Boat Launch, Walnut Street Boat Launch and Oxbow Boat Launch on Hoover Reservoir; and

WHEREAS, The State of Ohio through the Department of Natural Resources Waterway Safety Fund administers financial assistance for public boating access; and

WHEREAS, The Columbus Recreation and Parks Department desires reimbursement under the Cooperative Boating Facility Grant Program; and

BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COLUMBUS: 1. That Columbus City Council approves of filing an application for Cooperative Boating Facility Grant financial assistance. 2. That Alan MCKnight of the Recreation and Parks Department is hereby authorized and directed to file and execute an application with the Ohio Department of Natural Resources and provide all information and documentation required to be eligible for possible financial assistance. 3. That the Recreation and Parks Department agrees that it will obligate the funds required to satisfactorily complete the project under the terms and conditions of the Cooperative Agreement if the project is accepted for financial assistance.

Legislation Number: 0088X-2006

Drafting Date: 05/09/2006 Current Status: Passed

Version: 1 Matter Type: Resolution

Explanation

Title To honor and congratulate Nancy Wilson, Host of The King Arts Complex 19th Anniversary Celebration Gala, "The Colors of Passion".

Columbus City Bulletin (Publish Date 05/27/06) 40 of 243 WHEREAS, World famous jazz diva Nancy Wilson was born on February 20, 1937, in Chillicothe, Ohio to Olden Wilson and Lilian Mantis. While still in her youth, Wilson moved, with her family, to Columbus, Ohio; and

WHEREAS, While in Columbus, Wilson came to know and perform with famed jazz musician, Cannonball Adderley, who introduced her to her future manager, John Levy. Wilson signed her first solo recording contract with Capitol Records in 1959 joining a roster that already included the likes of Nat "King" Cole, Frank Sinatra and Peggy Lee; and

WHEREAS, At age 15, Wilson won her own television series called Skyline Melodies as part of a talent competition. Though she graduated from West High School in Columbus, Ohio and eventually enrolled in college at Central State University, it wasn't long before she left the confines of student life in 1956 to pursue her true calling as part of Rusty Bryant's Carolyn Club Band; and

WHEREAS, An early single, 1961's "Guess Who I Saw Today," a marvel of sophistication given the teen tenor of the times, became a staple on jazz radio and in black juke box locations throughout urban America. An album with her discoverer, NANCY WILSON/CANNONBALL ADDERLEY, further raised her jazz profile in 1962 and provided her with a second juke box hit, an edited-for-45 version of Buddy Johnson's "Save Your Love For Me."

WHEREAS, She has also paid tribute to her idol, Little Jimmy Scott, with a much-loved version of "When Did You Leave Heaven." Nancy's highest charting Capitol singles, the Grammy-winning "(You Don't Know) How Glad I Am" (#11 Pop, 1964) and "You're As Right As Rain" (#10 R&B, 1974), are highlights in the total of 37 original albums and 20 Pop and/or R&B-charting singles in her 20 years with Capitol; and

WHEREAS, After recording 60 albums, including her latest release, R.S.V.P. (Rare Songs, Very Personal) in 2004, Nancy has begun to talk about giving up the road and retiring to spend more time with her family and her grandchildren . With all that Nancy Wilson has given to the world of music, she's entitled. Nancy Wilson currently resides in Hermosa Beach, California, but regularly visits Columbus; now, therefore

BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COLUMBUS:

That we do hereby honor and congratulate Emmy and Grammy award winner Nancy Wilson for recording 60 albums and for hosting The Kings Arts Complex 19th Anniversary Gala on this 13th day of May 2006.

Legislation Number: 0089X-2006

Drafting Date: 05/18/2006 Current Status: Passed

Version: 1 Matter Type: Resolution

Explanation

Title To recognize Cheryl Keeler for 17 years of outstanding service to AFSCME Ohio Council 8.

Body WHEREAS, Cheryl Keeler has served the membership of AFSCME Ohio Council 8 for 17 years as a Regional Director; and

Columbus City Bulletin (Publish Date 05/27/06) 41 of 243 WHEREAS, Cheryl Keeler has worked on behalf of many City of Columbus employees who are members AFSCME Locals 1632 and 2191; and

WHEREAS, Cheryl Keeler has worked tirelessly for government employees across Ohio and built bonds between management and labor that have found efficiencies that allowed higher levels of customer service to be provided to the citizens we all serve; now, therefore

BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COLUMBUS:

That this Council applauds Cheryl Keeler for her 17 years of service to the membership of AFSCME Ohio Council 8.

Legislation Number: 0090X-2006

Drafting Date: 05/18/2006 Current Status: Passed

Version: 1 Matter Type: Resolution

Explanation

Title To recognize Columbus's 12th Annual Asian Festival, to be celebrated on May 27 and 28, 2006, at the Franklin Park.

Body WHEREAS, this Festival represents a united effort of the many diverse Asian groups within Central Ohio, to highlight the beauty of the Asian cultures and heritage through the arts, and a depth of tradition; the Festival in 2006 will be dedicated to hosting artistic performances and cultural exhibits showcasing extravagant Ancient Traditions as invaluable legacies to the New Generations; and

WHEREAS, supporters include American Cancer Society, Bank One, Columbus Medical Association Foundation, the Greater Columbus Arts Council, Key Bank, McDonald Corp., Nationwide Insurance, News Center, Ohio Arts Council, the Ohio Commission on Minority Health, State Farm Insurance, The Medical Center, United Way of Central Ohio and many Central Ohio community organizations and businesses; and

WHEREAS, the Festival will feature some of the best and most authentic cultural traditions from many of our Ohio Asian communities, encompassing a performance arts series, visual arts, crafts, and a rare opportunity to purchase exquisite foods not available in local Asian restaurants; and

WHEREAS, the artists and performers will represent the finest talents from various countries, which include, but are not limited to, many from Bangladesh, Burma, Cambodia, China, India, Indonesia, Japan, Korea, Laos, Malaysia, Pakistan, Singapore, The Philippines, Thailand and Vietnam and many of whom are master recipients of the Ohio Arts Council Award in the Traditional Arts Apprenticeship Program. Japanese traditional Taiko drumming and origami will be prominently presented; now, therefore

BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COLUMBUS:

That this Council does recognize Columbus' 12th Annual Asian Festival, to be held at Franklin Park on May 27 and 28,

Columbus City Bulletin (Publish Date 05/27/06) 42 of 243 2006.

BE IT FURTHER RESOLVED, that this Council appreciates the multicultural diversity in its community and encourages our entire Columbus community to attend and enjoy the beauty and depth of our Asian culture and heritage.

Legislation Number: 0091X-2006

Drafting Date: 05/18/2006 Current Status: Passed

Version: 1 Matter Type: Resolution

Explanation

Title To honor and recognize the members of the Indian Mound Wrestling Team for their success in the 2006 Grade School State Wrestling Tournament.

Body WHEREAS, ten members of the Indian Mound Wrestling Team qualified to compete in the 2006 Grade School State Wrestling Tournament, and

WHEREAS, only the top 24 wrestlers from across Ohio in each weight and age group qualified for the State Tournament, and

WHEREAS, each member of the Indian Mound Wrestling Team won at least one match in the Tournament, with five of the members placing in the top seven in their weight and age group, and

WHEREAS, Indian Mound Wrestling Team members competed in many different classes with Patrick "Patch" Garren finishing in 2nd place in the 140 pound 9 year old class, Josh Wilmer finishing in 3rd place in the 55 pound 8 year old class, Alonzo Saxton II finishing in 4th place in the 70 pound 9 year old class, Gregory Brusco finishing in 6th place in the 55 pound 8 year old class, Micky Crum finishing in 7th place in the 115 pound 11 year old class, James Wilmer competing in the 50 pound 7 year old class, Nick Hammond competing in the 60 pound 8 year old class, Andrew Christman competing in the 55 pound 8 year old class, Clayton Ray competing in the 75 pound 9 year old class and Brian Ray competing in the 130 pound 12 year old class; now, therefore

BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COLUMBUS:

That we applaud the Indian Mound Recreation Center Wrestling Team on their Grade School State Wrestling Tournament success and for displaying good sportsmanship and a positive image for all the youth in Columbus.

Legislation Number: 0092X-2006

Drafting Date: 05/19/2006 Current Status: Passed

Columbus City Bulletin (Publish Date 05/27/06) 43 of 243 Version: 1 Matter Type: Resolution

Explanation

Title To proclaim the month of May as Foster Care Awareness month in the City of Columbus.

Body WHEREAS, the family, serving as the primary source of love, identity, self-esteem and support, is the very foundation of our communities and our City, and

WHEREAS, Columbus Ohio has approximately 2,924 children in foster care who are being provided with a safe, secure and stable home along with the compassion and nurturing of a foster family, and

WHEREAS, foster families, who open their homes and hearts and offer help to children whose families are in crisis, play a vital role in helping children and families heal and reconnect, and

WHEREAS, dedicated foster families frequently adopt foster children, resulting in a greater need for more foster families, and

WHEREAS, there are numerous individuals, public and private organizations who work to increase public awareness of the needs of children who are in and aging out of foster care; and

WHEREAS, we celebrate the valuable contribution of foster parents and we know that the foster care "system" is only as good as those who choose to be part of it, now, therefore,

BE IT RESOLVED BY THE COUNCIL OF THE CITY OF COLUMBUS:

That we do hereby proclaim May as FOSTER CARE MONTH in Columbus, Ohio and urge all citizens to change a life by sharing their hearts, opening their homes, and offering help to children in foster care.

Legislation Number: 0223-2006

Drafting Date: 01/26/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND:

On January 28, 2005, the Mayor released his "Get Green Columbus" initiative. The guidance document laid out how the city will change its operations to improve efficiency and environmental sensitivity. It directs city agencies to use the city's purchasing power and investment incentive to encourage job creation and it provides a framework for the entire community to unite to solve these challenges.

As part of this initiative, the city will promote buying environmentally preferable products by adopting changes to our procurement code to assure that when practical, we are purchasing materials, supplies, equipment, construction and services which are environmentally preferable. Purchasing these materials not only will preserve natural resources and help keep materials out of the landfill, but it also will leverage the city's buying power to help nurture the marketplace for

Columbus City Bulletin (Publish Date 05/27/06) 44 of 243 environmentally preferable products.

The Purchasing Office will educate vendors and city agency staff regarding this City Code change. This will include notification of the change on vendor registration and open bid solicitation websites, appropriate language in procurement documents and vendor training in appropriate commodity areas. City fiscal staff will be educated at an internal cooperative purchasing meeting prior to the implementation date.

Amending Chapter 329 of the Columbus City Codes, 1959 will encourage the implementation of policies and procedures designed to promote the procurement of materials, supplies, equipment, construction and services from environmentally preferable bidders or offerors. Chapter 329 is also being amended to correct all references to the procurement definitions described in Section 329.04 throughout the entire Chapter and to change all language specifying the "finance" director to the "finance and management" director which were not previously changed pursuant to Ordinance 1102-2005, passed July 28, 2005.

FISCAL IMPACT:

No specific funding is required for this legislation. Departments will be required to obtain necessary approvals to expend their own appropriations for purchases impacted by this legislation.

Title To amend various sections of Chapter 329 of the Columbus City Codes, 1959 to provide for the purchase of materials, supplies, equipment, construction and services from environmentally preferable bidders or offerors.

Body WHEREAS, it is desirable that the City improve recycling and reduce solid waste by buying environmentally preferable products, address outdoor air quality by purchasing better performing vehicles, and promote environmentally preferable business by helping to build an environmentally preferable market;

WHEREAS, the city purchasing code is an important vehicle to promote and encourage environmental stewardship through leveraging the city's own buying power; and

WHEREAS, Chapter 329 of the Columbus City Codes, 1959 must be amended to provide for the purchase of materials, supplies, equipment, construction and services from environmentally preferable bidders or offerors, when practical; now, therefore;

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That Sections 329.04, 329.05, 329.06, 329.07, 329.08, 329.09, 329.13, 329.14 and 329.30 of Chapter 329 of the Columbus City Codes, 1959 are hereby amended as follows:

329.04 Definitions.

(a) Best Bidder. The bidder who, considering all factors set forth in this chapter connected with the contract being bid on is, on the whole, the bidder whom economy dictates will be best for the public.

(b) Bidder. An individual or business entity which has expressed an interest in obtaining a city contract by responding to an invitation for bids.

(c) City Agency. Any department of the government of the City of Columbus.

(d) Contract. Any agreement for the procurement of materials, supplies, equipment, construction, service or professional service made between a city agency and a contractor.

(e) Construction Contract. Any agreement for the procurement of services, including labor and materials, for the

Columbus City Bulletin (Publish Date 05/27/06) 45 of 243 construction, reconstruction and maintenance of public improvements, including but not limited to streets, highways, bridges, sewers, water lines, power lines and plant facilities.

(f) Contractor. Any individual or business entity which has a contract with a city agency.

(g) Director. The chief officer of any city agency.

(h) Electronic Signatures. The receipt of any authorized signature by any photographic, photostatic, or mechanical, computer-generated or digital means.

(i) Environmentally Preferable Bidder or Offeror. A bidder or offeror whose bid or offer consists of materials, supplies, equipment, construction and/or services which have a lesser or reduced effect on human health and the environment when compared to competing materials, supplies, equipment, construction and services that serve the same purpose. This comparison may consider any aspect of the procurement cycle, including but not limited to raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance or disposal of the material, supply, equipment, construction or service. To be considered an environmentally preferable bidder or offeror, the bidder or offeror must clearly specify in the invitation for bid how their materials, supplies, equipment, construction or services qualify their bid or offer as "environmentally preferable".

(i) (j) Life Cycle Costs. The cost of operating and maintaining an item or equipment over the duration of its useful life.

(j) (k) Local Bidder. An individual or business entity: (1) whose principal place of business is located within the corporation limits of the city of Columbus or the county of Franklin as registered in official documents filed with the Secretary of State, state of Ohio, or Franklin County recorder's office; or (2) who holds a valid vendor's license which indicates that its place of business is located within the corporation limits of the city of Columbus or county of Franklin.

(k) (l) Not-for-Profit Contract. An agreement for the delivery of services to the public, which are not currently performed or provided by an existing city agency, for maintaining or improving the health and welfare of the citizens of the city of Columbus, which is made between a city agency and another governmental agency or a not-for-profit organization as recognized by the Internal Revenue Service, the Department of Housing and Urban Development, or any other applicable federal or state agency, which is not in direct competition with a private for-profit organization capable of delivering the same services.

(l) (m) Offeror. An individual or business entity which has expressed an interest in obtaining a city contract by responding to a request for statements of qualifications or request for proposals.

(m) (n) Procurement. The buying, purchasing, renting, leasing or acquisition by any other manner of any materials, supplies, equipment, construction, service or professional service.

(n) (o) Professional Service. A service which usually requires advanced training and/or a significant degree of expertise to perform, and which often requires official certification or authorization by the state as a condition precedent to the rendering of such service. By way of example, professional services include the personal services rendered by architects, attorneys-at-law, certified public accountants, financial consultants, city and regional planners, management consultants and professional engineers.

(o) (p) Responsible Bidder. A bidder who has the capability, capacity, facilities, equipment and personnel needed to fully perform the contract requirements, and the experience, integrity, reliability and credit which will assure good faith performance of the contract requirements and compliance with any minority business enterprise, female business enterprise, and equal business opportunity programs or good faith efforts to comply with such programs adopted by the city of Columbus.

(p) (q) Responsible Wage and Health Insurance Benefit. The wage paid to a bidder's employees for custodial, landscaping, guard and security services, cleaning and recycling services rendered to any city of Columbus government agency shall be equal or better than the wage actually paid to the lowest paid city of Columbus government full-time employee per the

Columbus City Bulletin (Publish Date 05/27/06) 46 of 243 city's effective contracts with its bargaining units. In addition to this wage, the bidder shall provide its employees with a health insurance benefit.

(q) (r) Responsive Bidder. A bidder who has submitted a bid which conforms in all material respects to the requirements set forth in an invitation for bids.

(r) (s) Universal Term Contract (UTC). An agreement authorized by ordinance of city council and established by the director of finance and management or designee, for the option to purchase or sell an estimated amount of goods or services at a specified rate or price schedule for a specified time period.

329.05 Competitive sealed bidding the required procurement method.

The procurement of all materials, supplies, equipment, construction, service and professional service shall be conducted in accordance with the provisions of Section 329.06 unless otherwise provided in Sections 329.07, 329.08, 329.09, 329.10, 329.11, 329.12, 329.13, 329.14, 329.15, or 329.26 or 329.31.

329.06 Competitive sealed bidding.

(a) The establishment of universal term contracts and/or the procurement of all materials, supplies and equipment shall be conducted under this section as follows: (1) The director of finance and management or designee shall prepare an invitation for bids (hereinafter "IFB") containing the specifications and all contractual terms and conditions applicable to the procurement. (2) The director of finance and management or designee shall give notice that bids will be received by advertisement in the Columbus City Bulletin at least one (1) week prior to the deadline for submission of bids. The director of finance and management or designee may also advertise in newspapers, professional and trade journals, and any other appropriate publications. The notice shall state the place, date and time of bid opening. (3) Each bid shall contain the full name of every person or company interested in the same, and such other relevant information as the director of finance and management or designee deems appropriate. (4) The bids shall be opened and publicly read by the director of finance and management or designee at the place, date and time specified in the advertisement, which in no case shall be less than seven (7) days after initial advertisement. The bids shall be opened in the presence of the city auditor or a representative of the city auditor. (5) After consulting with the city agency, the director of finance and management or designee shall award the contract to the lowest responsive and responsible and best bidder. Life cycle costs may be considered in determining the lowest bid if they are objectively measurable and specified in the IFB. (6) The director of finance and management or designee shall provide city council with a written explanation of the circumstances whenever a contract is awarded to any bidder other than the lowest, or to any bidder not recommended by the city agency. (7) In determining the lowest responsive and responsible and best bidder, consideration shall be given to bidder 's compliance with federal, state or local laws or regulations such as fair labor standards, minimum wage levels; affirmative action programs; or minority business enterprise, female business enterprise or equal business opportunity programs which the city is required by law to enforce in connection with funds to be spent under the procurement contract; and the bidder 's compliance with any minority business enterprise, female business enterprise or equal business opportunity programs or good faith efforts to comply with such programs adopted by the city. (8) In determining the lowest bid for purposes of awarding a contract under this section, a local bidder shall receive a credit equal to one (1) percent of the lowest bid submitted by a non local bidder or twenty thousand dollars ($20,000.00), whichever is less. (9) All contractors submitting a bid to or entering into a contract with the city shall submit a contract compliance certification number or a completed application for certification pursuant to provisions set forth in Title 39, Columbus City Codes, 1959. (10) No contract awarded under this section shall be effective until approved by ordinance of city council.

(b) The procurement of all service contracts except construction, custodial, landscaping, guard and security services, cleaning and recycling services, and professional services shall be conducted under this section as follows: (1) The city agency shall prepare an invitation for bids (hereinafter "IFB") containing the specifications and all contractual

Columbus City Bulletin (Publish Date 05/27/06) 47 of 243 terms and conditions applicable to the procurement. (2) The city agency shall give notice that bids will be received by advertisement in the Columbus City Bulletin at least one (1) week prior to the deadline for submission of bids. The city agency may also advertise in newspapers, professional and trade journals, and any other appropriate publications. The notice shall state the place, date and time of bid opening. (3) Each bid shall contain the full name of every person or company interested in the same, and such other relevant information as the city agency deems appropriate. (4) The bids shall be opened and publicly read at the place, date and time specified in the advertisement, which in no case shall be less than seven (7) days after initial advertisement. The bids shall be opened in the presence of the city auditor or a representative of the city auditor. (5) The director authorized to make the expenditure shall award the contract to the lowest responsive and responsible and best bidder. Life cycle costs may be considered in determining the lowest bid if they are objectively measurable and specified in the IFB. (6) The director shall provide city council with a written explanation of the circumstances whenever a contract is awarded to any bidder other than the lowest. (7) In determining the lowest responsive and responsible and best bidder, consideration shall be given to bidder 's compliance with federal, state or local laws or regulations such as fair labor standards, minimum wage levels; affirmative action programs; or minority business enterprise, female business enterprise or equal business opportunity programs which the city of Columbus is required by law to enforce in connection with funds to be spent under the procurement contract ; and the bidder's compliance with any minority business enterprise, female business enterprise or equal business opportunity programs or good faith efforts to comply with such programs adopted by the city. (8) In determining the lowest bid for purposes of awarding a contract under this section, a local bidder shall receive a credit equal to one (1) percent of the lowest bid submitted by a non local bidder or twenty thousand dollars ($20,000.00), whichever is less. (9) All contractors entering into a contract with the city shall submit a contract compliance certification number or a completed application for certification pursuant to provisions set forth in Title 39, Columbus City Codes, 1959. (10) No contract awarded under this section shall be effective until approved by ordinance of city council.

(c) The procurement of all custodial, landscaping, guard and security service, cleaning and recycling service contracts shall be conducted under this section as follows: (1) The city agency shall prepare an invitation for bids (hereinafter "IFB") containing the specifications and all contractual terms and conditions applicable to the procurement. (2) The city agency shall give notice that bids will be received by advertisement in the Columbus City Bulletin at least one week prior to the deadline for submission of bids. The city agency may also advertise in newspapers, professional and trade journals, and any other appropriate publications. The notice shall state the place, date and time of bid opening. (3) Each bid shall contain the full name of every person or company interested in the same, and such other relevant information as the city agency deems appropriate. (4) The bids shall be opened and publicly read at the place, date and time specified in the advertisement, which in no case shall be less than seven (7) days after initial advertisement. The bids shall be opened in the presence of the city auditor or a representative of the city auditor. (5) The director authorized to make the expenditure shall award the contract to the lowest responsive and responsible and best bidder. Life cycle costs may be considered in determining the lowest bid if they are objectively measurable and specified in the IFB. (6) The director shall provide city council with a written explanation of the circumstances whenever a contract is awarded to any bidder other than the lowest. (7) In determining the lowest responsive and responsible and best bidder, consideration shall be given to: (a) The bidder's compliance with city taxes on payroll and net profits. Compliance shall be evidenced in an affidavit of no outstanding city income tax obligation. (b) The bidder's compliance with federal, state or local laws or regulations regarding safety and health, fair labor standards, minimum wage levels; unemployment and worker's compensation. (c) The bidder's compliance with any affirmative action programs or minority business enterprise, female business enterprise or equal business opportunity programs which the city is required by law to enforce in connection with funds to be spent under the procurement contract; and the bidder's compliance with any minority business enterprise, female business enterprise or equal business opportunity programs or good faith efforts to comply with such programs adopted by the city.

Columbus City Bulletin (Publish Date 05/27/06) 48 of 243 (8) In determining the best bidder for the purposes of awarding a contract for this section, consideration shall also be given to the following: (a) Whether the bidder draws its employees mainly from Columbus, Franklin County or counties contiguous to Franklin County. (b) That the bidder shall pay a responsible wage and provides its employees a health insurance benefit as defined in Section 329.04 to the employees proposed to directly perform the work specified in the city bid solicitation. (c) For the purpose of this subsection (8) only, exemption from these considerations is provided for bidders that employ twenty five (25) or fewer full-time people. For the purpose of this subsection (8) only, exemption from these considerations is provided for bidders where the city solicits the bids for these services in accordance with Section 329.07 (d) procurement of materials supplies, equipment, and services other than construction and professional services not exceeding twenty thousand dollars ($20,000.00). (9) In determining the lowest bid for purposes of awarding a contract under this section, a local bidder, as defined in Section 329.04(j-k), shall receive credit equal to one (1) percent of the lowest bid submitted by a non-local bidder or twenty thousand dollars ($20,000.00), which is less. (10) The finance and management director or designee, in consultation with the directors of city agencies authorized to enter into contracts services, administer contract review and compliance, or perform any other function referred to in this section, shall prescribe the manner and form of submittals for the purpose of evaluating the considerations herein. The submittal requirements and considerations herein shall apply equally to the bidder and any subcontractor of the bidder. The bid specifications shall contain the prescribed form. The finance and management director or designee shall annually provide to city agencies the value of the responsible wage. (11) The city agency shall maintain in the contract file a record of this evaluation for the purposes of determining the lowest responsive, responsible and best bidder awarded the contract. (12) All contractors entering into a contract with the city shall submit a contract compliance certification number or a completed application for certification pursuant to provisions set forth in Title 39, Columbus City Codes, 1959. (13) No contract awarded under this section shall be effective until approved by ordinance of city council.

329.07 Exceptions to competitive sealed bidding.

(a) Procurement of Commodities with Fixed Prices. City agencies shall have general authority to purchase items for which fixed prices prevail, such as utility services, memberships, subscriptions, professional organization certifications, and postage stamps, without complying with the provisions of Section 329.06 or any other procurement procedure specified in this chapter.

(b) Petty Cash Fund Purchases. The director of any city agency in which a petty cash fund has been established may authorize expenditures for individual purchases not in excess of five hundred dollars ($500.00). No expenditures shall be made from petty cash funds for items available in the purchasing office storerooms, copy and print shop, or universal term contract. No purchase shall be artificially divided into smaller purchases to avoid the provisions of competitive bidding in this chapter.

(c) Procurement Not Exceeding One Thousand Dollars ($1,000.00). (1) A city agency may enter into contract on behalf of the city without complying with the provisions of Section 329.06 and 329.07(d) when the total expenditure under any single contract do not exceed one thousand dollars ($1,000.00) within any fiscal year. In awarding a contract under this section the city agency shall, where appropriate, undertake reasonable measures to provide for competition among potential contractors. No purchase shall be artificially divided to avoid the provisions of Section 329.06 or 329.07(d).

(d) Procurement of Materials, Supplies, Equipment, and Services Other Than Construction and Professional Services not Exceeding Twenty Thousand Dollars ($20,000.00). (1) The director of finance and management or designee may enter into contracts on behalf of the city for the procurement of materials, supplies, equipment and services, other than construction and professional services, without complying with the provisions of Section 329.06 so long as total expenditures under any single contract do not exceed twenty thousand dollars ($20,000.00) within any fiscal year. However, expenditures of bond funds are subject to Ohio R.C. 5705.41. Unless manifestly impractical, the finance and management director or designee shall publicly post all specifications for such contracts for a period of not less than twenty-four (24) hours and secure bids from at least three (3) bidders. The finance

Columbus City Bulletin (Publish Date 05/27/06) 49 of 243 and management director or designee shall maintain a record of the cause of manifest impracticality with the record of the procurement. No purchase shall be artificially divided into smaller purchases to avoid the provisions of Section 329.06. (2) A city agency may enter into contracts on behalf of the city for service contracts, other than construction and professional services, without complying with the provisions of Section 329.06 so long as total expenditures under any single contract do not exceed twenty thousand dollars ($20,000.00) within any fiscal year. Unless manifestly impractical, the city agency shall publicly post all specifications for such contracts for a period of not less than twenty-four (24) hours and secure bids from at least three (3) bidders. The city agency shall maintain a record of the cause of manifest impracticality with the record of the procurement. No purchase shall be artificially divided into smaller purchases to avoid the provisions of Section 329.06. (3) In determining the lowest bid for purposes of awarding a contract under this section, a local bidder (as defined in Section 329.04(j k), shall receive credit equal to five (5) percent of the lowest bid submitted by a non-local bidder, where bids do not exceed twenty thousand dollars ($20,000.00).

(e) Sole Source Procurement. (1) A city agency may award a contract without complying with the provisions of Section 329.06 when, after conducting reasonable investigation, the director of finance and management or designee and city agency determine that only one (1) individual or business entity is capable of supplying the required materials, supplies, equipment or services. After negotiating a contract with the contractor, the city agency shall submit legislation to city council requesting approval of the contract. In its submission to city council, the city agency shall explain or describe in writing: (1) why no other individual or business entity is capable of supplying the needed materials, supplies, equipment or services; (2) what efforts were undertaken to obtain other bidders or offerors; and (3) how the price or fee structure for the contract was determined. This explanation shall become part of the contract file. (2) Any city agency awarding a contract under this section shall submit a record of the contract to the director of finance and management or designee in a format specified by the director of finance and management or designee. The director of finance and management or his designee shall maintain a public record of all contracts awarded under this subsection, including those contracts awarded by the director of finance and management or designee. For each contract, the record shall clearly state the city agency involved, the contract identification number, the contractor's identity and the amount of the contract. The record shall also describe the materials, supplies, equipment and/or service procured under the contract. (3) As appropriate, this procurement method may be used by the director of finance and management or designee to establish a universal term contract (UTC).

(f) Not-for-Profit Service Contracts Exceeding Twenty Thousand Dollars ($20,000.00). (1) Not-for-profit service contracts as defined in Section 329.04(k l) which exceed twenty thousand dollars ($20,000.00) shall be awarded by the processes specified in Section 329.15.

(g) Procurement from a Universal Term Contract not Exceeding One Hundred Thousand Dollars ($100,000.00). (1) The director of finance and management or designee may, on behalf of a city agency, establish an order for goods or services without complying with the provisions of Section 329.06, where there exists a universal term contract for that good or service, so long as total expenditures do not exceed one hundred thousand dollars ($100,000.00) in any fiscal year for that agency from the specified universal term contract.

(h) Procurement from Universal Term Contract Exceeding One Hundred Thousand Dollars ($100,000.00). (1) The director of finance and management or designee may, on behalf of a city agency, establish an order for goods or services without complying with the provisions of Section 329.06 where there exists a universal term contract for that good or service and total expenditures in any fiscal year for that agency from the specific universal term contract will or do exceed one hundred thousand dollars ($100,000.00), only if the procurement is approved by ordinance of city council.

(i) The procurement of construction services shall be in accordance with the provisions of Sections 329.08 and 329.09.

(j) The procurement of professional services shall be in accordance with the provisions of Sections 329.10, 329.11, 329.12, 329.13 and 329.14.

329.08 Process for awarding construction service contracts not exceeding twenty thousand dollars ($20,000.00).

Columbus City Bulletin (Publish Date 05/27/06) 50 of 243 A city agency may enter into contracts on behalf of the city for the procurement of construction services without complying with the provisions of Section 329.09 so long as total expenditures under any single contract do not exceed twenty thousand dollars ($20,000.00) within any fiscal year. Unless manifestly impractical, the city agency shall publicly post all specifications for such contracts for a period of not less than twenty-four (24) hours and secure bids from at least three (3) bidders. The city agency shall maintain a record of the cause of manifest impracticality with the record of the procurement. No purchase shall be artificially divided into smaller purchases to avoid the provisions of Section 329.09. (1) The director authorized to make the expenditure shall award the contract to the lowest responsive and responsible and best bidder. (2) In determining the lowest responsive and responsible and best bidder, consideration shall be given to: (a) The bidder's compliance with city taxes on payroll and net profits. Compliance shall be evidenced in an affidavit of no outstanding city income tax obligation; (b) The bidder's compliance with federal, state or local laws or regulations regarding safety and health, fair labor standards, minimum wage levels, unemployment and worker's compensation. (c) The bidder's compliance with any affirmative action programs or minority business enterprise, female business enterprise or equal business opportunity programs, which the city is required by law to enforce in connection with funds to be spent under the procurement contract; and the bidder's compliance with any minority business enterprise, female business enterprise or equal business opportunity programs or good faith efforts to comply with such programs adopted by the city. (3) In determining the best bidder for the purposes of awarding a contract for this section, consideration shall also be given to the following: (a) Whether the bidder has actively engaged in the construction industry and has experience in the area of construction service for which the bid has been submitted. (b) Whether the bidder has a record for complying with and meeting completion deadlines and successfully controlling costs bid on similar construction projects. This consideration includes a review of the bidder's recent experience record in the construction idustry such as the original contraprice for each construction job undertaken by the bidder, the amount of any change orders for the job or cost overruns on each job undertaken by the bidder, and the reason for the change orders or cost overruns. (c) Whether the bidder has a record of claims against performance bonds secured on public improvement construction projects by the bidder and an explanation of the reason foraims. (d) Whether tebidder draws its emploees mainly from Columus Franklin County or counties cguous to Franklin County. (e) Whether th bidder's employees are experienced in the area of construction service for which the bid was submitted. (f) Whether the bidder's employees participate in a bona fide apprenticeship program that is approved by the Ohio State Apprenticeship Council and the United States Department of Labor if such apprenticeship programs are available. Break1

(g) Whether the bidder provides employee health insurance and a retirement or pension plan; however, a bidder may be exempted from this provision for no more than two (2) successive contracts. (4) In determining the lowest bid for purposes of awarding a contract under this section, a local bidder, as defined in Section 329.04(j k), shall receive credit equal to five (5) percent of the lowest bid submitted by a non-local bidder, where bids do not exceed twenty thousand dollars ($20,000.00). (5) The finance and management director or designee, in consultation with the directors of city agencies authorized to enter into contracts for construction services, administer contract review and compliance, or perform any other function referred to in this section, shall prescribe the manner and form of submittals for the purpose of evaluating the considerations herein . The submittal requirements and considerations herein shall apply equally to the bidder and any subcontractor of the bidder. The bid specifications shall contain the prescribed form. (6) The city agency shall maintain in the contract file a record of this evaluation for the purposes of determining the lowest responsive, responsible and best bidder awarded the contract. (7) All contractors entering into a contract with the city shall submit a contract compliance certification number or a completed application for certification pursuant to provisions set forth in Title 39, Columbus City Codes, 1959.

329.09 Process for awarding construction service contracts exceeding twenty thousand dollars ($20,000.00).

The procurement of construction service contracts anticipated to cost in excess of twenty thousand dollars ($20,000.00)

Columbus City Bulletin (Publish Date 05/27/06) 51 of 243 shall be conducted under this section as follows: (1) The city agency shall prepare an invitation for bids (hereinafter "IFB") containing the specifications and all contractual terms and conditions applicable to the procurement. (2) The city agency shall give notice that bids will be received by advertisement in the Columbus City Bulletin at least one (1) week prior to the deadline for submission of bids. The city agency may also advertise in newspapers, professional and trade journals, and any other appropriate publications. The notice shall state the place, date and time of bid opening. (3) Each bid shall contain the full name of every person or company interested in the same and such other relevant information as the city agency deems appropriate. (4) The bids shall be opened and publicly read at the place, date and time specified in the advertisement, which in no case shall be less than seven (7) days after initial advertisement. The bids shall be opened in the presence of the city auditor or a representative of the city auditor. (5) The director authorized to make the expenditure shall award the contract to the lowest responsive and responsible and best bidder. (6) The director shall provide city council with a written explanation of the circumstances whenever a contract is awarded to any bidder other than the lowest. (7) In determining the lowest responsive and responsible and best bidder, consideration shall be given to: (a) The bidder's compliance with city taxes on payroll and net profits. Compliance shall be evidenced in an affidavit of no outstanding city income tax obligation. (b) The bidder's compliance with federal, state or local laws or regulations regarding safety and health, fair labor standards, minimum wage levels; unemployment and worker's compensation. (c) The bidder's compliance with any affirmative action programs or minority business enterprise, female business enterprise or equal business opportunity programs which the city is required by law to enforce in connection with funds to be spent under the procurement contract; and the bidder's compliance with any minority business enterprise, female business enterprise or equal business opportunity programs or good faith efforts to comply with such programs adopted by the city. (8) In determining the best bidder for the purposes of awarding a contract for this section, consideration shall also be given to the following: (a) Whether the bidder has actively engaged in the construction industry and has experience in the area of construction service for which the bid has been submitted; (b) Whether the bidder has a record for complying with and meeting completion deadlines and successfully controlling costs bid on similar construction projects. This consideration includes a review of the bidder's recent experience record in the construction industry such as the original contract price for each construction job undertaken by the bidder, the amount of any change orders for the job or cost overruns on each job undertaken by the bidder, and the reason for the change orders or cost overruns; (c) Whether the bidder has a record of claims against performance bonds secured on public improvement construction projects by the bidder and an explanation of the reason for claims; (d) Whether the bidder draws its employees mainly from Columbus, Franklin County or counties contiguous to Franklin County; (e) Whether the bidder's employees are experienced in the area of construction service for which the bid was submitted; (f) Whether the bidder's employees participate in a bona fide apprenticeship program that is approved by the Ohio State Apprenticeship Council and the United States Department of Labor if such apprenticeship programs are available; and (g) Whether the bidder provides employee health insurance and a retirement or pension plan. (9) In determining the lowest bid for purposes of awarding a contract under this section, a local bidder, . as defined in Section 329.04(j k), shall receive credit equal to one (1) percent of the lowest bid submitted by a non-local bidder, where bids exceed twenty thousand dollars ($20,000.00). (10) The finance and management director or designee, in consultation with the directors of city agencies authorized to enter into contracts for construction services, administer contract review and compliance, or perform any other function referred to in this section, shall prescribe the manner and form of submittals for the purpose of evaluating the considerations herein. The submittal requirements and considerations herein shall apply equally to the bidder and any subcontractor of the bidder. The bid specifications shall contain the prescribed form. (11) The city agency shall maintain in the contract file, a record of this evaluation for the purposes of determining the lowest responsive, responsible and best bidder awarded the contract. (12) All contractors entering into a contract with the city shall submit a contract compliance certification number or a completed application for certification pursuant to provisions set forth in Title 39, Columbus City Codes, 1959. (13) No contract awarded under this section shall be effective until approved by ordinance of city council.

Columbus City Bulletin (Publish Date 05/27/06) 52 of 243 329.13 Awarding professional service contracts through requests for statements of qualifications.

Professional service contracts shall be awarded under this section as follows: (a) Prior to initiating the selection process, the city agency shall send a written notice to city council which: (1) states that the city agency anticipates awarding a professional service contract expected to cost in excess of fifty thousand dollars ($50,000.00); and (2) describes the project for which the service is needed. In this notice, the city agency shall also explain or state: (1) why the needed professional service(s) cannot be provided by existing city employees; (2) the frequency with which such services have been needed in the past and the anticipated need for such services in the future; and (3) whether it would be cost effective for the city to hire city employees to provide the required service in the future.

(b) The city agency shall prepare a request for statements of qualifications (hereinafter "RFSQ"). The RFSQ shall include: (1) a general description of the project; (2) a statement of the city agency's needs and requirements; (3) a list of criteria by which offerors will be evaluated; and (4) notice of any offeror's meeting or conference that will be held; and (5) where the city agency intends to evaluate offers using the environmentally preferable factor, the RFSQ shall so indicate that intention. The evaluation criteria for any contract awarded under this section shall include, but need not be limited to, the following: (1) the competence of the offeror to perform the required service as indicated by the technical training, education and experience of the offeror's personnel who would be assigned to perform the work; (2) the ability of the offeror to perform the required service competently and expeditiously as indicated by the offeror's workload and the availability of necessary personnel, equipment and facilities; and (3) past performance of the offeror as reflected by the evaluations of the city agency, other city agencies and other previous clients of the offeror with respect to such factors as quality of work, success in controlling costs, and success in meeting deadlines; and (4) an environmentally preferable factor except when there is not an environmentally preferable manner in which to carry out the purpose of the contract.

(c) The city agency shall give notice of the RFSQ by advertisement in the Columbus City Bulletin. Such advertisement shall be published at least one (1) week prior to the deadline by which offerors must submit statements of qualifications (hereinafter "SOQ"). The city agency may also advertise in newspapers, professional and trade publications, and other appropriate publications. The city agency may also contact potential offerors directly.

(d) The city agency shall form an evaluation committee (hereinafter "committee") to evaluate SOQs received. The committee shall consist of an odd number of members, no less than three (3), selected from the city agency, other city agencies or both. The committee may also include noncity employees so long as neither they, nor any member of their families, nor any of their business associates have an interest in the contract being awarded. Unless manifestly impractical, at least one (1) member of the selection committee shall hold the same professional license or certification required by the offerors. The agency may elect to utilize two (2) separate committees, one (1) for section (e) below, and one (1) for sections (f), (g) , and (h) below.

(e) The committee shall evaluate all SOQs received based upon the evaluation criteria specified in the RFSQ. On the basis of these evaluations, the committee shall select three (3) or more of the highest qualified offerors for further consideration. If the committee received less than three (3) SOQs, or determines that fewer than three (3) offerors are qualified to perform the required service, then the committee may select less than three (3) offerors for further consideration, or cancel the selection process.

(f) The committee shall request technical proposals from each of the offerors selected for further consideration. The committee may also request that all offerors selected for further consideration make a presentation to the committee to elaborate upon their technical proposals, statements of qualifications, and/or any other pertinent information. The committee may permit revision of proposals so long as all offerors who have been selected for further consideration are given equal opportunity to revise their proposals.

(g) The committee shall rank all remaining offerors based upon the quality and feasibility of their proposals and any revisions thereto.

(h) The committee shall submit its ranking of the offerors, along with a written explanation of the basis for the ranking, to

Columbus City Bulletin (Publish Date 05/27/06) 53 of 243 the director of the city agency. The ranking and written explanation shall become part of the contract file.

(i) The director of the city agency shall have discretion consistent with appropriate departmental and/or citywide administrative rules in selecting the offeror with which to enter into contract negotiations. The city agency shall enter into contract negotiations with the selected offeror to determine the terms and conditions of the contract, including compensation to be paid by the city. If negotiations fail, negotiations with this offeror shall be terminated, and the city agency shall enter into contract negotiations with another offeror as selected by the director. This process shall continue until a contract is successfully negotiated. If the city agency is unable to successfully negotiate a contract with any of the contractors, it may cancel the selection process.

(j) After successfully negotiating a contract, the city agency shall submit legislation to city council requesting approval of the contract. In its request for approval, the city agency shall identify the contractors who were selected for further consideration under subsection (e), and shall explain the basis for the selection of the chosen contractor. No contract awarded under this section shall be effective until approved by ordinance of city council.

329.14 Awarding professional service contracts through requests for proposals.

Professional service contracts shall be awarded under this section as follows:

(a) Prior to initiating the selection process, the city agency shall send a written notice to city council which: (1) states that the city agency anticipates awarding a professional service contract expected to cost in excess of fifty thousand dollars ($50,000.00); and (2) describes the project for which the service is needed. In this notice, the city agency shall also explain or state: (1) why the needed service or services cannot be provided by existing city employees; and (2) the frequency with which such services have been needed in the past and the anticipated need for such services in the future; and (3) whether it would be cost effective for the city to hire city employees to provide the required service in the future.

(b) The city agency shall prepare a request for proposals (hereinafter "RFP"). The RFP shall include: (1) a general description of the project; (2) a statement of the city agency's needs and requirements; (3) a list of criteria by which offerors and proposals will be evaluated; and (4) notice of any offeror's meeting or conference that will be held; and (5) where the city agency intends to evaluate offers using the environmentally preferable factor, the RFP shall so indicate that intention.

The evaluation criteria for any contract awarded under this section shall include, but need not be limited to, the following: (1) the competence of the offeror to perform the required service as indicated by the technical training, education and experience of the offeror's personnel who would be assigned to perform the work; (2) the quality and feasibility of the offeror's technical proposal; (3) the ability of the offeror to perform the required service competently and expeditiously as indicated by the offeror's workload and the availability of necessary personnel, equipment and facilities; and (4) past performance of the offeror as reflected by evaluations of the city agency, other city agencies and other previous clients of the offeror with respect to such factors as quality of work, success in controlling costs, and success in meeting deadlines; and (5) an environmentally preferable factor except when there is not an environmentally preferable manner in which to carry out the purpose of the contract.

(c) The city agency shall give notice of the RFP by advertisement in the Columbus City Bulletin. Such advertisement shall be published sufficiently in advance of the deadline for submission of proposals to allow offerors an adequate opportunity to submit a proposal given the nature and size of the project. In no case shall the advertisement be made less than seven (7) days in advance of the deadline for submission of proposals. The city agency may also advertise the REP in newspapers, professional and trade publications, and any other appropriate publications. The city agency may also contact potential offerors directly.

(d) The city agency shall appoint an evaluation committee (hereinafter "committee") to evaluate proposals received. The committee shall consist of an odd number of members, no less than three (3), selected from the city agency, other city agencies, or both. Unless manifestly impractical, at least one (1) member of the selection committee shall hold the same professional license or certification required by the offerors. The committee may also include noncity employees so long as

Columbus City Bulletin (Publish Date 05/27/06) 54 of 243 neither they, nor any member of their families, nor any of their business associates have an interest in the contract being awarded.

(e) The committee shall evaluate all offerors and proposals received and rank the offerors based upon the evaluation criteria specified in the RFP. The committee may select two (2) or more of the highest qualified offerors with which to hold additional discussions. Offerors not selected for further discussions may be excluded from further consideration for the contract upon notification by the committee or city agency. The discussions identified in this subsection may include, but are not limited to, presentations by the offerors to the committee to elaborate upon their qualifications, proposals, and/or other pertinent information. The committee may permit revisions of proposals so long as all offerors who are selected for additional discussions are given equal opportunity to revise their proposals.

(f) Based upon the content of the proposals received including any revisions thereto, and upon any additional discussions with the offerors the committee shall rank the remaining offerors based upon the evaluation criteria specified in the RFP.

(g) The committee shall submit its ranking of the offerors along with a written explanation to the director of the city agency. The ranking and written explanation shall become part of the contract file.

(h) The director of the city agency shall have discretion consistent with appropriate departmental and/or citywide administrative rules in selecting the offeror with which to enter into contract negotiations. The city agency shall enter into contract negotiations with the selected offeror to determine the terms and conditions of the contract, including compensation to be paid by the city. If negotiations fail, negotiations with this offeror shall be terminated, and the city agency may enter into contract negotiations with another offeror as selected by the director. This process may continue until a contract is successfully negotiated.

(i) After successfully negotiating a contract, the city agency shall submit legislation to city council requesting approval of the contract. In its request for approval, the city agency shall explain the basis for the selection of the chosen contractor. No contract awarded under this section shall be effective until approved by ordinance of city council.

329.30 Sale of city-owned personal property.

(a) All personal property of the city no longer needed for public use shall be sold by the director of finance and management or designee upon written recommendation of the director of the city agency having control of such property. Such property shall first be offered for sale or transfer to any other city agency at its present value. If not sold to another city agency, such property shall be sold to the highest bidder in a manner prescribed by the director of finance and management or designee.

(b) All personal property of the city no longer needed and of value due to its recyclable materials content may be collected by the city or its contractor and may be sold to the highest bidder in a manner prescribed by the director of finance and management or designee.

SECTION 2. That new Section 329.31 of the Columbus City Codes, 1959 be and is hereby enacted as follows:

329.31 Environmentally preferable purchasing.

(a) City agencies will develop specifications to encourage the purchase of materials, supplies, equipment, construction and services from an environmentally preferable bidder or offeror unless there is not an environmentally preferable manner in which to carry out the purpose of the contract. The goal of such purchasing is to not only preserve and conserve natural resources and to help keep materials out of the solid waste stream, but to also leverage the city's buying power to nurture the marketplace for recycled and recyclable products.

(b) In evaluating bids or offers for materials, supplies, equipment, construction and services, preference will be given to an environmentally preferable bidder who offers a product or service equal to or superior to that of a non-environmentally

Columbus City Bulletin (Publish Date 05/27/06) 55 of 243 preferable bidder or offeror where the environmentally preferable bid or offer does not exceed by more than 5% (up to a maximum of $20,000) the lowest responsive and responsible and best bid from any non-environmentally preferable bid or offer. The environmentally preferable bidder will be required to demonstrate to the city agency procuring the product or service how their bid is equal to or superior to that of a non-environmentally preferable bidder. Where the bidder or offeror is local, the applicable credit for a local bidder or offeror shall be calculated first.

SECTION 3. That this ordinance shall take effect and be in force 180 days after its passage and approval by the Mayor.

Legislation Number: 0300-2006

Drafting Date: 02/06/2006 Current Status: Passed

Version: 3 Matter Type: Ordinance

Title To rezone 969 NORTH CASSADY AVENUE (43219), being 41.4± acres located on the west side of North Cassady Avenue, opposite East 10th Avenue, From: L-ARLD, Limited Apartment Residential, AR-3, Apartment Residential, M, Manufacturing, and R-2, Residential Districts, To: CPD, Commercial Planned Development District and to declare an emergency. (Rezoning # Z05-070)

Body WHEREAS, application #Z05-070 is on file with the Building Services Division of the Department of Development requesting rezoning of 41.4± acres from the L-ARLD, Limited Apartment Residential, AR-3, Apartment Residential, M, Manufacturing, and R-2, Residential Districts to CPD, Commercial Planned Development District; and

WHEREAS, the Development Commission recommends approval of said zoning change; and

WHEREAS, an emergency exists in the usual daily operation in the City of Columbus in that it is immediately necessary to pass this ordinance to begin construction as soon as possible for the immediate preservation of the public peace, property, health and safety; and

WHEREAS, the City Departments recommend approval of said zoning change because the proposed CPD, Commercial Planned Development District, would permit the expansion of an existing retirement village and related institutional uses, adult daycare, and recreation facilities open to the residents and the public. The proposed development standards include parking and building setbacks, landscaping, road improvements, street trees, a 150 foot setback from Alum Creek for a preservation zone, and preservation of wooded areas along I-670 which provide compatibility with the surrounding properties now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Official Zoning Map of the City of Columbus, as adopted by Ordinance No. 0179 -03, passed February 24, 2003, and as subsequently amended, is hereby revised by changing the zoning of the property as follows:

969 NORTH CASSADY AVENUE (43219), being 41.4± acres located the west side of the intersection of North Cassady Avenue and 10th Avenue, and being more particularly described as follows:

Situated in the City of Columbus, County of Franklin, State of Ohio; being those lands as conveyed to Lutheran Senior City, Inc. as described in Instrument No. 200506290126988, Official Record 18503 C-19, Official Record 28299 I-13 and Official Record 18503 C-14, being more particularly described as follows:

Along the centerline of Cassady Avenue, North 09˚ 17' 09" East, for a distance of 283.01'; thence,

Columbus City Bulletin (Publish Date 05/27/06) 56 of 243 Along the centerline of Cassady Avenue, North 04˚ 57' 08" East, for a distance of 253.74'; thence,

Departing the centerline of Cassady Avenue, North 86˚ 00' 44" West, for a distance of 30.00'; thence,

Along the westerly right-of-way line of Cassady Avenue, North 03˚ 55' 19" East, for a distance of 99.91'; thence,

Along the southerly line of lands as conveyed to Professional Realty Organization as described in Official Record 4511 J-02 and then the southerly line of lands as conveyed to Joanne Pritchett as described in Official Record 34859 B-09, North 86˚ 00' 54" West, for a distance of 139.63'; thence,

Along the easterly line of Lot No. 34 of "Resubdivision of Part of Kensington Subdivision" as recorded in Plat Book 34 Page 92, South 03˚ 59' 16" West, for a distance of 99.90'; thence,

Along the southerly lines of Lots No 34, No. 32, No. 31, No. 30, No. 29, No. 28, No. 27, No. 26, No. 25, and No.1 of said "Resubdivision of Part of Kensington Subdivision" and then the southerly terminus of Parkview Boulevard (80' right-of-way), North 86˚ 00' 44" West, for a distance of 766.34'; thence,

Along the westerly right-of-way line of Parkview Boulevard, North 02˚ 02' 46" East, for a distance of 31.12'; thence,

Along the westerly right-of-way line of Parkview Boulevard, following a curve to the left that has a radius of 302.76', an arc length of 184.77', a central angle of 34˚ 57' 59", and a chord that bears North 15˚ 27' 14" West for a distance of 181.91'; thence,

Along the westerly right-of-way line of Parkview Boulevard, following a curve to the right that has a radius of 761.26', an arc length of 639.84', a central angle of 48˚ 09' 27", and a chord that bears North 08˚ 52' 30" West for a distance of 621.17'; thence,

North 27˚ 39' 05" West, for a distance of 28.81'; thence,

Along the centerline of a vacated portion of Johnstown Road, South 59˚ 07' 49" West, for a distance of 264.58'; thence the following 9 courses along the easterly right-of-way line of Interstate Route No. 670,

South 36˚ 23' 45" West, for a distance of 85.21'; thence,

South 00˚ 40' 50" East, for a distance of 43.60'; thence,

South 52˚ 00' 48" West, for a distance of 78.91'; thence,

South 30˚ 10' 45" West, for a distance of 156.52'; thence,

South 30˚ 01' 47" West, for a distance of 68.63'; thence, South 27˚ 47' 55" West, for a distance of 387.04'; thence,

South 18˚ 13' 49" West, for a distance of 97.38'; thence,

South 86˚ 15' 05" West, for a distance of 97.89'; thence,

South 21˚ 28' 03" West, for a distance of 252.09'; thence,

Along the northeasterly line of a 2.295 acre tract as conveyed to City of Columbus as described in Official Record 12176 C-16, South 15˚ 22' 08" East, for a distance of 315.38'; thence,

Along an easterly line of said 2.295 acre tract, South 04˚ 08' 08" West, for a distance of 466.63'; thence,

Columbus City Bulletin (Publish Date 05/27/06) 57 of 243 Along the northeasterly line of a 0.683 acre tract as conveyed to City of Columbus as described in Official Record 12176 C-16, South 10˚ 19' 05" West, for a distance of 89.35'; thence,

Along the northerly line of lands as conveyed to BSC Columbus, LLC as described in Instrument No. 200402190036049, South 86˚ 27' 18" East, for a distance of 655.48'; thence,

Along a westerly line of lands of said BSC Columbus, LLC, North 03˚ 50' 00" East, for a distance of 184.45'; thence,

Along a westerly line of lands of said BSC Columbus, LLC, North 04˚ 04' 00" West, for a distance of 87.50'; thence,

Along a westerly line of lands of said BSC Columbus, LLC, North 03˚ 50' 00" East, for a distance of 204.00'; thence,

Along a westerly line of lands of said BSC Columbus, LLC, North 10˚ 10' 10" East, for a distance of 109.00'; thence,

Along a westerly line of lands of said BSC Columbus, LLC, North 03˚ 43' 03" East, for a distance of 113.74'; thence,

Along a northerly line of lands of said BSC Columbus, LLC, South 86˚ 13' 20" East, for a distance of 467.89'; thence,

Along a northerly line of lands of said BSC Columbus, LLC, South 86˚ 40' 15" East, for a distance of 281.80'; thence,

Along a northerly line of lands of said BSC Columbus, LLC, South 86˚ 21' 35" East, for a distance of 100.20'; thence,

Along a northerly line of lands of said BSC Columbus, LLC, South 86˚ 06' 38" East, for a distance of 294.02' to the point of beginning containing 41.427 acres of land, more or less, as calculated by Michael L. Keller, Professional Surveyor, Ohio License No. 7978, Kleingers & Associates in January, 200.

Basis of bearings of the above-described courses is the State Plane Coordinate System, South Zone (NAD83).

This description is solely prepared for the purpose of zoning considerations. The above-described parcel is based on record information only, and not an actual field survey.

To Rezone From: the L-ARLD, Limited Apartment Residential, AR-3, Apartment Residential, M, Manufacturing, and R-2, Residential Districts,

To: CPD, Commercial Planned Development District.

SECTION 2. That a Height District of Sixty (60) feet is hereby established on the CPD, Commercial Planned Development District on this property.

SECTION 3. That the Director of the Department of Development be, and he is hereby authorized and directed to make the said changes on the said original zoning map in the office of the Building Services Division and shall register a copy of the approved CPD, Commercial Planned Development District and Application among the records of the Building Services Division as required by Section 3311.12 of the Columbus City Codes; said plan being titled, "MASTER PLAN," signed by Jeffrey Brown, attorney for the Applicant, dated May 118, 2006, and text titled, "COMMERCIAL PLANNED DEVELOPMENT TEXT," signed by Jeffrey Brown, attorney for the Applicant, and dated May 522, 2006, and the text reading as follows:

COMMERCIAL PLANNED DEVELOPMENT TEXT

PROPOSED DISTRICT: CPD, Commercial Planned Development PROPERTY ADDRESS: 969 North Cassady Avenue

Columbus City Bulletin (Publish Date 05/27/06) 58 of 243 OWNER: Lutheran Social Services of Central Ohio, Inc., et al. APPLICANT: Lutheran Social Services of Central Ohio, Inc. DATE OF TEXT: 5/5/065/22/06 APPLICATION NUMBER: Z05-070

1. INTRODUCTION: The proposed development is a redevelopment plan for Lutheran Social Services at its Cassady Avenue campus.

2. PERMITTED USES: Those uses permitted in Section 3349.03(a, b, c, h, p, q, r and w) I, institutional, of the Columbus City Code, private and public recreation facilities and adult daycare facility.

3. DEVELOPMENT STANDARDS: Unless otherwise indicated in the submitted site plan or written text, the applicable development standards are contained in Chapter 3356, C-4, Commercial of the Columbus City Code.

A. Density, Height, Lot and/or Setback commitments.

1. The building and parking setbacks from Cassady Avenue and Parkview Boulevard shall be 25 feet. except for the garage building along Parkview Boulevard as shown on the submitted site plan which shall have a minimum setback of 10 feet. 2. No buildings shall be constructed at the northeast corner of the subject site. Being the area between Cassady Avenue main driveway, fire lane and the north property line as shown on the submitted drawing.

3. The building and parking setbacks along the north property line between Parkview Boulevard and Cassady Avenue shall be 30 feet. This setback does not apply to the service driveway described in Section 3B2 and to the entry canopy roof overhang off the north side of the northwest corner of Building 4A4.

B. Access, Loading, Parking and/or other Traffic related commitments.

1. Access shall be subject to the review and approval of the City's Division of Transportation.

2. There shall be a service driveway north of building 4A4; the balance of that service driveway shall be a fire access lane and shall not be paved.

3. The developer shall install a north bound left turn lane plus taper on Cassady Avenue and if required by the City's Transportation Division install a south bound right turn lane plus taper on Cassady Avenue. Design of said improvements shall be subject to the review and approval of the City's Transportation Division.

C. Buffering, Landscaping, Open space and/or Screening commitments.

1. Street trees shall be installed 40 feet on center along the sites' Cassady Avenue frontage.

2. A six foot wood fence shall be installed north of building 4A4 adjacent to the site's north property line. Six trees shall be installed between the service drive and building 4A4.

3. Any parking lot which is adjacent to a public street or adjacent to a single family house shall comply with the parking lot screening requirement in Chapter 3342 of the Columbus City Code.

4. The developer shall install one tree per forty feet of the north property line on the north side of building 89 between that building and that site's north property line.

5. The 150 foot setback along the creek which is shown on the submitted site plan shall be subject to the City's Recreation and Parks conversation easement provided that the property owners retain the right to cross that easement area for utilities.

6. The wooded area between Building E3E2 and I-670 shall be maintained in a natural state subject to sound forestry

Columbus City Bulletin (Publish Date 05/27/06) 59 of 243 management practices.

7. All trees and shrubbery shall meet the following minimum size at the time of planting unless otherwise indicated.

Shade trees 2 1/2" caliper Ornamental Trees 1 1/2" caliper Evergreen Trees 5 to 6 feet in height Shrubbery 2 gallon container

8. All trees and landscaping shall be well maintained. Dead items shall be replaced within six months or the next planting season whichever occurs first. The applicant shall install the landscape buffer as shown on the submitted landscape plan in phases as the site is developed.

D. Building design and/or Interior-Exterior treatment commitments.

N/A

E. Dumpsters, Lighting, Outdoor display areas and/or other environmental commitments.

1. Any parking lot lighting located within 100 feet of residentially zoned property shall have a maximum height of 14 feet and shall have cutoff styled fixtures.

F. Graphics and Signage commitments.

1. Any free standing graphic shall be a monument style graphic. All other graphics standards shall be those standards contained in Article 15 of the Columbus City Code as it applies to the I, Institutional District. Any variance to said standards hall be obtained from the Graphics Commission.

G. Miscellaneous commitments.

1. At the time of filing for a certificate of zoning clearance the applicant shall pay the required park fee to the City of Columbus.

2. The building and parking locations, as shown on the site plan, are conceptual and the buildings and parking area may be relocated or changed in size, so long as the respective building and parking setbacks, as shown on the site plan, are maintained.

3. This site may be divided into different tax parcels. For the purpose of zoning clearance however, the site shall be considered as one tax parcel.

NATURAL ENVIRONMENT: The site is a mixture of developed and undeveloped properties.

EXISTING LAND USES: To the north are single family residential housing; to the east single-family homes and multi-unit buildings across Cassady Avenue; to the south is existing industrial and to the west I-670.

TRANSPORTATION AND CIRCULATION: Access to the site shall be via Cassady Avenue and Parkview Boulevard.

VISUAL FORM OF THE ENVIRONMENT: See text.

VIEW AND VISIBILITY: In the development of the subject property and in the location of the buildings and access points, consideration has been given to the visibility and safety of the motorist and pedestrian.

PROPOSED DEVELOPMENT: Residential, Institutional

Columbus City Bulletin (Publish Date 05/27/06) 60 of 243 EMISSIONS: No adverse affect from emissions shall result form the proposed development.

BEHAVIOR PATTERNS: The existing developments have established both behavior and transportation patterns. The proposed development will provide alternative housing opportunities for the elderly.

SECTION 4. That this ordinance shall take effect and be in force from and after the earliest period allowed by law. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or 10 days after its passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0479-2006

Drafting Date: 02/23/2006 Current Status: Passed

Version: 2 Matter Type: Ordinance

Explanation Rezoning Application # Z05-056; 05335-000-00060

APPLICANT: West Leppert Investments, LLC; c/o Jeffrey Brown, Atty.; 37 West Broad Street; Columbus, Ohio 43215.

PROPOSED USE: Multi-family residential and commercial development.

DEVELOPMENT COMMISSION RECOMMENDATION: Approval (5-0) on November 10, 2005.

CITY DEPARTMENTS' RECOMMENDATION: Approval. The requested PUD-4, Planned Unit Development (28.1± acres) and TC, Town Center (2.3± acres) Districts are consistent with the Interim Hayden Run Corridor Plan (2004) and compatible with the development and zoning patterns of the area. The plan designates the majority of the site as Cluster Development which supports a maximum density of four dwelling units per acre, requires 30% of the site to be in the form of open space, and establishes a minimum natural buffer along Hayden Run. The proposed residential development permits a maximum of 104 units on 28.1± acres for a density of 3.7 dwelling units per acre, sets aside 32% of the site as open space, and dedicates a natural buffer along Hayden Run, 150 feet from the centerline, to the City of Columbus. The PUD also specifies setbacks, landscaping, sidewalks, and underground electric lines.

Title To rezone 4815 LEPPERT ROAD (43026), being 30.4± acres located at the southwest corner of Leppert and Hayden Run Roads, From: R, Rural District, To: PUD-4, Planned Unit Development and TC, Town Center Districts and to declare an emergency. (Rezoning # Z05-056)

Body WHEREAS, application #Z05-056 is on file with the Building Services Division of the Department of Development requesting rezoning of 30.4± acres From: R, Rural District, To: PUD-4, Planned Unit Development and TC, Town Center Districts; and

WHEREAS, the Development Commission recommends approval of said zoning change; and

WHEREAS, an emergency exists in the usual daily operation in the City of Columbus in that it is immediately necessary to pass this ordinance to begin construction as soon as possible for the immediate preservation of the public peace, property, health and safety; and

WHEREAS, the City Departments recommend approval of said zoning change because the requested PUD-4, Planned Unit Development (28.1± acres) and TC, Town Center (2.3± acres) Districts are consistent with the Interim Hayden Run Corridor Plan (2004) and compatible with the development and zoning patterns of the area. The plan designates the

Columbus City Bulletin (Publish Date 05/27/06) 61 of 243 majority of the site as Cluster Development which supports a maximum density of four dwelling units per acre, requires 30% of the site to be in the form of open space, and establishes a minimum natural buffer along Hayden Run. The proposed residential development permits a maximum of 104 units on 28.1± acres for a density of 3.7 dwelling units per acre, sets aside 32% of the site as open space, and dedicates a natural buffer along Hayden Run, 150 feet from the centerline, to the City of Columbus. The PUD also specifies setbacks, landscaping, sidewalks, and underground electric lines, now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Official Zoning Map of the City of Columbus, as adopted by Ordinance No. 0179 -03, passed February 24, 2003, and as subsequently amended, is hereby revised by changing the zoning of the property as follows:

4815 LEPPERT ROAD (43026), being 30.4± acres located at the southwest corner of Leppert and Hayden Run Roads, From: R, Rural District, To: PUD-4, Planned Unit Development and TC, Town Center Districts, and being more particularly described as follows:

ZONING DESCRIPTION - PUD-4 28.097 ACRES

Situated in the State of Ohio, County of Franklin, Township of Washington, Virginia Military Survey No. 6366, being a part of the 4.800 acre tract conveyed to Huntington Tower Associates by deed of record in Instrument Number 200502040022139, and the 36.030 acre tract conveyed to West Leppert Investments, LLC by deed of record in Instrument Number 200507180140634, (all references are to the records of the Recorder's Office, Franklin County, Ohio) and being more particularly described as follows:

BEGINNING in the westerly right-of-way line of Leppert Road, at the common corner of said 36.030 acre tract, the 8.691 acre tract conveyed to Frederick M. and Mary E. Crow by deed of record in Official Record 14245 C10, the 0.5510 acre tract conveyed as Parcel 22WD1 to Franklin County Commissioners by deed of record in Official Record 19229 H19, and the 0.252 acre tract conveyed to Franklin County Commissioners by deed of record in Deed Book 3322, Page 36;

Thence South 84° 07' 18" West, a distance of 751.88 feet, with the southerly line of said 36.030 acre tract, to a point;

Thence across said 36.030 acre tract, the following courses and distances:

North 42° 09' 54" West, a distance of 78.75 feet, to a point;

North 62° 54' 35" West, a distance of 64.83 feet, to a point;

North 86° 03' 21" West, a distance of 39.02 feet, to a point;

North 65° 39' 48" West, a distance of 61.87 feet, to a point;

North 69° 44' 53" West, a distance of 120.17 feet, to a point;

North 39° 48' 43" West, a distance of 94.33 feet, to a point;

North 08° 44' 54" West, a distance of 70.60 feet, to a point;

North 05° 42' 42" East, a distance of 121.37 feet, to a point;

North 36° 26' 14" West, a distance of 70.05 feet, to a point;

North 11° 43' 39" West, a distance of 145.27 feet, to a point;

Columbus City Bulletin (Publish Date 05/27/06) 62 of 243 North 32° 44' 30" East, a distance of 67.00 feet, to a point;

North 64° 26' 40" East, a distance of 34.22 feet, to a point;

North 29° 12' 12" East, a distance of 52.27 feet, to a point;

North 05° 30' 24" East, a distance of 111.89 feet, to a point;

North 08° 58' 33" West, a distance of 25.81 feet, to a point;

North 56° 43' 53" West, a distance of 51.37 feet, to a point;

North 36° 40' 51" West, a distance of 78.64 feet, to a point;

North 56° 45' 32" West, a distance of 135.01 feet, to a point in a northerly line of said 36.030 acre tract;

Thence North 84° 03' 04" East, a distance of 416.89 feet, with said northerly line, to a point;

Thence North 23° 06' 04" East, a distance of 554.40 feet, with a westerly line of said 36.030 acre tract, to a point in the southerly right-of-way line of Hayden Run Road;

Thence South 50° 53' 49" East, a distance of 192.69 feet, with a northerly line of said 36.030 acre tract, and said southerly right-of-way line, to a point;

Thence South 49° 24' 28" East, a distance of 393.07 feet, continuing with said northerly line and said southerly right-of-way line, to a point;

Thence South 40° 35' 32" West, a distance of 325.57 feet, across said 36.030 and 4.800 acre tracts, to a point;

Thence continuing across said 4.800 acre tract, the following courses and distances:

South 49° 24' 28" East, a distance of 291.84 feet, to a point;

South 83° 32' 52" East, a distance of 130.80 feet, to a point in the westerly right-of-way line of said Leppert Road;

Thence South 06° 41' 17" East, a distance of 689.89 feet, with the easterly lines of said 4.800 and 36.030 acre tracts, and said westerly right-of-way line, to the POINT OF BEGINNING, containing 28.097 acres of land, more or less.

This description was prepared using documents of record, is for zoning purposes only, and is not to be used for deed transfer.

EVANS, MECHWART, HAMBLETON, & TILTON, INC.

To Rezone From: R, Rural District,

To: PUD-4, Planned Unit Development District

ZONING DESCRIPTION - TC 2.311 ACRES

Situated in the State of Ohio, County of Franklin, Township of Washington, Virginia Military Survey No. 6366, being a part of the 4.800 acre tract conveyed to Huntington Tower Associates by deed of record in Instrument Number 200502040022139, and the 36.030 acre tract conveyed to West Leppert Investments, LLC by deed of record in Instrument Number 200507180140634, (all references are to the records of the Recorder's Office, Franklin County, Ohio) and being

Columbus City Bulletin (Publish Date 05/27/06) 63 of 243 more particularly described as follows:

BEGINNING in the westerly line of the 0.1298 acre tract conveyed as Parcel 24WD1 to Franklin County Commissioners by deed of record in Official Record 19678 A01, at a common corner of said 4.800 and 36.030 acre tracts;

Thence South 06° 41' 17" East, a distance of 142.61 feet, with the line common to said 4.800 and 0.1298 acre tracts, to a point on a curve in the westerly right-of-way line of Leppert Road;

Thence with the arc of said curve to the left, having a central angle of 18° 43' 17", a radius of 300.00 feet, an arc length of 98.03 feet, and a chord which bears South 17° 30' 29" West, a chord distance of 97.59 feet, with the easterly line of said 4.800 acre tract, and said westerly right-of-way line, to a point;

Thence South 06° 41' 17" East, a distance of 78.57 feet, continuing with said easterly line and said westerly right-of-way line, to a point;

Thence across said 4.800 and 36.030 acre tracts, the following courses and distances:

North 83° 32' 52" West, a distance of 130.80 feet, to a point;

North 49° 24' 28" West, a distance of 291.84 feet, to a point;

North 40° 35' 32" East, a distance of 325.57 feet, to a point in the southerly right-of-way line of Hayden Run Road;

Thence South 49° 24' 28" East, a distance of 184.60 feet, with the northerly line of said 36.030 acre tract, and said southerly right-of-way line, to a point on a curve at a northeasterly corner of said 36.030 acre tract;

Thence with the arc of said curve to the right, having a central angle of 05° 35' 13", a radius of 197.15 feet, and arc length of 19.22 feet, and a chord which bears South 09° 28' 29" East, a chord distance of 19.22 feet, with an easterly line of said 36.030 acre tract, to the POINT OF BEGINNING, containing 2.311 acres of land, more or less.

This description was prepared using documents of record, is for zoning purposes only, and is not to be used for deed transfer.

EVANS, MECHWART, HAMBLETON, & TILTON, INC.

To Rezone From: R, Rural District,

To: TC, Town Center District

SECTION 2. That a Height District of Thirty-five (35) feet is hereby established on the PUD-4, Planned Unit Development and TC, Town Center Districts on this property.

SECTION 3. That the Director of the Department of Development be, and he is hereby authorized and directed to make the said changes on the said original zoning map in the office of the Building Services Division and shall register a copy of the approved PUD-4, Planned Unit Development and TC, Town Center Districts and Application among the records of the Building Services Division as required by Sections 3311.09 and 3320.13, respectively, of the Columbus City Codes, said PUD-4 plan being titled, "DEVELOPMENT PLAN FOR KRAMER TRACT," signed on May 8, 2006 by Jeffrey L. Brown, attorney for the Applicant and said TC plans being titled "ZONING DISTRICTS," "NATURAL FEATURES PLAN," "CIVIC SPACES," "THOROUGHFARE PLAN," "REGIONAL MAP," and TND statement of principles titled, "Z05-056, 4815 LEPPERT ROAD, Statement Addressing TND Principles," all signed on February 2, 2006 by Jeffrey L. Brown, attorney for the Applicant, and the PUD-4 text reading as follows:

PUD NOTES:

Columbus City Bulletin (Publish Date 05/27/06) 64 of 243 1. THE BUILDING FOOTPRINTS AND THE STREET ALIGNMENTS SHALL BE DEVELOPED AS SHOWN ON THIS PLAN, HOWEVER THEY ARE SUBJECT TO REFINEMENT AND MAY BE ADJUSTED TO REFLECT ENGINEERING, TOPOGRAPHICAL, MARKET DEMAND OR OTHER SITE DATA ESTABLISHED AT THE TIME OF DEVELOPMENT AND ENGINEERING PLANS ARE COMPLETED. THE DIRECTOR OF THE DEPARTMENT OF DEVELOPMENT OR THE DIRECTOR'S DESIGNEE MAY APPROVE ADJUSTMENTS TO THE STREET ALIGNMENT UPON SUBMISSION OF THE APPROPRIATE DATA REGARDING THE PROPOSED ADJUSTMENT.

2. HOMES MAY BE USED AS MODEL HOMES FOR THE PURPOSE OF MARKETING AND SALES. A MANUFACTURED MODULAR BUILDING OR A MODEL HOME MAY BE USED AS A SALES OFFICE DURING THE DEVELOPMENT OF THE PROJECT AND THE CONSTRUCTION OF HOMES THEREIN.

3. THE DEVELOPER SHALL INSTALL TWO TREES PER DWELLING UNIT. STREET TREES SHALL BE INSTALLED AT REGULAR INTERVALS. STREET TREES SHALL BE 2.5" CALIPER MINIMUM AND SPECIES SHALL NOT BE MIXED ON INDIVIDUAL STREETS.

4. DEVELOPER SHALL INSTALL DECORATIVE STREET LAMPS AT REGULAR INTERVALS SIMILAR TO CITY OF COLUMBUS STANDARD SPACING.

5. MINIMUM SEPARATION BETWEEN BUILDINGS SHALL BE AT LEAST 10 FEET UNLESS VARIED PURSUANT TO NOTE 7 BELOW.

6. THOSE AREAS ALONG HAYDEN RUN AND LEPPERT ROADS SHALL HAVE A LANDSCAPE BUFFER INSTALLED BY THE DEVELOPER WITH A MINIMUM OF ONE DECIDUOUS SHADE TREE, TWO ORNAMENTAL TREES AND FOUR EVERGREEN TREES PER ONE HUNDRED LINEAL FEET.

7. ALL DWELLING UNITS HAVE ATTACHED TWO CAR GARAGES.

8. FIVE FOOT WIDE SIDEWALKS SHALL BE INSTALLED ALONG THE SOUTH SIDE OF HAYDEN RUN ROAD AND THE WEST SIDE OF LEPPERT ROAD.

9. THE DEVELOPER AGREES TO PROVIDE ADDITIONAL RIGHT-OF-WAY, BEYOND THE CURRENT THOROUGHFARE PLAN REQUIREMENTS, FOR HAYDEN RUN ROAD AND LEPPERT ROAD, IF DEEMED NECESSARY BY THE TRANSPORTATION DIVISION, AS A RESULT OF THE ON GOING TRAFFIC STUDIES.

10. STACKED PARKING WITHIN THE DRIVEWAYS OF THE DWELLING UNITS, IN FRONT OF THE GARAGE OF EACH UNIT, IS PERMITTED, SUBJECT TO THE GARAGE DOOR BEING NO LESS THAN EIGHTEEN (18) FEET FROM THE ROADWAY EDGE.

11. PARKING:

a. PARKING SHALL BE CONTROLLED BY APPROPRIATE SIGNAGE DISPLAYED WITHIN THE DEVELOPMENT. PARKING SHALL BE LIMITED TO ONE SIDE OF THE STREET IF SAID STREET IS LESS THAN 26 FEET IN WIDTH OR BOTH SIDES OF THE STREET IF SAID STREET IS 26 FEET OR WIDER. NO PARKING SHALL BE PERMITTED ON EITHER SIDE OF ANY STREET WITHIN 25 FEET OF STREET INTERSECTIONS. FIRE HYDRANTS SHALL BE LOCATED ON THE SIDE OF THE STREET WHERE NO PARKING IS PERMITTED. ENFORCEMENT BY THE CONDOMINIUM/ HOMEOWNER ASSOCIATION SHALL BE ESTABLISHED BY THE RULES AND REGULATIONS OF THE CONDOMINIUM/ HOMEOWNER ASSOCIATION. THE FINAL DESIGN/LAYOUT OF ALL ONSITE PARKING IS SUBJECT TO REVIEW AND APPROVAL OF THE TRANSPORTATION DIVISION.

Columbus City Bulletin (Publish Date 05/27/06) 65 of 243 b. THE OWNER, DEVELOPER AND OR THE CONDOMINIUM/HOMEOWNER ASSOCIATION MUST ESTABLISH AND MAINTAIN AN AGREEMENT(S) WITH PRIVATE TOWING COMPANY(S), WHICH AGREEMENTS AUTHORIZE THE PRIVATE TOWING COMPANY(S) TO REMOVE/TOW ANY VEHICLES PARKING IN RESTRICTED AREAS. THERE MAY BE ONE OR MORE SUCH AGREEMENTS WITH ONE OR MORE TOWING COMPANY(S), FOR ANY TIMES/ LENGTHS, TERMS, ETC., AS THE ASSOCIATION DETERMINES, SO LONG AS AT LEAST ONE SUCH AGREEMENT SHALL ALWAYS AT ALL TIMES BE IN FORCE FOR THE PURPOSES OF ENFORCEMENT/ REMOVAL/ TOWING, AS REQUIRED ABOVE. TOWING AGREEMENTS SHALL BE FILED WITH THE CITY OF COLUMBUS DIVISION OF FIRE, FIRE PREVENTION BUREAU, UPON EXECUTION OF SAID AGREEMENT(S).

c. PARKING IS NOT TO BE ALLOWED ANYWHERE BUT IN GARAGES, ON STREETS AS SET FORTH IN NOTES 12.A, ABOVE, AND IN DRIVEWAYS WHERE APPLICABLE. IN CONJUNCTION WITH NOTE 12.A, ABOVE, THE OWNER, DEVELOPER, THEIR SUCCESSORS AND ASSIGNS (INCLUDING THE CONDOMINIUM/HOMEOWNER ASSOCIATION) MUST PROVIDE AND MAINTAIN ADEQUATE AND PROPER SIGNAGE TO DESIGNATE ALL NO-PARKING ZONES.

d. SIGNAGE REGULATING PARKING SHALL BE INSTALLED CONSISTENT WITH CITY SIGNAGE REQUIREMENTS FOR PRIVATE STREETS, AND PARKING REQUIREMENTS SHALL BE ENFORCED THROUGH AN AGREEMENT BETWEEN THE CONDOMINIUM/HOMEOWNER ASSOCIATION AND A PRIVATE TOWING COMPANY. SUCH AGREEMENT, TOGETHER WITH THE ASSOCIATION'S GOVERNING DOCUMENTS, SHALL BE FILED WITH THE CITY CONSISTENT WITH COLUMBUS CITY CODE §3320.15(A) (6).

e. THE OWNER, DEVELOPER, OR THE CONDOMINIUM/HOMEOWNER ASSOCIATION, AS APPLICABLE, SHALL DESIGNATE THE CITY OF COLUMBUS AS AN AUTHORIZED AGENT FOR THE SOLE AND SPECIFIC PURPOSES OF ENFORCEMENT OF PARKING RESTRICTIONS AND THE ISSUANCE OF CITATIONS AND OR REMOVAL OF VEHICLES PARKED IN VIOLATION OF POSTED PARKING RESTRICTIONS ON PRIVATE STREETS OR ALLEYS.

f. INTERSECTION DETAILS CONCERNING TURNING RADII, PARKING RESTRICTIONS AND INTERSECTION CONFIGURATIONS SHALL CONFORM TO THE FIRE VEHICLE ACCESS PLAN.

12. ANCILLARY GRADING WITHIN THE PROPOSED 4.5± ACRE OPEN SPACE FOR THE RESIDENTIAL UNITS AND UTILITIES SHALL BE PERMITTED ONLY AT BUILDINGS X, Y & Z. ALL NECESSARY STORM SEWER OUTLETS SHALL BE PERMITTED WITHIN THE 4.5± ACRE OPEN SPACE. THE GRADING WILL BE LIMITED TO THE GREATEST EXTENT POSSIBLE IN FULFILLING THE INTENT OF THIS DEVELOPMENT PLAN AND SHALL BE APPROVED BY THE CITY OF COLUMBUS WITH AN APPROVED RESTORATION PLAN PRIOR TO DISTURBANCE.

13. THE 150' OPEN SPACE BUFFER WILL BE DEDICATED TO THE CITY OF COLUMBUS FOR PARKLAND ALONG HAYDEN RUN. PROPERTY MARKERS WILL BE LOCATED EVERY 100' OR AT CHANGES OF DIRECTION.

14. ELECTRIC SERVICE WITHIN THE DEVELOPMENT WILL BE UNDERGROUND EXCEPT FOR TRANSFORMERS OR ANY OTHER STRUCTURES NECESSARY TO SERVICE THE DEVELOPMENT.

15. RETENTION POND(S) ARE ALLOWABLE WITHIN THE 150' OPEN SPACE BUFFER FOR HAYDEN RUN AS SHOWN HEREON. SAID POND(S) SHALL BE SUBJECT TO LANDSCAPING AROUND THE PERIMETER OF THE POND(S) SUBJECT TO REVIEW AND APPROVAL FROM CITY OF COLUMBUS RECREATION AND PARKS. ONE 1-1/2" CALIPER (MIN.) TREE PER 900 SQ. FT. OF DISTURBANCE AND A WILDFLOWER MIX SHALL BE INCLUDED IN THE LANDSCAPING AROUND THE POND(S).

Columbus City Bulletin (Publish Date 05/27/06) 66 of 243 SECTION 4. That this ordinance shall take effect and be in force from and after the earliest period allowed by law. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or 10 days after its passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0521-2006

Drafting Date: 03/01/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: This legislation authorizes the appropriation and expenditure of $9,495.00 from the Emergency Human Services Fund. These funds will be used by the Department of Development to contract with the Cambodian Mutual Assistance Association. Support for the Association will include assistance with heating costs for a five (5) month period, aid with transportation, communication and fair wage costs for their Somali Health Outreach Specialist, the temporary hiring of a computer consultant to set up wireless internet access and help to defray a rate increase for workers under the Ohio Unemployment payroll tax from 3.1% to 8.2%. Over the past few years, the Association has experienced elimination of funding from the Federal Office of Refugee Resettlement and a significant reduction of funding from the Franklin County Department of Jobs and Family Services, which has virtually dissolved their reserve fund. While continuing to serve their clientele, it has become a necessity to seek other means of support until those lost resources can be at least partially replaced.

Since 1980 the Cambodian Mutual Assistance Association has addressed the resettlement needs of refugees from Southeast Asia, Africa, Europe and South America. The Somali Outreach Specialist on staff is a nurse midwife who works primarily with pregnant Bantu refugees, ensuring that they receive pre-natal care and that their children receive required immunizations. In addition to providing transportation, interpretation and medical casework, the Specialist holds regular meetings with the newest arrivals, giving much needed support, education and linkages with other social service providers.

This legislation is presented as an emergency in order to provide assistance to the organization in timely manner.

FISCAL IMPACT: Funds will be allocated from the FY2006 Emergency Human Services Fund.

Title To authorize the appropriation of $9,495.00 from the unappropriated balance of the Emergency Human Services Fund to the Department of Development; to authorize the Director of the Department of Development to enter into a grant agreement with and provide grant monies to the Cambodian Mutual Assistance Association; to authorize the expenditure of $9,495.00 from the Emergency Human Services Fund; and to declare an emergency. ($9,495.00)

Body WHEREAS, it is the desire of the Director of the Department of Development to appropriate funds from the unappropriated balance of the Emergency Human Services Fund in order to provide grant assistance to the Cambodian Mutual Assistance Association (CMAA); and

WHEREAS, the grant will assist CMAA with payment of heating costs for a five (5) month period; provide aid for transportation, communication and fair wage costs for a Somali Medical Outreach Specialist; support the temporary hiring of a computer consultant to set up wireless internet access; and help to defray a rate increase for workers under the Ohio Unemployment payroll tax from 3.1% to 8.2%; and

WHEREAS, the expenditures support the mission of CMAA staff to effectively meet the needs of refugees from Southeast Asia, Africa, the Middle East and Central America; and

Columbus City Bulletin (Publish Date 05/27/06) 67 of 243 WHEREAS, an emergency exists in the usual daily operation of the Department of Development in that it is immediately necessary to appropriate said funds and to provide grant assistance to the Cambodian Mutual Assistance Association, all for the immediate preservation of the public health, peace, safety and welfare; NOW, THEREFORE,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That from the unappropriated monies in the Emergency Human Services Fund and from any and all sources unappropriated for any other purpose during the fiscal year ending December 31, 2006, the sum of $9,495.00 be and is hereby appropriated to the Department of Development, Department No. 44-05, Fund 232, Object Level One 03, Object Level Three 3337, OCA Code 445205.

Section 2. That the Director of the Department of Development be authorized to enter into a grant agreement with and provide grant monies to Cambodian Mutual Assistance Association to assist with payment of heating costs for a five (5) month period; provide aid for transportation, communication and fair wage costs for a Somali Medical Outreach Specialist, support the temporary hiring of a computer consultant to set up wireless internet access and help to defray a rate increase for workers under the Ohio Unemployment payroll tax from 3.1% to 8.2%.

Section 3. That for the purpose as stated in Section 2, the expenditure of $9,495.00 or so much thereof as may be necessary, be and is hereby authorized to be expended from the Emergency Human Services Fund, Department of Development, Department No. 44-05, Fund 232, Object Level One 03, Object Level Three 3337, OCA Code 445205.

Section 4. That this expenditure authorized herein is in accordance with Section 371.02(c) of the Columbus City Codes, 1959.

Section 5. That for the reasons stated in the preamble hereto, which is made a part hereof, this ordinance is declared to be an emergency measure and shall take effect and shall be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0664-2006

Drafting Date: 03/21/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation It is necessary to recommend a new management compensation plan to outline the salaries, wages, and benefits for the positions of Fire Chief and Assistant Fire Chief who are not part of the Columbus Firefighters Union, Local 67, IAFF bargaining unit. The pay structure is created based on market data and allows the Appointing Authority to recognize outstanding performance by rewarding a lump sum bonus. The changes in insurance are conistent with changes negotiated with the bargaining unit; however, a nine-percent (9%) premium contribution by the employees covered herein is recommended to be effective July 1, 2006.

The fiscal impact of this ordinance will be absorbed within the Department of Public Safety budget.

Emergency action is requested because some of the provisions are recommended to be retrospective.

Columbus City Bulletin (Publish Date 05/27/06) 68 of 243 To provide for salaries, wages, and working conditions for the positions of Fire Chief and Assistant Fire Chief who are not part of the International Association of Fire Fighters, Local 67 bargaining unit; to repeal existing Ordinance No. 125-2001, as amended; and to declare an emergency.

Body WHEREAS, an emergency exists in the usual daily operation of the Division of Fire, Department of Public Safety, City of Columbus, in that it is immediately necessary to provide for salaries, wages, and benefits for the positions of Fire Chief and Assistant Fire Chief who are not part of the International Association of Fire Fighters, Local 67 bargaining unit, and to repeal Ordinance No. 125-2001, as amended, for the immediate preservation of the public health, peace, property, welfare, and safety; Now, Therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

[See Attachment hereto for remainder of ordinance]

Legislation Number: 0676-2006

Drafting Date: 03/22/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation This ordinance provides for wages and benefits for the employees in the classifications of Police Chief and Police Deputy Chief. The provisions of this ordinance are primarily the same as the economic provisions contained in the recently negotiated Collective Bargaining Contract between the City of Columbus and the Fraternal Order of Police, Capital City Lodge No. 9.

The pay structure is created based on market data and allows the Appointing Authority to recognize outstanding performance by rewarding a lump sum bonus. The changes in insurance are conistent with changes negotiated with the bargaining unit; however, a nine-percent (9%) premium contribution by the employees covered herein is recommended to be effective July 1, 2006.

Emergency action is recommended because some provisions are effective on a retrospective basis.

FISCAL IMPACT: Current budget allocations will cover the cost of the wages and benefits authorized by this ordinance.

Title To provide for salaries, wages, and benefits for the classifications of Police Chief and Police Deputy Chief who are not part of the FOP, Capital City Lodge No. 9 bargaining unit; to repeal Ordinance No. 1258-2004; and to declare an emergency.

Body WHEREAS, an emergency exists in the usual daily operation of the Division of Police, Department of Public Safety, City of Columbus, in that it is immediately necessary to provide for salaries, wages, and benefits for the classifications of Police Chief and Police Deputy Chief and to repeal Ordinance No. 1258-2004 for the immediate preservation of the public health, peace, property, welfare, and safety; Now, Therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. [See Attachment for remainder of the ordinance.]

Legislation Number: 0719-2006

Columbus City Bulletin (Publish Date 05/27/06) 69 of 243 Drafting Date: 03/30/2006 Current Status: Passed

Version: 3 Matter Type: Ordinance

Explanation Rezoning Application Z05-090

APPLICANT: The Ellis Company, Ltd.; c/o Jeffrey Brown, Attorney; 37 West Broad Street, Suite 725; Columbus, OH 43215.

PROPOSED USE: Self-storage.

DEVELOPMENT COMMISSION RECOMMENDATION: Approval (5-0) on January 11, 2006.

CITY DEPARTMENTS' RECOMMENDATION: Approval. The Northland Plan -Volume I (2001) recommends office and high-density residential uses, while self-storage uses are discouraged in the area. The plan also recommends the use of limited zoning and appropriate development standards. This site is zoned CPD, Commercial Planned Development, approved in 2003, which permits commercial development. A deviation from the use recommended by the plan is acceptable, in this case, taking into account the adjacent rent-a-space and auto repair uses in Blendon Township, and that the limited remaining property frontage makes office development difficult. The requested L-M, Limited Manufacturing District, establishes use restrictions and provides development standards to ensure compatibility with the adjacent residential development. The limitation overlay text also incorporates applicable Northland Development Standards addressing street trees, buffering and lighting controls.

Title To rezone 3356 MORSE ROAD (43231), being 4.1± acres located on the north side of Morse Road, 675± feet west of Trindel Way, From: CPD, Commercial Planned District, To: L-M, Limited Manufacturing District and to declare an emergency. (Rezoning # Z05-090)

Body

WHEREAS, application #Z05-090 is on file with the Building Services Division of the Department of Development requesting rezoning of 4.1± acres from the CPD, Commercial Planned Development District to L-M, Limited Manufacturing District; and

WHEREAS, the Development Commission recommends approval of said zoning change; and

WHEREAS, an emergency exists in the usual daily operation in the City of Columbus in that it is immediately necessary to pass this ordinance to begin construction as soon as possible for the immediate preservation of the public peace, property, health and safety; and

WHEREAS, the City Departments recommend approval of said zoning change because the requested L-M, Limited Manufacturing District, establishes use restrictions and provides development standards to ensure compatibility with the adjacent residential development. The limitation overlay text also incorporates applicable Northland Development Standards addressing street trees, buffering and lighting controls. The Northland Plan -Volume I (2001) recommends office and high-density residential uses, while self-storage uses are discouraged in the area. The plan also recommends the use of limited zoning and appropriate development standards. This site is zoned CPD, Commercial Planned Development, approved in 2003, which permits commercial development. A deviation from the use recommended by the plan is acceptable, in this case, taking into account the adjacent self-storage and auto repair uses in Blendon Township, and that the limited remaining property frontage makes office development difficult, now, therefore:

Columbus City Bulletin (Publish Date 05/27/06) 70 of 243 BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Official Zoning Map of the City of Columbus, as adopted by Ordinance No. 0179 -03, passed February 24, 2003, and as subsequently amended, is hereby revised by changing the zoning of the property as follows:

3356 MORSE ROAD (43231), being 4.1± acres located on the north side of Morse Road, 675± feet west of Trindel Way, and being more particularly described as follows:

Description of 4.117 acres North of Morse Road West of Trindel Way City of Columbus, Ohio

Situated in the State of Ohio, County of Franklin, City of Columbus and located within Section 3, Township 2, Range 17, United States Military Lands and being the 4.117 acre tract remainder to that 7.633 acre tract described in a deed to PROPERTIES OF TODAY CORP., of record in Official Record 15789 Page A01, said tract more particularly described as follows:

Beginning for Reference at the southeasterly corner of a 1.134 acre tract described in a deed to EBERT & WOLF ENTERPRISES, LLC, of record in Instrument Number 200009270196580, the northeasterly corner of a 0.948 acre tract described in a deed to the CITY OF COLUMBUS of record in Instrument Number 199708070065490, in the easterly line of said 7.633 acre tract, the westerly line of a 3.975 acre tract described in a deed to GEORGE J. EVANS of record in Official Records Volume 007153, Page 103: thence North 04 degrees 56 minutes 30 seconds East along the easterly line of said 7.633 acre tract, the easterly line of said 1.134 acre tract, the westerly line of said 3.975 acre tract, a distance of 260.00 feet to the northeasterly corner of said 1.134 acre tract, being the True Point of Beginning; thence North 85 degrees 04 minutes 17 seconds West, along the northerly line of said 1.134 acre tract, a distance of 190.00 feet to an iron pin set; thence North 04 degrees 56 minutes 30 seconds East along the easterly line of a 1.529 acre tract, a distance of 40.00 feet to an iron pin set; thence North 85 degrees 04 minutes 17 seconds West along the northerly line of said 1.529 acre tract, a distance of 222.00 feet to an iron pin set; thence South 04 degrees 56 minutes 30 seconds West along the westerly line of said 1.529 acre tract, a distance of 300.00 feet to a point in the northerly line of said 0.948 acre tract; thence North 85 degrees 04 minutes 17 seconds West along the northerly line of said 0.948 acre tract, a distance of 103.79 feet to a point in the westerly line of said 7.633 acre tract, the easterly line of a 0.396 acre tract described in a deed to JOHN DETRICK of record in Instrument Number 200001190012669; thence North 05 degrees 30 minutes 13 seconds East along the westerly line of said 7.633 acre tract, the easterly line of said 0.396 acre tract, passing the southeast corner of a 2.257 acre tract described in a deed to JAMES A. SPUREON AND MARGARET SPUREON, of record in Instrument Number 199705190027177, at a distance of 174.40 feet and thence with the easterly line of said 2.257 acre tract, a total distance of 575.15 feet to a point in the southerly line of a 10.979 acre tract described in a deed to PARKRIDGE APARTMENTS, LTD., of record in Deed Book 3201, Page 495; thence South 85 degrees 12 minutes 06 seconds East along the northerly line of said 7.633 acre tract, the southerly line of said 10.979 acre tract, passing the southwesterly corner of Parkridge Village Section 4, a subdivision of record in Plat Book 62, Page 82-83, at a distance of 136.48 feet and thence with the southerly line of Parkridge Village, a total distance of 510.15 feet to the northeasterly corner of said 7.633 acre tract, in the westerly line of said 3.975 acre tract;

Columbus City Bulletin (Publish Date 05/27/06) 71 of 243 thence South 04 degrees 56 minutes 30 seconds West along the easterly line of said 7.633 acre tract, the westerly line of said 3.975 acre tract, a distance of 316.28 feet to the True Point of Beginning containing 4.117 acres of land, more or less.

This description is based on record information and a field survey performed in December 2002.

Bearings are based on the centerline of Morse Road as shown on the plat Parkridge Village Section 4, a subdivision of record in Plat Book 62, Pages 82 and 83, and shown as North 85 degrees 04 minutes 17 seconds West.

References described hereon refer to those found in the Recorder's Office, Franklin County, Ohio.

Iron pins set consist of a 5/8" rebar, thirty (30) inches in length, with a yellow plastic cap inscribed: "R M Foster S-7729."

To Rezone From: CPD, Commercial Planned Development District,

To: L-M, Limited Manufacturing District.

SECTION 2. That a Height District of Thirty-five (35) feet is hereby established on the L-M, Limited Manufacturing District on this property.

SECTION 3. That the Director of the Department of Development be, and he is hereby authorized and directed to make the said changes on the said original zoning map in the office of the Building Services Division and shall register a copy of the approved L-M, Limited Manufacturing District and Application among the records of the Building Services Division as required by Section 3370.03 of the Columbus City Codes; said text titled, "LIMITATION TEXT," signed by Jeffrey Brown, Attorney for the applicant, and dated April 21, 2006, and the text reading as follows:

LIMITATION TEXT

PROPOSED DISTRICT: L-M, Limited Manufacturing EXISTING DISTRICT: CPD, Commercial Planned Development PROPERTY ADDRESS: 3356 Morse Road OWNER: Properties of Today Corp. APPLICANT: The Ellis Company, Ltd. DATE OF TEXT: 4/21/06 APPLICATION NUMBER: Z05 -090

1. INTRODUCTION: The site is located along Morse Road, east of its intersection with Dunbridge Street and west of its intersection with Trindel Way. To the north is single-family residential property zoned R-2 in the City of Columbus. To the east is a commercial garage in Blendon Township. To the south of the site is a commercial garage and a car wash zoned CPD in the City of Columbus as well as single-family and multi-family residential in both the City of Columbus and Mifflin Township south of Morse Road. To the west is commercial development and a single-family residence used as an office in Blendon Township. The proposed text contains appropriate development standards for the subject property.

2. PERMITTED USES: Those uses listed in Sections 3363.02 and 3363.03 of the Columbus City Code, self storage units, and truck rentals.

3. DEVELOPMENT STANDARDS: Unless otherwise specified in the following text, the Development Standards shall be as specified in Chapter 3363 of Columbus City Code (M, Manufacturing District).

A. Density, Height, Lot and/or Setback commitments.

1. The building setback shall be 80 feet from Morse Road. The parking setback shall be 25 feet from Morse Road.

Columbus City Bulletin (Publish Date 05/27/06) 72 of 243 2. The building setback from the west property line shall be 15 feet; the building and paving setbacks from the north property line shall be 40 feet for self storage and 50 feet for any other use; the building and paving setbacks from the east property line shall be 40 feet beginning at the northwest corner of the site and extending southward for 316+/- feet. Self storage units along the north property setback line shall have access doors only on the south side of those buildings.

B. Access, Loading, Parking and/or other Traffic related commitments.

1. All circulation, curb cuts and access points shall be subject to the approval of the Division of Transportation.

C. Buffering, Landscaping, Open space and/or Screening commitments.

1. A tree row shall be established along Morse Road containing one tree spaced every 30-feet along roadway. Trees shall be planted within the parking setback.

2. Screening from the adjacent public right-of-way shall be provided in the parking setback area along Morse Road. The screening shall consist of a continuous planting hedge, and/or a landscaped earth mound, to a minimum three feet in height and one tree per 40-feet of frontage or fraction thereof. The tree requirement is in addition to the street tree requirement along Morse Road. Trees do not have to be equally spaced but may be grouped. This screening shall not be located within any vision clearance triangle for cars entering or exiting the site.

3. One tree shall be planted for every 10 parking spaces. Trees shall be planted in islands or medians at least five feet wide.

4. The landscape requirements in Item 1 thru 3 may be used to offset the parking lot landscape requirements contained in Chapter 3342 of the Columbus Zoning Code.

5. Mounding shall have a slope of at least 3 to 1 width to height ratio.

6. The developer shall install a row of evergreen trees 20-feet on center on the north side of the northernmost row of self storage buildings on the site and along the east side of the easternmost self storage building for a distance of 100 feet from the northeast corner of the site. If the site is developed with a use other than self storage the developer shall either place a building along the 50 feet north property line setback or in the areas where there is no building, install a six foot high wood fence along with the evergreen buffer mentioned above. The developer shall maintain the existing vegetation within the setback area along the north property line subject to sound forestry practices, to the installation of the required evergreen buffer and to the 30 foot drainage easement.

7. The developer shall install a six foot high wood fence between the northernmost self storage buildings on the site to limit access to the site if there is a gap between those self storage buildings.

8. The developer shall install temporary fencing along the 40 foot building setback in the area where the evergreen trees are being installed prior to construction.

9. All trees and landscaping shall be well maintained. Dead items shall be replaced within six months or the next planting season, whichever occurs first.

10. All trees meet the following minimum sizes at the time of planting: Shade trees 2 ½" caliper; Ornamental trees 1 ½" caliper; Evergreen trees 5 feet in height. Trees caliper is measured six (6) inches from the ground.

D. Building design and/or Interior-Exterior treatment commitments.

1. Any mechanical equipment or utility hardware on the roof of a building shall be screened from view to prevent the equipment from being visible from the property line of the parcel. Ground mounted mechanical or utility equipment shall be fully screened from view from ground level by landscaping or any fence or wall utilizing comparable and compatible

Columbus City Bulletin (Publish Date 05/27/06) 73 of 243 materials as the building materials.

E. Dumpsters, Lighting, Outdoor display areas and/or other environmental commitments.

1. Light Standards shall not exceed 20-feet in height except for those light poles which are within 100 feet of residentially zoned property which shall have a maximum height of 18-feet.

2. All lights shall have fully shielded, recessed lamps directed downward to prevent glare and shine above the horizontal plane.

3. For aesthetic compatibility, lights shall be from the same or similar type and color. In parking lots, lighting shall be placed in raised islands or medians to protect both lights and vehicles from damage.

4. Notwithstanding the above requirements the building may be illuminated by light fixtures, which are attached to the light poles in the parking lot.

5. Wiring within the development shall be underground.

6. Wall pac style lighting on the self storage facility shall be shielded so that the light shines downward.

F. Graphics and Signage commitments.

1. All graphics and signage shall comply with the Graphics Code, Article 15, Title 33 of the Columbus City Code as it applies to the C-4 Commercial District and any variance to the sign requirements shall be submitted to the Columbus Graphics Commission for consideration.

G. Miscellaneous commitments.

1. At the time of development the developer shall install a sidewalk along its Morse Road frontage.

2. Operating hours for the self storage facility and for any trash pick-up shall be limited to 6:00 a.m. to 10:00 p.m.

3. Any rentalbAll truckscommercial vehicles shall be parked behind the security fence.

SECTION 4. That this ordinance shall take effect and be in force from and after the earliest period allowed by law. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or 10 days after its passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0726-2006

Drafting Date: 04/03/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThis legislation authorizes the Public Service Director to reimburse Lifestyle Communities for provision of design services for the widening of Hayden Run Road project in an amount of up to $196,000.00. The work is designated as elements HR-3 and HR-4 in the Memorandum of Understanding that was authorized by Ordinance 1433-2004 passed by City Council November 22, 2004. Ordinance 1006-2005, passed by City Council on June 30, 2005, granted consent and proposed cooperation with Lifestyle Communities for design services relating to the infrastructure improvements.

The project will widen Hayden Run Road to five lanes from the west leg of the intersection with Avery Road to the proposed Britton-Cosgray connecting road. The streetscape will also feature curbs, gutters, sidewalks, lighting, signalization and an enclosed storm drainage system where possible. The work is a component of the Hayden Run

Columbus City Bulletin (Publish Date 05/27/06) 74 of 243 Corridor development.

Fiscal Impact: Some $166,155.00 is currently available within the Pay As We Grow Northwest Corridor Area Fund in the Lifestyle-NW Corridor project and this ordinance appropriates and authorizes the expenditure of these funds. The balance needed, $29,845.00, has been identified within the 1995, 1999, 2004 Voted Streets and Highways Fund in the Roadway Improvement project from cancellation of an Auditor's Certificate (AC901906/001) that was established in 1999 for Polaris Parkway widening right-of-way acquisition that is no longer needed.

Emergency action is requested so that this project can proceed in a timely manner and keep commitments made to the local community.

TitleTo appropriate $166,155 within the Pay As We Grow Northwest Corridor Area Fund; to authorize the Public Service Director to make payment to Lifestyle Communities for design services for the widening of Hayden Run Road consistent with the Memorandum of Understanding for financial commitments for infrastructure improvements based on the Pay As We Grow Plan for the Hayden Run Corridor; to authorize the expenditure of $166,155 or so much thereof as may be needed from the Pay As We Grow Northwest Corridor Area Fund and $29,845 from the 1995, 1999, 2004 Voted Streets and Highways Fund and to declare an emergency. ($196,000)

BodyWHEREAS, the City has identified the need for and proposes the improvement of a portion of public highway that is described as follows:

The widening of Hayden Run Road, from Avery Road to the proposed Britton- Cosgray connecting road with portions of said highway within the municipal Corporation limits being hereinafter referred to as the improvement; and

WHEREAS, this work is designated as elements HR-3 and HR-4 in the Memorandum of Understanding that was authorized by Ordinance 1433-2004 passed by City Council November 22, 2004; and

WHEREAS, consent legislation authorizing a reimbursement agreement with Lifestyle Communities for design services was passed by City Council as Ordinance 1006-2005 June 30, 2005; and

WHEREAS, an emergency exists in the usual daily operation of the Public Service Department, Transportation Division, in that the contract should proceed immediately so that the work may proceed in a timely manner and keep commitments made to the local community, thereby preserving the public health, peace, property, safety and welfare; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the sum of $166,155.00 be and hereby is appropriated from the unappropriated balance of Fund 771, the Pay As We Grow Northwest Corridor Area Fund, and from all monies estimated to come into said Fund from any and all sources and unappropriated for any other purpose during the fiscal year ending December 31, 2006, to Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6601, OCA Code 771501 and Project 771005.

SECTION 2. That the monies appropriated in Section 1 shall be paid upon order of the Public Service Director and that no order shall be drawn or money paid except by voucher, the form of which shall be approved by the City Auditor.

SECTION 3. That the Public Service Director be and hereby is authorized to reimburse Lifestyle Communities, 2800 Corporate Exchange Drive, Suite 400, Columbus, Ohio 43231, in an amount not to exceed $196,000.00 in accordance with the Pay As We Grow Plan for the Hayden Run Corridor.

SECTION 4. That for the purpose of paying the cost thereof, the sum of $196,000.00 or so much thereof as may be needed, be and hereby is authorized to be expended from Fund 771, the Pay As We Grow Northwest Corridor Area Fund, Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6601, OCA Code 771501 and Project 771005 ($166,155.00) and Fund 704, the 1995, 1999, 2004 Voted Streets and Highways Fund,

Columbus City Bulletin (Publish Date 05/27/06) 75 of 243 Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6601, OCA Code 644385 and Project 530161 ($29,845.00). .

SECTION 5. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0740-2006

Drafting Date: 04/05/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThe Public Service Department, Transportation Division, requires sign posts, aluminum sign blanks, strain poles, polyvinyl chloride (PVC) conduit, rigid conduit, steel, thermoplastic pavement marking materials and preformed plastic pavement markings to perform its mission of promoting pedestrian safety and traffic control.

Aluminum sign blanks are used in the sign manufacturing process performed at Transportation's maintenance facility at 1820 East Seventeenth Avenue.

The Division utilizes thermoplastic permanent pavement marking material to delineate traffic lanes and effect messages to motorists ("right turn only", "school zone ahead" etcetera) on arterial roadway surfaces. Thermoplastic lasts much longer than paint and for that reason is eligible for capital improvement funding. Thermoplastic is purchased in bulk quantities in two different colors (yellow and white) and is applied by Division personnel using specialized equipment that heats the material to near-liquid condition and then extrudes it in the desired shapes and dimensions.

These commodities are available for purchase per the terms and conditions of eight (8) existing citywide universal term contracts with as many vendors. This ordinance authorizes the purchase of sign posts, aluminum sign blanks, strain poles , polyvinyl chloride (PVC) conduit, rigid conduit, steel, thermoplastic pavement marking materials and preformed plastic pavement markings per these contracts to meet the Transportation Division's anticipated needs for 2006 in the amount of $770,000.00.

Fiscal Impact: Funds for these expenditures are budgeted and available within the 2005 Capital Improvements Budget in the 1995, 1999, 2004 Voted Streets and Highways Fund in the traffic signal installation and permanent pavement markings projects. This ordinance transfers $180,000.00 from the signal installation project to the sign upgradings/streetname sign project to cover the $180,000.00 cost of sign material purchases. It also amends the Capital Improvements Budget accordingly.

The division was authorized to spend $808,706.00 in 2003 (Ordinances 0831-2003 and 1667-2003), $325,250.50 in 2004 (Ordinances 0265-2004, 0313-2004 and 0545-2004) and $1,503,678.00 in 2005 (Ordinances 0289-2005, 1792-2005 and 1839-2005) for these and similar commodities.

Emergency action is requested to provide for an uninterrupted supply of these commodities that are critical to the division 's programs that promote and enhance pedestrian and motorist safety and traffic control.

TitleTo amend the 2005 Capital Improvements Budget; to authorize the transfer of $180,000.00 between projects within the 1995, 1999, 2004 Voted Streets and Highways Fund; to authorize the Finance and Management Director to establish purchase orders for the purchase of sign posts, aluminum sign blanks, strain poles, polyvinyl chloride (PVC) conduit, rigid conduit, steel, thermoplastic pavement marking materials and preformed plastic pavement markings for the Transportation

Columbus City Bulletin (Publish Date 05/27/06) 76 of 243 Division per the terms and conditions of eight existing citywide universal term contracts with as many vendors; to authorize the expenditure of $770,000.00 or so much thereof as may be necessary from the 1995, 1999, 2004 Voted Streets and Highways Fund; and to declare an emergency. ($770,000.00)

BodyWHEREAS, the Transportation Division requires of sign posts, aluminum sign blanks, strain poles, polyvinyl chloride (PVC) conduit, rigid conduit, steel, thermoplastic pavement marking materials and preformed plastic pavement markings to perform its mission of promoting pedestrian safety and traffic control; and

WHEREAS, these items can be purchased per the terms and conditions of eight (8) existing citywide universal term contracts that were established by the Purchasing Office with as many vendors for this purpose; and

WHEREAS, this ordinance authorizes the purchase of the Transportation Division's anticipated needs for these commodities for 2006; and

WHEREAS, this ordinance authorizes the expenditure of up to $770,000.00 for these traffic commodities; and

WHEREAS, an emergency exists in the usual daily operation of the Public Service Department, Transportation Division, in that it is immediately necessary to provide for an uninterrupted supply of traffic commodities that are critical to the division's programs that promote and enhance pedestrian and motorist safety and traffic control, thereby preserving the public health, peace, property, safety and welfare; now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the 2005 Capital Improvements Budget (CIB) be and hereby is amended as follows:

Public Service / Transportation Project # / Project / current CIB / change / CIB as Amended 540007 / signal installation / $750,000 / ($180,000) / $570,000 540008 / sign upgrading/street name signs / $175,000 / $180,000 / $355,000

SECTION 2. That the City Auditor be and hereby is authorized to transfer $180,000.00 between projects within Fund 704, the 1995, 1999, 2004 Streets and Highways Fund, as follows:

TRANSFER FROM Project # / Project / Object Level One/Three Codes / OCA Code 540007 / signal installation / 06/6622 / 644385

Total Transfer From: $180,000.00

TRANSFER TO: Project # / Project / Object Level One/Three Codes / OCA Code 540008 / sign upgrading/street name signs / 06/6622 / 644385

Total Transfer To: $180,000.00

SECTION 3. That the expenditure of $770,000.00 or so much thereof as may be necessary be and hereby is authorized to be expended from Fund 704, the 1995, 1999, 2004 Streets and Highways Fund, Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6622, OCA Code 644385, Project 540007, signal installation ($220,000.00); Project 540008, sign upgrading/street name signs ($180,000.00) and Project 540013, permanent pavement markings ($370,000.00) to pay the cost thereof.

Columbus City Bulletin (Publish Date 05/27/06) 77 of 243 SECTION 4. That the Finance and Management Director be and hereby is authorized to establish purchase orders per the terms and conditions of existing citywide contracts for the purchase of sign posts, aluminum sign blanks, strain poles , polyvinyl chloride (PVC) conduit, rigid conduit, steel, thermoplastic pavement marking materials and preformed plastic pavement markings per the terms and conditions of eight (8) existing universal term contracts established by the Purchasing Office with as many vendors for this purpose on behalf of the Transportation Division as follows:

M. H. Corbin, Incorporated (total $80,000.00) #FL002976 / expires 9/20/2008 / sign posts Project 540007

Rocal, Incorporated (total $16,500.00) #FL002908 / expires 9/1/2007 / aluminum sign blanks Project 540007

U.S. Standard Sign Company (total $83,500.00) #FL002907 / expires 9/1/2007 / aluminum sign blanks Project 540007

Bayside Supply LLC (total $150,000.00) #FL002545 / expires 10/31/2007 / strain poles Project 540008

Edison Equipment Company (total $40,000.00) #FL002315 / expires 11/30/2007 / polyvinyl chloride (PVC) conduit Project 540008

Benjamin Steel Company (total $30,000.00) #FL002307 / expires 9/30/2007 / rigid conduit and steel for signals Project 540008

DOBCO (total $320,000.00) #FL003026 / expires 12/31/2007 / thermoplastic pavement marking material Project 540013

Flint Trading Incorporated (total $50,000.00) #FL003025 / expires 12/31/2008 / preformed pavement marking material Project 540013

SECTION 5. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force form and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0746-2006

Drafting Date: 04/06/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThis legislation authorizes the Public Service Director to reimburse the office of the Franklin County Engineer for provision of right-of-way acquisition, design and construction services for the Hayden Run Road/Cosgray Road intersection improvement project in the amount of $1,300,000.00. The work is designated as element HR-1 in the Memorandum of Understanding that was authorized by Ordinance 1433-2004 passed by City Council on November 22, 2004, that granted consent and proposed cooperation with the office of the Franklin County Engineer for right-of-way

Columbus City Bulletin (Publish Date 05/27/06) 78 of 243 acquisition, design and construction services relating to the infrastructure improvements.

The project will provide new pavement and right-turn lanes in all directions at the intersection. A raised concrete median will extend up the north leg of the intersection. Construction will also provide curbs, gutters, sidewalks, lighting, signalization and curb ramps.

Fiscal Impact: The City will ultimately pay the Franklin County Engineer $2,300,000.00 for these improvements. This ordinance provides $1,300,000.00 with another $1,000,000.00 forthcoming from a future bond sale. $1,237,253.00 is currently available within the Pay As We Grow Northwest Corridor Area Fund and this ordinance appropriates, transfers and authorizes the expenditure of these funds. The balance needed, $62,747.00, has been identified within the 1995, 1999, 2004 Voted Streets and Highways Fund in the Roadway Improvement project from cancellation of an Auditor's Certificate (AC901906/001) that was established in 1999 for Polaris Parkway widening right-of-way acquisition that is no longer needed.

Emergency action is requested so that this project can proceed in a timely manner and keep commitments made to the local community.

TitleTo appropriate $1,237,253.00 within the Pay As We Grow Northwest Corridor Area Fund; to authorize the City Auditor to transfer $748,695.00 between projects within this Fund; to authorize the Public Service Director to pay the Franklin County Engineer $1,300,000.00 for right-of-way acquisition, design and construction services for the Hayden Run Road/Cosgray Road intersection improvement project consistent with the Pay As We Grow Plan for the Hayden Run corridor; to authorize the expenditure of $1,237,253.00 from the Pay As We Grow Northwest Corridor Area Fund and $62,747.00 from the 1995, 1995, 2004 Streets and Highways Fund and to declare an emergency. ($1,300,000.00)

BodyWHEREAS, the City has identified the need for and proposes the improvement of a portion of public highway that is described as follows:

Construction of new pavement, right-turn lanes, signalization, curbs, gutters, ramps, lighting, and a median at the intersection of Hayden Run Road and Cosgray Road; and

WHEREAS, this work is designated as element HR-1 in the Memorandum of Understanding that was authorized by Ordinance 1433-2004 passed by City Council November 22, 2004, which authorized a reimbursement agreement with the office of the Franklin County Engineer; and

WHEREAS, an emergency exists in the usual daily operation of the Public Service Department, Transportation Division, in that the contract should go forth immediately so that the work may proceed without delay, thereby preserving the public health, peace, property, safety and welfare; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the sum of $1,237,253.00 be and hereby is appropriated from the unappropriated balance of Fund 771, the Pay As We Grow Northwest Corridor Area Fund, and from all monies estimated to come into said Fund from any and all sources and unappropriated for any other purpose during the fiscal year ending December 31, 2006, to Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6601, as follows:

Project No. / Project / OCA Code 771001 / Dominion Homes-NW Corridor / 771001 / $488,558.00 771002 / MI Homes-NW Corridor / 771002 / $262,147.00 771003 / Huntington Tower-NW Columbus / 771003 / $388,140.00 771004 / Avery Place LLC-NW Corridor / 771004 / $98,408.00

Columbus City Bulletin (Publish Date 05/27/06) 79 of 243 SECTION 2. That the monies appropriated in Section 1 shall be paid upon order of the Public Service Director and that no order shall be drawn or money paid except by voucher, the form of which shall be approved by the City Auditor.

SECTION 3. That the City Auditor be and hereby is authorized to transfer $748,695.00 between projects within Fund 771, the Pay As We Grow Northwest Corridor Area Fund, as follows:

TRANSFER FROM Project No. / Project / OCA Code 771002 / MI Homes-NW Corridor / 771002 / $262,147.00 771003 / Huntington Tower-NW Columbus / 771003 / $388,140.00 771004 / Avery Place LLC-NW Corridor / 771004 / $98,408.00

Total Transfer From: $748,695.00

TRANSFER TO Project No. / Project / OCA Code 771001 / Dominion Homes-NW Corridor / 771001 / $748,695.00

Total Transfer To: $748,695.00

SECTION 4. That the Public Service Director be and hereby is authorized to pay the Franklin County Engineer an amount not to exceed $1,300,000.00 in accordance with the Pay As We Grow Plan for the Hayden Run Corridor.

SECTION 5. That for the purpose of paying the cost thereof, the sum of $1,300,000.00 or so much thereof as may be needed, be and hereby is authorized to be expended from Fund 771, the Pay As We Grow Northwest Corridor Area Fund, Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6601, OCA Code 771001 and Project 771001 ($1,237,253.00) and Fund 704, the 1995, 1999, 2004 Voted Streets and Highways Fund, Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6601, OCA Code 644385 and Project 530161 ($62,747.00).

SECTION 6. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0755-2006

Drafting Date: 04/07/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND This ordinance authorizes the Director of Finance and Management to establish a purchase order, for the Department of Technology, on behalf of The Columbus Health Department, for the purchase of replacement desktop computers and related accessories. This purchase will be made from a pre-established universal term contract (UTC), FL001696, with Resource One, expiration date March 31, 2007.

The desktop computers and related accessories being replaced are outdated and/or obsolete. The desktop computers and

Columbus City Bulletin (Publish Date 05/27/06) 80 of 243 related accessories are used for the running of applications that are very important to the daily operation of The Columbus Health Department. Additionally, the desktop computers and related accessories being replaced do not meet the current minimal City of Columbus specifications/standards. As such, replacement of this equipment is crucial for continued efficiency of city operations. Funds for this purchase are budgeted and available in the 2006 Department of Technology's Internal Service Fund's Budget.

FISCAL IMPACT A total of $5,900.46 in 2004 and $125,291.00 in 2005 was expended with Resource One for The Columbus Health Department. Funds are budgeted and available in the 2006 Department of Technology's Internal Service Fund's Budget to fund this purchase, which in the aggregate totals $70,000.00.

EMERGENCY DESIGNATION: Emergency designation is being requested to immediately facilitate this purchase as the equipment being purchased is crucial to city operations.

CONTRACT COMPLIANCE 311419297 -- Expiration 03/09/2007

Title To authorize the Director of Finance and Management, for the Department of Technology to purchase replacement desktop computers and related accessories on behalf of The Columbus Health Department from a pre-established universal term contract with Resource One; to authorize the expenditure of $70,000.00 from the Department of Technology's Internal Service Fund; and to declare and emergency. ($70,000.00)

Body WHEREAS, desktop computers and related accessories used by The Columbus Health Department are obsolete and no longer meet the City's current minimal specifications/standards and are in need of replacement; and

WHEREAS, the replacement of these desktop computers and related accessories will mitigate computer related performance problems and will ensure that city agencies can continue to operate at peak efficiency; and

WHEREAS, an emergency exists in the usual daily operation of the Department of Technology. The Department of Technology has an immediate need to purchase replacement desktop computers and related accessories from an established universal term contract with Resource One, thereby protecting the public health, peace, property, safety and welfare, now therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Director of Finance and Management be and is hereby authorized to purchase replacement desktop computers and related accessories for the Department of Technology on behalf of The Columbus Health Department from an established universal term contract with Resource One.

SECTION 2. That the expenditure of $70,000.00 or so much thereof as may be necessary is hereby authorized to be expended from:

Division 47-01 -- Fund 514 -- Subfund 010 -- OCA Code 500147 -- OBJ Level 1 02 -- OBJ Level 03 2193 -- Amount $70,000 - Health Department

Columbus City Bulletin (Publish Date 05/27/06) 81 of 243 SECTION 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approved nor vetoes the same.

Legislation Number: 0774-2006

Drafting Date: 04/11/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

..Explanation Rezoning Application # Z05-081

APPLICANT: The Kroger Co.; c/o David Perry, Agent; The David Perry Company; 145 East Rich Street; Columbus, OH 43215; and Donald T. Plank, Atty.; Plank and Brahm; 145 East Rich Street; Columbus, OH 43215.

PROPOSED USE: Addition of fuel sales and pharmacy drive-thru to existing grocery store.

DEVELOPMENT COMMISSION RECOMMENDATION: Approval (6-0) on December 8, 2005.

CITY DEPARTMENTS' RECOMMENDATION: Approval. The requested CPD, Commercial Planned Development District would allow motor vehicle fuel sales and convenience retail sales in conjunction with an existing grocery store zoned in the L-C-4, Limited Commercial District. The request also includes the addition of a drive-thru pharmacy pick-up window for the grocery store. CPD development standards address use restrictions, canopy location and design, building materials, site access, landscaping, outdoor display location, and abandonment provisions. This proposal is consistent with a citywide zoning and development pattern that has added fuel sales to shopping centers anchored by grocery stores.

Title To rezone 1169 POLARIS PARKWAY (43240), being 1.52± acres located on the east side of Sancus Boulevard, 800± feet south of Polaris Parkway, From: L-C-4, Limited Commercial District, To: CPD, Commercial Planned Development District (Rezoning # Z05-081).

Body WHEREAS, application #Z05-081 is on file with the Building Services Division of the Department of Development requesting rezoning of 1.52± acres from L-C-4, Limited Commercial District to CPD, Commercial Planned Development District; and

WHEREAS, the Development Commission recommends approval of said zoning change; and

WHEREAS, the City Departments recommend approval of said zoning change because the requested CPD, Commercial Planned Development District would allow motor vehicle fuel sales and convenience retail sales in conjunction with an existing grocery store zoned in the L-C-4, Limited Commercial District. The request also includes the addition of a drive-thru pharmacy pick-up window for the grocery store. The CPD development standards address use restrictions, canopy location and design, building materials, site access, landscaping, outdoor display location, and abandonment provisions. This proposal is consistent with a citywide zoning and development pattern that has added fuel sales to shopping centers anchored by grocery stores, now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Columbus City Bulletin (Publish Date 05/27/06) 82 of 243 SECTION 1. That the Official Zoning Map of the City of Columbus, as adopted by Ordinance No. 0179 -03, passed February 24, 2003, and as subsequently amended, is hereby revised by changing the zoning of the property as follows:

1169 POLARIS PARKWAY (43240), being 1.52± acres located on the east side of Sancus Boulevard, 800± feet south of Polaris Parkway, and being more particularly described as follows:

ZONING DESCRIPTION OF 1.523 ACRES LOCATED EAST OF SANCUS BOULEVARD AND SOUTH OF POLARIS PARKWAY

Situated in the State of Ohio, County of Delaware, City of Columbus, lying in Farm Lot 12, Section 4, Township 3, Range 18, United States Military District and being part of an original 79.600 acre tract (Polaris Center) conveyed to Polaris Center, LLC, by deed of record in Official Record 644, Page 351, all records herein are from the Recorder's Office, Delaware County, Ohio, said 1.523 acre tract being more particularly described as follows:

BEGINNING FOR REFERENCE, at point at the centerline intersection of Polaris Parkway (164 feet-wide) (Plat Book 24, Page 37) and Sancus Boulevard (80 feet-wide) (Plat Cabinet 1, Slide 129);

Thence South 39°50'31" West, a distance of 478.57 feet, along the centerline of Sancus Boulevard, to a point;

Thence South 50°09'29" East, a distance of 40.00 feet, to a point in the southeasterly right-of-way line of said Sancus Boulevard and the northwest corner of said original 79.600 acre tract;

Thence the following two (2) courses and distances along the southeasterly right-of-way line of said Sancus Boulevard and the west lines of said original 79.600 acre tract:

1. South 39°50'31" West, a distance of 201.36 feet, to a point;

2. Along a curve to the left, having a delta angle of 19°31'37", a radius of 960.00 feet, an arc length of 327.17 feet, a chord which bears South 30°04'32" West and a chord distance of 325.59 feet, to the TRUE POINT OF BEGINNING;

Thence the following six (6) courses and distances over and across said original 79.600 acre tract:

1. South 70°45'46" East, a distance of 223.37 feet, to a point;

2. South 12°28'31" West, a distance of 90.58 feet, to a point;

3. North 77°31'29" West, a distance of 59.75 feet, to a point;

4. South 12°22'38" West, a distance of 191.85 feet, to a point;

5. South 48°58'44" West, a distance of 114.11 feet, to a point;

6. North 87°03'59" West, a distance of 70.84 feet, to a point in the easterly right-of-way line of said Sancus Boulevard;

Thence the following two (2) courses and distances along the easterly right-of-way line of said Sancus Boulevard:

1. North 03°01'33" East, a distance of 125.40 feet, to a point;

2. Along a curve to the right, having a delta angle of 17°17'10", a radius of 960.00 feet, an arc length of 289.63 feet, a chord which bears North 11°40'09" East and a chord distance of 288.53 feet, to the TRUE POINT OF BEGINNING, containing 1.523 acres, more or less.

The above description was based on records and information obtained from the Delaware County Recorder's Office and Delaware County Auditor. The above description is intended for zoning purposes only and not for the transfer of real land.

Columbus City Bulletin (Publish Date 05/27/06) 83 of 243 The bearings in the above description are based on the bearing of South 39°50'31" West, for the centerline of Sancus Boulevard as shown and delineated on the record plat of record in Plat Cabinet 1, Slide 129, at the Recorder's Office, Delaware County, Ohio.

To Rezone From: L-C-4, Limited Commercial District,

To: CPD, Commercial Planned Development District.

SECTION 2. That a Height District of thirty-five (35) feet is hereby established on the CPD, Commercial Planned Development District on this property.

SECTION 3. That the Director of the Department of Development be, and he is hereby authorized and directed to make the said changes on the said original zoning map in the office of the Building Services Division and shall register a copy of the approved CPD, Commercial Planned Development District and Application among the records of the Building Services Division as required by Section 3311.12 of the Columbus City Codes; said plans being titled, "LOCATION PLAN"and "SITE PLAN," and text titled, "DEVELOPMENT TEXT," all signed by Donald T. Plank, Attorney for the Applicant, and David B. Perry, Agent for the Applicant, dated March 22, 2006, and the text reading as follows:

DEVELOPMENT TEXT

CPD, COMMERCIAL PLANNED DEVELOPMENT

1.523 +/- Acres

EXISTING DISTRICT:

L-C-4, Limited Commercial District

PROPOSED DISTRICT:

CPD, Commercial Planned Development District

PROPERTY ADDRESS:

1169 Polaris Parkway, Columbus, OH 43240

OWNER:

Polaris Center, LLC, c/o Dave Perry, Agent, The David Perry Co., 145 East Rich Street, Columbus, OH 43215 and Donald Plank, Attorney, Plank and Brahm, 145 East Rich Street, Columbus, OH 43215

APPLICANT:

Kroger Co. c/o Perry, Agent, The David Perry Co., 145 East Rich Street, Columbus, OH 43215 and Donald Plank, Attorney, Plank and Brahm, 145 East Rich Street, Columbus, OH 43215

DATE OF TEXT:

March 22, 2006

APPLICATION NUMBER:

Columbus City Bulletin (Publish Date 05/27/06) 84 of 243 Z05-081

INTRODUCTION:

The site is 1.523 +/- acres located on the south side of Polaris Parkway and the east side of Sancus Boulevard. The site is part of Sub-Area 3-B of the Polaris Centers of Commerce rezoning (Ordinance 943-91, passed April 29, 1991 (Z91-018), as amended by Ordinance 1413-01, passed July 30, 2001 (Z91-018C). Commercial uses (C-1 through C-4) are presently permitted at the site as well as on a large area of property surrounding the site. The site is also part of the 70 +/- acre Polaris Towne Center Shopping Center. The 1.523 +/- acre site to be rezoned is located immediately west of the Kroger store and between Kroger and Sancus Boulevard. Applicant proposes to rezone the 1.523 +/- acres to permit retail motor vehicle fuel sales. The area of the rezoning is undeveloped other than that the rezoning area includes part of entrance drives to the shopping center at the north and south ends of the 1.523 +/- acres. The following plans are submitted with this application and hereby incorporated by reference, as the development plan for the fuel use, subject to final engineering: "Location Plan - Kroger N-839, Polaris Town Center" and "Site Plan - Kroger N-839, Polaris Town Center" Site Plan", both dated March 22, 2006, hereinafter referred to as "Location Plan" and "Site Plan". The Site Plan also depicts a pharmacy pickup window, canopy structure over the pharmacy pickup window, code required vehicle stacking associated with the pick-up window and portions of existing driveways from/to the shopping center form Sancus Boulevard. The pickup window use is permitted under existing L-C-4 zoning. The pickup window is depicted on the CPD plan submitted with this application for zoning to permit the retail sale of motor vehicle fuel to show the relationship of the pick-up window use to the fuel use, but the depiction of the pickup window use shall not be interpreted as a requirement for development of the CPD area. The "Location Plan" and "Site Plan" also depict portions of access drives for the shopping center from/to Sancus Boulevard.

The site is located in Area J-1, as designated in the Far North Plan. Area J-1 is the 1200+ acre Polaris Centers of Commerce development. The Far North Plan recognizes Area J-1 as a major office, commercial and industrial complex under development. The rezoning proposal is consistent with the recommendations of the Far North Plan, the recommendations for Area J-1, and the commercial nature of the site and area and location of fuel uses on arterial right of ways and at major commercial development areas. The use will provide auto and convenience oriented services consistent with a major office, commercial and industrial development.

1. PERMITTED USES: The following uses shall be permitted:

All uses of Section 3356.03, C-4, Permitted Uses and Section 3357.01, C-5, Commercial District, except: billboards, off-premise graphics, other than as approved by the Columbus Graphics Commission, used car lots, except used car lots used in conjunction with the sale of new cars, outside storage of items with the exception of items offered for sale and accessory to a permitted use, such as hardware, lumber, or landscaping sales uses, etc., storage of hazardous wastes except for small quantities generated or used in connection with testing labs or other permitted use under controlled conditions in compliance with all laws regulating such materials, a car wash as the primary or sole use of the property.

2. DEVELOPMENT STANDARDS:

Except as otherwise listed herein, the development standards established by the C-4 Commercial District shall apply.

A. Density, Height, Lot and/or Setback Commitments

1. Building Height: The height district shall be H-35, allowing for a 35-foot height limitation in accordance with Sections 3309.14 and 3309.142 of the Columbus Zoning Code. Any gas station canopy shall not exceed a height of nineteen (19) feet.

2. Building Setback Lines:

Columbus City Bulletin (Publish Date 05/27/06) 85 of 243 (a) The building setback lines shall be as follows: fifty (50) from Sancus Boulevard, three (3) feet from any side property line, and ten (10) feet from any rear property line, except as otherwise set forth herein in the development text and in a.1 and a.2.

1. No building setback shall be required from any property line, other than a property line abutting a public street, that is created within and internal to a larger site for which a Certificate of Zoning Clearance has been issued and the parcel created by the property line continues to function as part of the overall site for which the Certificate of Zoning Clearance was issued.

2. The building setback line for canopies covering gasoline pumps shall be a minimum of twenty-five (25) feet from any public street right-of-way.

3. Parking Setback Lines: a) The parking setback line shall be as follows: thirty (30) feet from Sancus Boulevard. b) No parking or maneuvering areas, except driveways, shall be constructed nearer than three (3) feet from any side or rear property line, except as follows:

1). Internal aisles for vehicular circulation within parking lots to provide internal connection and circulation between adjacent parking lots are permitted.

2). No parking or maneuvering setback shall be required from any property line, other than a property line abutting a public street, that is created within and internal to a larger site for which a Certificate of Zoning Clearance has been issued and the parcel created by the property line continues to function as part of the overall site for which the Certificate of Zoning Clearance was issued.

3). Wheel blocks shall be provided in any parking spaces adjacent to the three (3) foot side or rear property line parking setback and the wheel blocks shall be placed within the parking space to prevent the overhang of vehicles into the parking setback.

B. Access, Loading, Parking and/or Traffic Related Commitments.

1). Access: There shall be no new direct vehicular access from the fuel use to Sancus Boulevard. Vehicular access to Sancus Boulevard and Polaris Parkway will be from existing Sancus Boulevard and Polaris Parkway curb cuts for the shopping center.

2). There is an existing curbed median island in the entrance and exit drive to the shopping center. The curbed median island shall be extended 8 - 10 feet east. The exact length of the extension shall be determined in conjunction with construction plan review by the Division of Transportation.

3). Traffic control signage shall be placed as depicted on the Site Plan.

4). Parking:

Off street parking and loading shall be provided in compliance with the provisions of Chapter 3342 of the Columbus Zoning Code.

5). Freight Loading Areas:

Provision for handling all truck service shall be totally within each parcel. No off-street loading areas or loading docks shall be located on or along the front wall of any building, within the front yard of any parcel or nearer than fifteen (15) feet from any side or rear property line. Off-street loading areas or loading docks located on or along the side wall of any

Columbus City Bulletin (Publish Date 05/27/06) 86 of 243 building shall in no event be located nearer than twenty-five (25) feet from the front of the building and such facilities and all activities therein shall be screened from view from all public streets with buildings or view-obscuring treatment such as landscaped mounds, a wall or fence, dense planting, strips of trees or shrubs, or a combination thereof so as to achieve a minimum height of 6' high and an opacity of not less than seventy five percent (75%). All such view-obscuring measures shall be maintained in good condition and appearance by the owner of the property containing such freight loading area at all times.

5) The handicap ramp adjacent to the east side of the north driveway entrance to the fuel area shall be relocated to a new portion of the curb with the approval of the Division of Transportation.

C. Buffering, Landscaping, Open Space and/or Screening Commitments.

1) Landscaping: The basic landscape design approach shall be to soften streetscape views of parcel parking lots and enhance site entries. Plants shall be arranged to highlight building entries, soften building masses, provide scale to site development, screen and organize parking and service areas, and define parcel edges. The following standards shall apply:

(a) Existing vegetation within and adjacent to parcels shall be preserved and incorporated into the landscape scheme where feasible. The existing row of evergreen shrubs adjacent and parallel to Sancus Boulevard shall be preserved or if removed in the construction of the fuel use, shall be replaced with evergreen shrubs with a minimum height of 24 inches at time of planting at three (3) feet on center.

(b) For all retaining walls, an area to be planted with shrubs and/or vines shall be provided between the wall and any paved area.

(c) All open areas on each developed parcel not occupied by buildings, structures, outside storage areas, parking areas, street right-of-way paved areas, driveways, walkways and off-street loading areas shall be suitably graded and drained and shall be landscaped with lawns, trees and shrubs.

(d) Each parcel shall provide minimum three (3) foot wide landscape buffer areas within the parcel and adjacent and parallel to the side and rear property lines, except where no building setback is required (2. Development Standards, A. 2. Building Lines, 1), where aisles connect adjacent parking lots (2. Development Standards, A. 2. Building Lines, 1), (2. Development Standards, A. 3, Parking Setback Lines, a.1), and where no parking setback is required (2. Development Standards, A. 3, Parking Setback Lines, a.2). The surface of the side and rear buffer areas shall be expressly reserved for the planting of lawns, trees or shrubs and no structures (except approvable graphics), equipment of any nature (except utility equipment, which shall be either underground or fully screened) or paved areas (except driveways) shall be permitted within the side and rear buffer areas. The foregoing not withstanding, there shall be no required landscaped setback along any property line other than a public street for any lot split of the motor vehicle fuel use.

(e) Each parcel shall provide in the front of the parcel a minimum thirty (30) foot wide landscape buffer area, unless otherwise permitted by this Development Text, outside of but adjacent and parallel to any public street. Except for graphics and driveways, the surface of the front buffer area shall be expressly reserved for the planting of lawns, trees or shrubs. Storm water detention or retention areas may occur in said buffer areas.

2). Screening: It is the intention of the Applicant to establish deed restrictions for the Property which will apply rigorous design standards governing the manner in which screening is implemented on each parcel to create a high quality aesthetic impact and to implement the general standards set forth below.

(a) Screening with landscaping (or screening materials which may consist of any combination of earth mounding, landscaping, walls, and/or fences) shall be provided so as to hide trash collection areas and waste storage area from view, to a minimum opacity of not less than seventy five percent (75%). All such landscaping shall be properly trimmed and all screening shall be maintained in a neat and tidy manner. All service areas shall be separated from public circulation and parking areas. Mounding to a minimum height of 30 inches shall be provided within the 30 foot parking setback along and parallel to the fueling area.

Columbus City Bulletin (Publish Date 05/27/06) 87 of 243 (b) Where freestanding walls are used for screening, they shall be integrated into the building design and/or landscaping plan so as to appear to be a natural element of the building and/or lot on which such building is located.

3) The minimum size of any trees at installation shall be as follows: Deciduous 2.5" caliper, Ornamental 1.5 inch, Evergreen 5 feet high.

4) Landscaping shall be maintained in a healthy state. Any dead plant material shall be removed and replaced with like plant material at the next planting season or within 6 months, whichever occurs sooner.

5) Mounding and trees shall be provided as depicted on the Site Plan.

D. Building Design and/or Interior/Exterior Commitments:

1) All heating, ventilating, air conditioning and other building mechanical systems and equipment, whether roof mounted or ground level, shall be fully screened from view from all public streets. As an exception to the foregoing, equipment requiring ventilation may be located within architectural elements having an opacity of at least 80%. Ground level equipment is permitted but will be screened by landscaping or other materials.

2) The columns of any gasoline fuel canopy shall be finished in brick.

3) Exterior building materials of the fuel station attendant's kiosk shall be brick or materials having the appearance of brick, other than glass, window framing materials and the door for access to the kiosk.

E. Dumpsters, Lighting, Outdoor Display Areas and/or Environmental Commitments.

1) Lighting: Exterior lighting enhances the atmosphere and safety at public parking, walkways and entrances. The following standards shall apply:

(a) All external lighting shall be cutoff type fixtures (downlighting) and shall minimize light spillage to off-site parcels provided, however, that building and landscaping may be uplighted from a concealed source.

(b) Parking lot lighting shall be no higher than 28.

(c) Canopy light fixtures shall be recessed or fully shielded.

2) Outdoor product display shall be limited to a five (5) foot perimeter around the attendant's kiosk and/or on the pump islands. Outside product display shall be limited to a height of three (3) feet. Vending machine(s) may be located in the perimeter around the attendant's kiosk. There shall be no outside storage and there shall be no leasing or sale of vehicles on the premises.

F. Graphics Commitments.

All signage and graphics shall conform to Article 15 of the Columbus Graphics Code as it applies to the C-5 district if the motor vehicle fuel sales use is developed or, if not developed, graphics shall conform to applicable standards of the C-4 District. Any variances needed from the applicable graphics requirements shall be submitted to the Columbus Graphics Commission. Any Ground Sign shall be monument style. Traffic directional signage shall be installed as depicted on the site plan.

G. Miscellaneous:

1) The CPD area may be split, in whole or in part, from the shopping center to establish a separate parcel. If split, all applicable easements shall be granted between the split parcel and the residual shopping center parcel to provide for

Columbus City Bulletin (Publish Date 05/27/06) 88 of 243 applicable vehicular and pedestrian circulation. If split, the rear and side landscaped setback standards itemized in Section C.1.(d) of this text shall not be applicable.

2) Applicability. This ordinance shall supersede any and all references applicable to this site as part of Sub-Area 3-B, as referenced in Ordinance 1413-01 (Z91-018C).

3) Severability. If for any reason any one or more articles, sections, sentences, clauses or parts of this Text are held invalid by any court of law or duly authorized public body, such determination shall not affect, impair or invalidate the remaining provisions of this Text, but shall be confined in its operation to the specific sections, sentences, clauses or parts of this Text held invalid and the invalidity of any section, sentence, clauses or parts of the Text in any one or more instances shall not prejudice in any way the validity of the Text in any other instance.

4) The following plans are submitted with this application and hereby incorporated by reference, as the development plan for the fuel use, subject to final engineering: "Location Plan - Kroger N-839, Polaris Town Center" and "Site Plan - Kroger N-839, Polaris Town Center" Site Plan", dated March 22, 2006 and signed March 22, 2006 by David B. Perry, Agent, and Donald Plank, Attorney, hereinafter referred to as "Location Plan" and "Site Plan", respectively. The Site Plan also depicts a pharmacy pickup window, canopy structure over the pharmacy pickup window and code required vehicle stacking associated with the pick-up window along the west wall of the building adjacent to the fuel area. The pickup window use is permitted under existing L-C-4 zoning. The pickup window is depicted on the CPD plan submitted with this application for zoning to permit the retail sale of motor vehicle fuel to show the relationship of the fuel and the pickup window uses. Depiction of the pick-up window and associated canopy and stack parking shall not be interpreted as a requirement for development of the CPD area or a requirement for construction of the motor vehicle fuel use. Part of the existing shopping center driveways to/from Sancus Boulevard are depicted on Sheet 2, "Site Plan" and included in the area being rezoned solely to incorporate required traffic control signage, median alteration and certain required landscaping in the area being rezoned, all as depicted on the Site Plan. The inclusion and depiction of the driveways from/to Sancus Boulevard shall not preclude alterations to the driveways or median other than the requirement to maintain applicable traffic control signage, median alteration and landscaping specifically required by this text/Site Plan. The "Location Plan" and the "Site Plan" shall only be applicable to the site for the retail sale of motor vehicle fuel.

5) Certificate of Zoning Clearance: The Polaris Towne Center shopping center, of which the 1.523 acres being rezoned is a part of, has an on-premise Private Water System (PWS) supplied with water from the City of Columbus from a water main in Sancus Boulevard. Part of the PWS is located within the area being rezoned. The Certificate of Zoning Clearance for the retail fuel use shall not be issued without the review and approval of the Division of Water, particularly as related to the PWS and any alterations of the PWS required by the Division of Water related to the construction of the retail fuel use.

6) Abandonment: The motor vehicle fuel use shall be considered abandoned if it has ceased operations or is closed to the public for a minimum of 6 months in any 12 month period. The owner or lessee of the motor vehicle fuel use and/or related structures shall, within seven (7) days of the beginning of the closure period referred to herein: a) Install wheel blocks, firmly attached, across the driveway entrance to the fuel area to prohibit unauthorized vehicle parking or abandonment of motor vehicles; b) Shall remove all signs and pumps; c) Shall board up all windows, doors end entrances to prevent the breakage of glass and the unauthorized entrance therein; d) Take appropriate action as required by the City of Columbus Fire Code to treat abandoned underground tanks and; e) Shall during the closure period cut all grass, remove all rubbish and weeds and continue maintenance as may be necessary to prevent the building or structure from deteriorating into a state of disrepair.

H. CPD Requirements:

1) Natural Environment and Existing Land Uses. The site is flat and is undeveloped. The site is presently zoned for

Columbus City Bulletin (Publish Date 05/27/06) 89 of 243 commercial use and is adjacent to other commercially zoned property.

2) Existing Land Use: Undeveloped

3) Transportation and Circulation: The site is located on the east side of Sancus Boulevard, south of Polaris Parkway.

4) Visual Form of the Environment: The property is part of a 1200+ acre commercial development. Property in all directions is zoned for commercial use. Major commercial development has and will occur on adjacent property in all directions.

5) Proposed Development: All C-1 - C-4 uses, as presently permitted and motor vehicle fuel sales.

6) Behavior Pattern. The CPD site is situated south of Polaris Parkway on the east side of Sancus Boulevard and is part of the Polaris Towne Center Shopping Center.

7) Emissions: No adverse effect from emissions shall result from the proposed development.

SECTION 4. That this ordinance shall take effect and be in force from and after the earliest period allowed by law.

Legislation Number: 0787-2006

Drafting Date: 04/12/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThe Transportation Division is responsible for maintaining the City's roadway system. To accomplish this mission the Division requires an asphalt recycler. The asphalt recycler takes recycled asphalt paving, millings, grindings and chunk asphalt and processes it into usable asphalt. This purchase is consistent with the Division's equipment purchase program.

Bids for an asphalt recycler were advertised in the City Bulletin and were received by the Purchasing Office on March 9, 2006 for Bid SA-001933GRW as follows: vendor / asphalt recycler unit bid / vendor status The McLean Company / Bagela 10000F / $139,076.00 / majority Pavement Technologies International / STEPP SRM20x120 / $92,000.00 / majority

The low bidder, Pavement Technologies International Corporation, was judged non-responsive in that the unit bid does not meet the performance aspects required in the specifications. Specifically, item 3.5.13, the unit bid produces recycled asphalt at a rate of 8 tons per hour which is 20 percent less than required, and item 3.8.7, the unit bid is unable to handle recycled asphalt paving, millings and chunk asphalt up to 24 inches in diameter.

The second lowest bidder, the McLean Company, contract compliance number 34-0762688 (expires June 14, 2008), met the specifications and was judged to be the lowest responsive, responsible and best bidder. Their bid price for the asphalt recycler is $139,076.00.

Fiscal Impact: Funds are budgeted and available for this expenditure within the Transportation Division's 2005 Capital Improvement Budget in the 1995, 1999, 2004 Streets and Highways Fund in the Street Equipment project.

Emergency action is requested to ensure that the asphalt recycler is available for use as soon as possible to enhance worker productivity.

TitleTo authorize the Finance and Management Director to enter into a contract with the McLean Company for the

Columbus City Bulletin (Publish Date 05/27/06) 90 of 243 purchase of an asphalt recycler for the Transportation Division; to authorize the expenditure of $139,076.00 from the 1995, 1999, 2004 Voted Streets and Highways Fund; and to declare an emergency. ($139,076.00)

BodyWHEREAS, the Transportation Division is responsible for maintaining the City's roadway system; and

WHEREAS, the Transportation Division is in need of an asphalt recycler; and

WHEREAS, the Purchasing Office advertised and solicited formal bids on March 9, 2006 and selected the the lowest responsive, responsible and best bidder; and

WHEREAS, funds are budgeted and available within the 1995, 1999, 2004 Voted Streets and Highways Fund for this expense; and

WHEREAS, an emergency exists in the usual daily operation of the Transportation Division in that it is immediately necessary to purchase an asphalt recycler as soon as possible to enhance worker productivity, thereby preserving the public health, peace, property, safety and welfare; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director be and hereby is authorized to enter into a contract with the McLean Company, 3155 East Seventeenth Avenue, Columbus, Ohio 43219 for the purchase of an asphalt recycler in accordance with the specifications on file in the Purchasing Office.

SECTION 2. That the sum of $139,076.00 or so much thereof as may be necessary, be and hereby is authorized to be expended from Fund 704, the 1995, 1999, 2004 Streets and Highways Fund, Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6652, OCA Code 644385 and Project 530020.

SECTION 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0788-2006

Drafting Date: 04/12/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThe Transportation Division is responsible for maintaining the City's roadway system. To accomplish this mission the Division requires two vibratory rollers with trailers. These vibratory rollers will replace rollers that are beyond their useful life. This purchase is consistent with the Division's equipment purchase program.

Bids for two vibratory rollers with trailers were advertised in the City Bulletin and were received by the Purchasing Office on March 9, 2006 for Bid SA-001932GRW. The bids for the vibratory roller portion are as follows:

Vendor / Unit Bid / Bid Amount / Status Nations Rent / Vibromax 365 / $79,400 / majority Ohio Cat / Caterpillar CB-334E / $88,400 / majority

Nations Rent, contract compliance number 65-0912181 (expires March 3, 2008), met the specifications and was judged to be the lowest responsive, responsible and best bidder. Their bid price for two units is $79,400.00.

The bids for the trailer portion are as follows:

Columbus City Bulletin (Publish Date 05/27/06) 91 of 243 Vendor / Unit Bid / Bid Amount / Status Nations Rent / Felling FT-14L / $13,078 / majority Ohio Cat / Trailking TK14U / $14,028 / majority Rocks Trailer Sales, Inc. / Millennium Loader Toter / $9,920/ majority

Rocks Trailer Sales, Incorporated, contract compliance number 31-1032688 (expires April 26, 2008), met the specifications and was judged to be the lowest responsive, responsible and best bidder. Their bid price for two units is $9,920.00.

The total cost of this award is $89,320.00.

Fiscal Impact: Funds are budgeted and available for this expenditure within the Transportation Division's 2005 Capital Improvement Budget in the 1995, 1999, 2004 Voted Streets and Highways Fund in the Street Equipment project.

Emergency action is requested to ensure that the vibratory rollers loaders and trailers are available for use as soon as possible to enhance worker productivity.

TitleTo authorize the Finance and Management Director to enter into two contracts for the purchase of two vibratory rollers from Nations Rent and two trailers from Rocks Trailer Sales, Incorporated, for $79,400.00 and $9,920.00, respectively, for the Transportation Division; to authorize the expenditure of $89,320.00 from the 1995, 1999, 2004 Voted Streets and Highways Fund; and to declare an emergency. ($89,320.00)

BodyWHEREAS, the Transportation Division is responsible for maintaining the City's roadway system; and

WHEREAS, the Transportation Division is in need of two vibratory rollers with trailers; and

WHEREAS, the Purchasing Office adver advertised and solicited formal bids on March 9, 2006 and selected the the lowest responsive and responsible and best bidder; and

WHEREAS, funds are budgeted and available in the 1995, 1999, 2004 Voted Streets and Highways Fund for this expense; and

WHEREAS, an emergency exists in the usual daily operation of the Transportation Division in that it is immediately necessary to purchase two vibratory rollers with trailers to ensure that the vibratory rollers are available for use as soon as possible to enhance worker productivity, thereby preserving the public health, peace, property, safety and welfare; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director be and hereby is authorized to enter into a contract with Nations Rent, 1275 West Mound Street, Columbus, Ohio 43223 for $79,400.00 for the purchase of two vibratory rollers in accordance with the specifications on file in the Purchasing Office.

SECTION 2. That the Finance and Management Director be and hereby is authorized to enter into a contract with Rocks Trailer Sales, Incorporated, 3908 Jackson Pike, Grove City, Ohio 43123 for $9,920.00 for the purchase of two trailers in accordance with the specifications on file in the Purchasing Office.

SECTION 3. That the sum of $89,320.00 or so much thereof as may be necessary be and hereby is authorized to be expended from Fund 704, the 1995, 1999, 2004 Voted Streets and Highways Fund, Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6652, OCA Code 644385 and Project 530020.

SECTION 4. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval

Columbus City Bulletin (Publish Date 05/27/06) 92 of 243 by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0795-2006

Drafting Date: 04/13/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation Rezoning Amendment Z03-052A

Ordinance #2217-2003, passed December 15, 2003, rezoned 2.3± acres from the R, Rural District to the L-I, Limited Institutional District to permit the development of elderly housing. That legislation established specific developmet standards addressing setbacks, landscaping, screening, exterior building materials, and lighting controls, including a restriction that the proposed building be limited to a one-story structure. The applicant desires to change the one-story height restriction to allow a two-story structure. This ordinance will amend Ordinance #2217-2003 by repealing Section 3, and replacing it with a new Section 3 with a modified limitation overlay text. All other use restrictions and development standards established by Ordinance #2217-2003 will remain in effect.

CITY DEPARTMENTS' RECOMMENDATION: Approval.

Title To amend Ordinance #2217-2003, passed December 15, 2003, for property located at 4505 EAST DUBLIN-GRANVILLE ROAD (43081), by amending the limitation overlay text in Section 3 as it pertains to building height restrictions (Z03-052A).

Body WHEREAS, Ordinance #2217-2003, passed on December 15, 2003 (Z03-052A), established the L-I, Limited Institutional District on property located at 4505 EAST DUBLIN-GRANVILLE ROAD (43081), being 2.3± acres located on the south side of East Dublin-Granville Road, 400± feet west of Conifer Drive, from the R, Rural District; and

WHEREAS, it is necessary to amend Ordinance #2217-2003 to modify the building height restrictions; and,

WHEREAS, all other aspects of the L-I text contained in Ordinance #2217-2003 are unaffected by this amendment and remain in effect, now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the existing Section 3 of Ordinance #2217-2003, passed on December 15, 2003 (Z03-052A) be hereby repealed and replaced with a new Section 3 reading as follows:

SECTION 3. That the Director of the Department of Development be, and he is hereby authorized and directed to make the said changes on the said original zoning map in the office of the Building Services Division and shall register a copy of the approved L-I, Limited Institutional District and Application among the records of the Building Services Division as required by Section 3370.03 of the Columbus City Codes; said text being titled "LIMITATION TEXT", signed by Jackson B. Reynolds III, Attorney for the Applicant, dated March 30, 2006, and reading as follows:

LIMITATION TEXT

PROPOSED DISTRICT: L-I, Limited Institutional District PROPERTY ADDRESS: 4505 East Dublin-Granville Road OWNER: Gary R. Evans APPLICANT: Gary R. Evans DATE OF TEXT: 9/19/03 3/30/06

Columbus City Bulletin (Publish Date 05/27/06) 93 of 243 APPLICATION NUMBER: Z03-052

1. INTRODUCTION: The proposed development represents an opportunity to provide an additional form of residential housing in the Northland area.

2. PERMITTED USES: The following uses in Section 3349.03, I of the Columbus City Code are permitted, all others not listed are prohibited:

A. Housing for the Elderly

B. Church

3. DEVELOPMENT STANDARDS: Unless otherwise indicated the applicable development standards are contained in Chapter 3349 of the Columbus City Code

A. Density, Lot, and/or Setback Commitments.

1. The rear yard setback shall be 60 feet for both parking and buildings.

B. Access, Loading, Parking, and/or Other Traffic Related Commitments.

All circulation, curb cuts and access points shall be subject to the approval of the Division of Transportation.

C. Buffering, Landscaping, Open Space, and/or Screening Commitments.

1. Street trees shall be planted evenly spaced along East Dublin-Granville Road at a ratio of one tree per thirty (30) feet of frontage.

2. All trees and landscaping shall be well maintained. Dead items shall be replaced within six months or the next planting season, whichever occurs first.

3. All trees meet the following minimum size at the time of planting:

Shade trees 2 1/2" caliper; Ornamental trees 1 1/2" caliper; Evergreen trees 5 feet in height. Tree caliper is measured six (6) inches from the ground.

4. The developer shall install a row of evergreen trees along the side and rear of the site except in areas where garages/carports or fencing are adjacent to the side yards. The evergreens shall be planted at the ratio of 1 tree for every 15 linear feet along the property line where required.

5. The developer shall install one tree for every ten parking spaces. These trees may be plant any where on the site except for the required yards.

6. Each building shall have at least the following amount of landscaping installed around each building: two trees and six shrubs.

7. Along the southern property line a natural screening consisting of native deciduous and evergreen species shall be planted to provide a minimum opacity of 75%.

8. A six (6) foot high board on board fence shall be required on the eastern property line starting at 60' behind the right of way line and extending the depth of the lot to the southern boundary.

D. Building Design and/or Interior-Exterior Treatment Commitments.

Columbus City Bulletin (Publish Date 05/27/06) 94 of 243 1. Building material: at least 20% of exterior facade other than windows and egress openings shall be brick; the balance of the facade shall be vinyl siding.

2. The building shall be one two-story and shall not exceed 30' in overall height.

E. Lighting, Outdoor Display Areas, and/or other Environmental Commitments.

1. All external outdoor lighting fixtures to be used shall be from the same or similar manufacturers type to insure compatibility.

2. Light poles in the parking light shall not exceed 12 feet in height and shall use cut off lighting fixtures that are directed away from the park which is located to the south.

3. Any trash dumpsters shall be enclosed by a six foot (6') high wall on three (3) sides constructed of brick or wood and a gate shall be installed on the fourth side to allow for access.

F. Graphics and/or Signage Commitments.

1. All graphics and signage shall comply with the Graphics Code, Article 15, Title 33 of the Columbus City Code as it applies to the Institutional zoning classification and any variance to those requirements will be submitted to the Columbus Graphics Commission for consideration.

G. Miscellaneous Commitments.

1. The developer shall install a sidewalk along East Dublin-Granville Road frontage. The developer shall install an internal sidewalk from the nearest parking area to the public sidewalk along East Dublin-Granville Road.

SECTION 2. That this ordinance shall take effect and be in force from and after the earliest period allowed by law.

Legislation Number: 0797-2006

Drafting Date: 04/13/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: The Columbus Health Department has a need for video production services for the Effective and Empowered Health Care Consumers grant project. This ordinance is needed to authorize a contract with Act 1 Videotape Production, Inc. for $23,000 for the time period April 1, 2006 through December 31, 2006.

The purpose of the contract is to provide video production services to produce two knowledge and skills demonstration videos, one in English and one in Spanish with English subtitles, as part of the Effective and Empowered Health Care Consumers Project. The Effective and Empowered Health Care Consumers Project is a pilot program designed to help improve health status of the African American and Hispanic/Latino communities through the provision of trainings and materials that support enabling community members to be more informed, empowered and effective health care consumers.

Six local companies were contacted for bids and the evaluation committee unanimously determined Act 1 Videotape Production, Inc., was the most responsive bidder able to meet the funding timelines of the grant project.

Emergency action is requested to meet the grant project funding deadlines.

Columbus City Bulletin (Publish Date 05/27/06) 95 of 243 FISCAL IMPACT: The Effective and Empowered Health Care Consumers grant budget provides $23,000 for a contract for video production services.

Title To authorize and direct the Board of Health to enter into contract with Act 1 Videotape Production, Inc., to authorize the expenditure of $23,000 from the Health Department Grants Fund, and to declare an emergency. ($23,000)

Body WHEREAS, Act 1 Videotape Production, Inc. will provide video production services for the Effective and Empowered Health Care Consumers grant project; and,

WHEREAS, this contract is necessary to fulfill the requirements of the Effective and Empowered Health Care Consumers grant proposal; and,

WHEREAS, emergency action is requested in order to accommodate the grant project funding timelines; and,

WHEREAS, an emergency exists in the usual daily operation of the Columbus Health Department in that it is immediately necessary to authorize this contract for the immediate preservation of the public health, peace, property, safety and welfare; Now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Board of Health is hereby authorized and directed to enter into contract with Act 1 Videotape Production, Inc., for the period April 1, 2006 through December 31, 2006.

SECTION 2. That to pay the cost of said contract the expenditure of $23,000 is hereby authorized from the Health Department Grants Fund, Fund No. 291, Department No. 50, OCA 506294, Grant Number 506294, Object Level One 03, Object Level Three 3336.

SECTION 3. That for reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0802-2006

Drafting Date: 04/17/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: This ordinance authorizes the Board of Health to enter into a contract with Access Health Columbus. Access Health Columbus, a broad based, non-profit community partnership designed to assure access to health care for vulnerable persons in Franklin County, will expand primary care/medical home capacity by providing access to affordable health care services for low-income residents in medically underserved areas of Franklin County.

Columbus City Bulletin (Publish Date 05/27/06) 96 of 243 Emergency action is requested to avoid delays in the implementation of these services.

FISCAL IMPACT: Monies for this contract were made available in the 2006 budget for the Health Special Revenue Fund.

Title To authorize the Board of Health to enter into a contract with Access Health Columbus for primary care services, to authorize the expenditure of $125,000 from the Health Special Revenue Fund, and to declare an emergency. ($125,000) Body WHEREAS, the Board of Health has a need to expand primary care services for residents in medically underserved areas; and

WHEREAS, this contract will provide funding to Access Health Columbus for an expansion of primary care services for residents in medically underserved areas; and,

WHEREAS, emergency action is requested to avoid delays in the implementation of needed services; and,

WHEREAS, an emergency exists in the usual daily operation of the Columbus Health Department in that it is immediately necessary to contract with Access Health Columbus for the immediate preservation of the public health, peace, property, safety and welfare; Now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Board of Health is hereby authorized and directed to enter into a contract with Access Health Columbus for an expansion of primary care services for residents in medically underserved areas, for the period May 1, 2006 through April 30, 2007, in an amount not to exceed $125,000.

SECTION 2. That to pay the costs of said contract, the expenditure of $125,000 is hereby authorized from the Health Special Revenue Fund, Fund No. 250, Department of Health, Division No. 50-01, Object Level One 03, Object Level Three 3337, OCA Code 503219.

SECTION 3. This contract was awarded according to provisions of Section 329.15 of the Columbus City Code.

SECTION 4. That for reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0805-2006

Drafting Date: 04/18/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation 1. BACKGROUND: This legislation authorizes the Director of Public Safety, on behalf of the Division of Support Services) to modify and

Columbus City Bulletin (Publish Date 05/27/06) 97 of 243 extend a contract with Public Safety Systems, Inc. (PSSI), for software support and maintenance associated with the Computer Aided Dispatching (CAD) response system. The CAD system is utilized by the Police and Fire dispatch facilities. The CAD enables monitoring, tracking and dispatch emergency and non-emergency data. PSSI provides telephone support services, upgrades to software and enhancements that support the CAD system's daily operations. Any problems that arise with the application that requires changes to the application software may only be performed by them.

On June 12, 2000, Council approved and passed Ordinance 1420-00, which established the software support services provided by PSSI. Under the original contract there are terms and conditions that allow for renewals at the conclusion of the ending term. This modification extends the contract from June 12, 2006 through June 12, 2007, in the amount of $116,850.00.

Bid Information: Public Safety Systems, Inc. (PSSI) is the manufacturer of the application system software. Public Safety Systems, Inc. (PSSI), wrote the software and is the only company that can support it. No one else has the source code (programs).

Contract Compliance: Public Safety Systems, Inc., Contract Compliance #541302472.

Emergency Designation: Emergency designation is required to facilitate prompt payment for services provided by PSSI.

FISCAL IMPACT: Budgeted Amount: Funds for this expenditure are available in the Department of Public Safety, Division of Support Services' 2006 General Fund Appropriation.

Title To authorize and direct The Director of Public Safety to modify and extend a contract with Public Safety Systems, Inc. (PSSI), for software support and services for the Computer Aided Dispatch System for the Department of Public Safety, to authorize the expenditure of $116, 850.00 from the Division of Support Services General Fund and to declare an emergency. ($116,850.00)

Body WHEREAS, on June 12, 2000, Council approved and passed Ordinance 1420-00, which established the software support services provided by Public Safety Systems, Inc. (PSSI); and,

WHEREAS, under the original contract there are terms and conditions that allow for renewals at the conclusion of the ending term; and,

WHEREAS, this legislation authorizes the Director of Public Safety to modify and extend a software license contract and to expend $116,850.00, commencing June 12, 2006 through June 12, 2007: and,

WHEREAS, said software license is required to support daily operations of the Computer Aided Dispatch Facility (CAD) application software for the Division of Support Services, associated with the Police and Fire dispatch facility; and,

WHEREAS, Public Safety Systems, Inc. (PSSI) provides the telephone support services, upgrades to software and enhancements which support the CAD System's daily operations; and,

WHEREAS, an emergency exists in the usual daily operations of the Department of Public Safety, Division of Support Services, in that it is immediately necessary to enter into a software service support agreement for the Computer Aided Dispatch system (CAD) in order to preserve the public peace, health, safety and welfare; now therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS

Columbus City Bulletin (Publish Date 05/27/06) 98 of 243 Section 1. That the Director of Public Safety, on behalf of the Division of Support Services, be and is hereby authorized to modify and extend a contract for software service support agreement with Public Safety Systems, Inc. (PSSI) for software service support agreement, related to the operations of the Computer Aided Dispatch at the Police and Fire Dispatch Facility.

Section 2. That for the purpose stated in Section 1 hereof, the expenditure of $116,850.00 or so much thereof as may be needed, is hereby authorized from:

DIVISION SUBFUND OBJECT LEVEL 2 OBJECT LEVEL 3 OCA CODE AMOUNT 30-02 010 03 3369 320104 $116,850.00

Section 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0807-2006

Drafting Date: 04/18/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: Ordinance No. 1720-2003 authorized the Director of Development Department to enter into a Columbus Downtown Office Incentive Program agreement with Virginia Homes, Ltd. Virginia Homes, Ltd. has moved their Corporate Headquarters and Design Center with 25 employees to their current location at 209 East Town Street paying $46,993.05 in income tax withholding in 2005 qualifying them for a $23,496.53 incentive payment in 2006.

FISCAL IMPACT: The 2006 General Fund Budget includes funding for this incentive payment.

Title To authorize and direct the payment of $23,496.53 to Virginia Homes, Ltd. in accordance with the Downtown Office Incentive agreement; and to authorize the expenditure of $23,496.53 from the General Fund. ($23,496.53)

Body WHEREAS, Ordinance No. 1720-2003, authorized the Director of the Development Department to enter into a Downtown Office Incentive Program agreement with Virginia Homes, Ltd.; and

WHEREAS, Virginia Homes, Ltd. employ 25 people at 209 East Town Street; and

WHEREAS, The City will pay Virginia Homes, Ltd. a Downtown Office Incentive payment in the amount of $23,496.53; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Columbus City Bulletin (Publish Date 05/27/06) 99 of 243 Section 1. That the City Auditor is hereby authorized and directed to make payment to Virginia Homes, Ltd. in the amount of $23,496.53.

Section 2. That the expenditure of $23,496.53, or so much as may be necessary, be and is hereby authorized from the Development Department, Department 44-01, General Fund, Fund 010, Object Level Three 5513, OCA Code 440313.

Section 3. That this ordinance shall take effect and be in force from and after the earliest period allowed by law.

Legislation Number: 0808-2006

Drafting Date: 04/18/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationNeed: The Department of Public Safety, Division of Police needs additional funding to purchase wireless voice, data, push-to-talk (radio), GPS and modem services and equipment from Sprint Solutions, Inc. (Nextel) for the entire Division. Approximately $101,400.00 is needed for modem services in marked cruisers for 6 months.

Bid Information: The Purchasing Office has set up a universal term contract with Sprint Solutions, Inc. to provide Nextel services under contract FL003029.

Contract Compliance No.: 470882463

FISCAL IMPACT:

Funds have been allocated in the Division's 2006 General Fund Budget and VAWA Grant Funds for Nextel services in the amount of $206,500.00.

Emergency Designation: Emergency legislation is requested for this ordinance so as to allow for the purchase and continuation of the Nextel services for the operation of the Division of Police.

Title To authorize and direct the Finance Director to contract for Nextel services with Sprint Solutions, Inc. for the Division of Police, to authorize the expenditure of $206,500.00 from the General and the General Grant Funds; and to declare an emergency. ($206,500.00)

Body

WHEREAS, the additional funding is needed to continue Nextel services for the Division of Police; and

WHEREAS, the city has an universal term contract with Sprint Solutions, Inc. for Nextel services; and

WHEREAS, emergency legislation is requested so phone service will not be interrupted because of non-payment of invoices; and

WHEREAS, an emergency exists in the usual daily operation of the Division of Police, Department of Public Safety, in that it is immediately necessary to enter into contract for Nextel services for the immediate preservation of the public

Columbus City Bulletin (Publish Date 05/27/06) 100 of 243 peace, health, safety, and welfare; now therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the Finance Director be and is hereby authorized and directed to contract with Sprint Solutions, Inc. for Nextel services for the Division of Police, Department of Public Safety, on the basis of the City's universal term contract number FL003029.

Section 2. That the expenditure of $206,500.00 or so much thereof as may be needed, be and the same is hereby authorized as follows:

DEPT FUND OBJ. LEVEL 1 OBJ. LEVEL 3 OCA AMOUNT

30-03 010 03 3295 300301 196,420.00 30-03 220 03 3295 336027 10,080.00

Section 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0819-2006

Drafting Date: 04/20/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: To modify and extend the existing citywide contract for the option to purchase voice mail services for any city agency, (the Department of Development is the largest user), to and including Decmeber 31, 2008. The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06 (Proposal No. 90-95BW). Formal bids opened on May 19, 1994. CT15944 with Voicecom was established in accordance with bids received. Contract Compliance # 84-1550690. This company is not included in the Federal Excluded Parties Listing or the Auditor of State's Findings for Recovery Database.

1. Amount of additional funds: No funding is required to modify the option contract (UTC). The estimated annual expenditure for the contract is $120,000.00. Each agency must obtain approval to expend from their own budgeted funds for their expenditures from this contract. 2. Reason additional needs were not foreseen: The Department of Technology has determined that, based on the volatile telephony technological conditions, continuing the existing agreement is in the best interest of the City. The extension allows for the City to continue to research technology choices. Other contract conditions are in accordance with the original agreement; however, since the original contract did not provide for an extension until December 31, 2008, this ordinance is being submitted as a waiver of competitive bidding requirements. 3. Reason other procurement processes not used: The Department of Technology is in search of telephony systems that are in the best interest of the City. 4. How cost was determined: An across the board decrease of 14% was negotiated in August of 2004. That decrease remains in place. No increase in the cost of voice mail services will occur with this modification. All other terms and conditions are in accordance with the original agreement.

FISCAL IMPACT: No funding is required to extend the option contract. Each agency will establish a purchase order for

Columbus City Bulletin (Publish Date 05/27/06) 101 of 243 their estimated annual expenses for this contract.

This ordinance is being submitted as an emergency measure because without emergency action, no less than 37 days will be added to the procurement cycle and the efficient delivery of public services will be slowed.

Title To authorize and direct the Finance and Management Director to modify and extend the existing citywide contract for the option to purchase voice mail services, from Voicecom, to waive competitive bidding requirements and to declare an emergency.

Body WHEREAS, the Purchasing Office advertised and solicited formal bids and selected the lowest bid; and

WHEREAS, the vendor has agreed to extend CT15944 to provide voice mail services at the same prices and conditions to and including December, 2008 and it is in the best interest of the City to exercise this option; and

WHEREAS, in order to avoid a lapse in our ability to provide voice mail services to any agency as needed and to allow on-going communication between field personnel and support agencies at the same cost, this ordinance is being submitted as an emergency measure; and

WHEREAS, an emergency exists in the usual daily operation of various city agencies, including the Department of Development, in that it is immediately necessary to extend CT15944 for an option to purchase voice mail services thereby preserving the public health, peace, property, safety, and welfare, now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director be and is hereby authorized and directed to modify and extend CT15944 with Voicecom to provide voice mail services to and including December 31, 2008.

SECTION 2. That in accordance with Section 329.27 of the Columbus City Code, this Council finds the best interest of the City is served by waiving, and does hereby waive Section 329.06 (Formal Competitive Bidding) and Section 329.16 (Modifications) of the Columbus City Code.

SECTION 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0820-2006

Drafting Date: 04/20/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: This ordinance will provide payment to the Ohio Department of Transportation (ODOT) for the US62 urban paving project. This project includes rehabilitation of Nelson Road (U.S Route 62) by means of planing, resurfacing and partial depth pavement reconstruction lying within the City of Columbus. Project limits extend on U.S. 62 (Nelson Road) from Broad Street to Airport Drive; Airport Drive from Nelson Road to the structure over Alum Creek; and on Fifth Avenue from Nelson Road to the structure over Alum Creek. Total work length of the project being approximately 1.88 miles. (FRA-62-17.66 PID 77601)

Columbus City Bulletin (Publish Date 05/27/06) 102 of 243 Emergency action is requested to meet ODOT's schedule to return contracts and other paperwork by June in order to bid the project at the end of June.

FISCAL IMPACT: The total share of the cost for the City is now estimated to be $172,468.00, but the estimated amount will be adjusted so that the City's ultimate share of the cost of the improvement shall correspond with the actual cost when said actual costs are determined. Funds for the City's share of this project in the amount of $100,000.00 were budgeted in the 2005 Transportation Division Capital Improvement Budget and an additional $50,924.57 are available within the 1995, 1999, 2004 Voted Streets and Highways Fund in the Federal State Match Project due to the cancellation of encumbrance established for a now completed project. Additional funds in the amount of $21,543.43 are available in the Street and Highway Improvement Fund in the Urban Paving Project.

Title To authorize the Public Service Director to enter into agreement with the Director of the Ohio Department of Transportation for this US Route 62 urban paving project; to authorize the expenditure of $150,924.57 within the 1995, 1999, 2004 Voted Street and Highway Fund and appropriate and authorize the expenditure of $21,543.43 from the the Street and Highway Improvement Fund; and to declare an emergency. ($172,468.00) Body The following Ordinance enacted by the City of Columbus, Ohio, hereinafter referred to as the Legislative Authority or Local Public Agency or "LPA", in the matter of the stated described project.

WHEREAS, on the 4th day of May 2005, the LPA enacted legislation proposing cooperation with the Director of Transportation for the described project:

Rehabilitation of Nelson Road (U.S. Route 62) as indicated within the plans by means of planing, resurfacing and partial depth pavement repair, lying within the City of Columbus. Total work length of the project being approximately 1.88 miles, and

WHEREAS, the LPA shall cooperate with the Director of Transportation in the above described project as follows:

The City agrees to assume and bear one hundred percent (100%) of the entire cost of the improvement as shown in the construction plans, less the amount of State funds set aside by the Director of Transportation for the financing of this improvement from funds allocated by the Federal Highway Administration, U.S. Department of Transportation, and further, the City agrees to assume and bear one hundred percent (100%) of the cost of Preliminary Engineering, excluding in-house preliminary engineering charges incurred by the State.

Also, prior to the construction date of the above-referenced project, the City shall install and/or repair all curb ramps which are necessary to ensure compliance with the Americans with Disabilities Act and the City agrees to assume and bear the entire cost and expense of the installation and/or repair of curb ramps.

In addition, the City also agrees to assume and bear one hundred percent (100%) of the cost of any construction items requested by the City on the entire improvement, which are not necessary for the improvement, as determined by the State and Federal Highway Administration.

The share of the cost of the LPA is now estimated in the amount of One Hundred Seventy Two Thousand Four Hundred Sixty Eight and ---- 00/100 dollars, ($172,468.00), but said estimated amount is to be adjusted in order that the LPA's ultimate share of said improvement shall correspond with said percentages of actual costs when said actual costs are determined; and

WHEREAS, the Director of the Ohio Department of Transportation has approved said legislation proposing cooperation and has caused to be made plans and specifications and an estimate of cost and expense for improving the above described highway improvement and has transmitted copies of the same to this legislative authority; and

Columbus City Bulletin (Publish Date 05/27/06) 103 of 243 WHEREAS, the LPA desires the Director of Transportation to proceed with the aforesaid highway improvement; and

WHEREAS, an emergency exists in the usual daily operation of the Department of Public Service, Transportation Division, in that it is the sense of this Council that the Director of the Ohio Department of Transportation must proceed with the aforesaid highway improvement, thereby preserving the public health, peace, property, and safety; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the sum of $150,924.57 or so much thereof as may be needed be and is hereby authorized to be expended from the 1995, 1999, 2004 Voted Streets and Highways Fund, Fund 704, Transportation Division, Department No. 59-09, O.L One/Three Codes 06/6631, OCA Code 644385, Project 530208 and the sum of $21,543.43 is hereby appropriated and authorized to be expended from the Street and Highway Improvement Fund, Fund 766, Transportation Division, Department 59-09, O.L One/Three Codes 06/6631, OCA Code 530840, Project 530840 in the Urban Paving Project for the improvement described above and the fiscal officer is hereby authorized and directed to issue an order on the treasurer for said sum upon the requisition of the Director of Transportation to pay the cost and expense of said improvement. We hereby agree to assume in the first instance, the share of the cost and expense over and above the amount to be paid from State funds.

Section 2. That the LPA hereby requests the Director of Transportation to proceed with the aforesaid highway improvement.

Section 3. That the LPA enter into a contract with the State, and that the Public Service Director be and is hereby authorized to execute said contract, providing for the payment of the LPA the sum of money set forth herein above for improving the described project.

Section 4. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten day after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0822-2006

Drafting Date: 04/20/2006 Current Status: Passed

Version: 2 Matter Type: Ordinance

..Explanation Council Variance Application: CV06-011

APPLICANT: David Schlegel; c/o John A. Eberts, Architect; 3662 Karl Road; Columbus, OH 43224.

PROPOSED USE: Conform an existing three-family dwelling and a two-family dwelling on the same lot.

CLINTONVILLE AREA COMMISSION RECOMMENDATION: Approval.

CITY DEPARTMENTS' RECOMMENDATION: Approval. The site is zoned in the R-3, Residential District and is developed with a three-family dwelling and a two-family dwelling. The applicant requests a Council variance to conform the existing development, including façade upgrades with porches for the dwelling units, a court yard, and the construction of two detached garages with surface parking. The R-3, Residential District allows only single-family dwellings on individual lots. Additional variances for the three-family dwelling not fronting on a public street and the existing driveway width are included in the request. A hardship exists in that the current site development is consistent with surrounding land uses within the neighborhood, but the non-conforming nature of the site precludes financing options and the ability to obtain building permits for the proposed construction.

Columbus City Bulletin (Publish Date 05/27/06) 104 of 243 To grant a Variance from the provisions of Sections 3332.035, R-3, Residential District; 3332.19, Fronting on a public street; and 3342.08, Driveway, of the Columbus City Codes, for the property located at 244-248 & 250-252 CLINTON HEIGHTS AVENUE (43202), to permit a three-family dwelling and a two-family dwelling on the same lot with reduced development standards in the R-3, Residential District and to declare an emergency. (Council Variance CV06-011)

Body WHEREAS, by application No. CV06-011, the owner of the property at 244-248 & 250-252 CLINTON HEIGHTS AVENUE (43202), is requesting a Council Variance to permit a three-family dwelling and a two-family dwelling with reduced development standards on the same lot zoned in the R-3, Residential District; and

WHEREAS, Section 3332.035, R-3, Residential District, permits only single-family dwellings on individual lots, while the applicant proposes to maintain an existing three-family dwelling and a two-family dwelling on the same lot; and

WHEREAS, an emergency exists in the usual daily operation in the City of Columbus in that it is immediately necessary to pass this ordinance to begin construction as soon as possible for the immediate preservation of the public peace, property, health and safety; and

WHEREAS, Section 3332.19, Fronting on a public street, requires a dwelling unit to have frontage on a public street, while the applicant proposes to maintain no frontage for the existing three-family dwelling; and

WHEREAS, Section 3342.08, Driveway, requires that driveways serving a residential parking area containing more than eight (8) parking spaces shall have a minimum width of twenty (20) feet, while the applicant proposes to maintain the existing ten (10) foot wide driveway; and

WHEREAS, the Clintonville Area Commission recommends approval; and

WHEREAS, City Departments recommend approval because the requested Council variance will conform the existing development of a three-family dwelling and a two-family dwelling on the same lot, and will allow façade upgrades with porches for the dwelling units, a court yard, and the construction of two detached garages with surface parking. The R-3, Residential District allows only single-family dwellings on individual lots. Additional variances for the three-family dwelling not fronting on a public street and the existing driveway width are included in the request. A hardship exists in that the current site development is consistent with surrounding land uses within the neighborhood, but the non-conforming nature of the site precludes financing options and the ability to obtain building permits for the proposed construction; and

WHEREAS, said ordinance requires separate submission for all applicable permits and Certificate of Occupancy for the proposed use; and

WHEREAS, said variance will not adversely affect the surrounding property or surrounding neighborhood; and

WHEREAS, the granting of said variance will not impair an adequate supply of light and air to adjacent properties or unreasonably increase the congestion of public streets, or unreasonably diminish or impair established property values within the surrounding area, or otherwise impair the public health, safety, comfort, morals, or welfare of the inhabitants of the City of Columbus; and

WHEREAS, the granting of said variance will alleviate the difficulties encountered by the owners of the property located at 244-248 & 250-252 CLINTON HEIGHTS AVENUE (43202), in using said property as desired; now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That a variance is granted from the provisions of Sections 3332.035, R-3, Residential District; 3332.19, Fronting on a public street; and 3342.08, Driveway, of the Columbus City Codes, for the property located at 244-248 & 250-252 CLINTON HEIGHTS AVENUE (43202), insofar as said sections prohibit a three-family dwelling and a two-family dwelling on the same lot, with no frontage on a public street for the three-family dwelling, and a ten (10) foot wide driveway where twenty (20) feet is required; said property being more particularly described as follows:

Columbus City Bulletin (Publish Date 05/27/06) 105 of 243 244-248 & 250-252 CLINTON HEIGHTS AVENUE (43202), being 0.36± acres located on the north side of Clinton Heights Avenue, 50± feet west of Calumet Street, and being more particularly described as follows:

Parcel # 010-022630

Situated in the State of Ohio, County of Franklin, and in the City of Columbus:

Being lots numbered forty (40) and forty-one (41), of the Clinton Land Company's Addition, to said City as the same is numbered and delineated upon the recorded plat thereof, of record in Plat Book 7, Page 182, Recorder's Office, Franklin County, Ohio, together with twelve by fifty feet of alley vacated, and including the following addresses: 244-248 and 250-252 Clinton Heights Avenue.

SECTION 2. That this ordinance is conditioned on and shall remain in effect only for so long as said property is used for a three-family dwelling and a two-family dwelling on the same lot, or those uses permitted in the R-3, Residential District.

SECTION 3. That this ordinance is further conditioned on substantial compliance with the registered site plan and elevations titled, "PORCH AND GARAGE ADDITIONS AND EXTERIOR REMODELING TO RESIDENCES AT 244 CLINTON HEIGHTS AVENUE," drawn and signed by John A. Eberts, Architect, and dated March 20, 2006. The Zoning Site Plan and Elevations may be slightly adjusted to reflect engineering, topographical, or other site data developed at the time of the development and when engineering and architectural drawings are completed. Any slight adjustments to the Zoning Site Plan or Elevations shall be subject to review and approval by the Director of the Department of Development, or his designee, upon submission of the appropriate data regarding the proposed adjustment.

SECTION 4. That this ordinance is further conditioned on the applicant obtaining all applicable permits and a Certificate of Occupancy for the proposed use.

SECTION 5. That this ordinance shall take effect and be in force from and after the earliest period allowed by law. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or 10 days after its passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0823-2006

Drafting Date: 04/20/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation Background: This legislation authorizes the Finance and Management Director to enter into a contract for the Facilities Management Division with Jess Howard Electric Co. for the replacement of fire alarm and fire sprinkler systems at various Fire Division locations. The locations are as follows: Fire Stations 2 & 3, 150 East Fulton; Fire Station 4, 3030 Winchester Pike; Fire Station 5, 211 McNaughten Road; Fire Station 6, 5750 Maple Canyon Avenue; Fire Station 7, 1425 Indianola Avenue; Fire Station 8, 1240 East Long Street; Fire Station 12, 3200 Sullivant Avenue; Fire Station 13, 303 Arcadia Avenue; Fire Station 15, 1800 Livingston Avenue; Fire Station 16, 1130 East Weber Road; Fire Station 20, 2646 East Fifth Avenue; Fire Station 21, 3294 East Main Street; Fire Station 22, 3069 Parsons Avenue; Fire Station 23, 4451 East Livingston Avenue; Fire Station 24, 1585 Morse Road; Fire Station 25, 739 West Third Avenue; Fire Station 26, 5433 Fisher Road; Fire Station 27, 7560 Smokey Row Road; Fire Station 28, 3240 McCutcheon Road; and Fire Station 29, 5151 Little Turtle Way.

The contractor has 150 calendar days upon notification of the award to complete the project.

Formal proposals were solicited on April 5, 2006. Two firms submitted proposals on April 18, 2006 as follows: (0 MBE, 1 FBE*).

Columbus City Bulletin (Publish Date 05/27/06) 106 of 243 Jess Howard Electric Co. $549,770.00 *Royal Electric Construction Co. $734,000.00

It is the recommendation of the Facilities Management Division to award this contract to the most responsive and responsible bidder, Jess Howard Electric Co.

Emergency action is requested so that work may begin as quickly as possible to improve fire safety at various Fire Division facilities.

Fiscal Impact: The Fire Division has sufficient funding within the Safety Voted Bond Fund and the General Government Grant Fund. Title To authorize the Finance and Management Director to enter into contract for the Facilities Management Division with Jess Howard Electric Co. for the replacement of fire alarm and fire sprinkler systems at various Fire Division locations, to authorize the expenditure of $350,147.00 from the General Government Grant Fund; to authorize the expenditure of $199,623.00 from the Safety Voted Bond Fund, and to declare an emergency. ($549,770.00). Body WHEREAS, various Fire Division locations are in need of updated fire alarms and fire sprinkler systems, and

WHEREAS, two firms submitted proposals and Jess Howard Electric Co. submitted the lowest and best bid, and

WHEREAS, an emergency exists in the usual daily operation of the Finance and Management Department, Facilities Management Division, in that it is immediately necessary to authorize the Finance and Management Director to contract with Jess Howard Electric Co. for the replacement of fire alarm and fire sprinkler systems at various Fire Division locations, now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director is hereby authorized to contract with Jess Howard Electric Co. for the replacement of fire alarm and sprinkler systems at various Fire Division facilities.

SECTION 2. That the expenditure of $549,770.00, or so much thereof that may be necessary in regard to the action authorized in SECTION 1, be and is hereby authorized and approved as follows:

Division: 30-04 Fund: 220 OCA Code: 344016 Grant Number: 344016 Object Level 1: 06 Object Level 3: 6620 Amount: $350,147.00

Division: 30-04 Fund: 701 Project: 340103 OCA Code: 644559 Object Level 1: 06 Object Level 3: 6620 Amount: $199,623.00

SECTION 3. That for reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the mayor neither approves or vetoes the same.

Columbus City Bulletin (Publish Date 05/27/06) 107 of 243 Legislation Number: 0826-2006

Drafting Date: 04/21/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: The need exists to enter into an Enterprise Zone Agreement with Oasis Properties. The Ohio Enterprise Zone law O.R.C. Section 5709.62 (3) requires the City to enter into a Council-approved agreement between the City and participating companies.

Oasis Properties is an urban neighborhood real estate development company. Oasis Properties plans to construct a 20,000 square foot facility located at 3638 Sunbury Road (parcel 010-104686-00) to accommodate private physicians' offices, general medical and dental care, on an urgent basis, prescriptions and health related retail. The project will include an investment of $2.3 million and the creation of 18 (eighteen) new full-time jobs. The principle party of Oasis Properties is Leonard Jennings, Owner.

The Department of Development recommends a 65%/7 year tax abatement on real property improvements. The proposal is consistent with Columbus Tax Incentive Policy under Core Central City projects.

The Columbus Public School District has been advised of this project.

FISCAL IMPACT: No funding is required for this legislation.

Title To authorize the Director of Development to enter into an agreement with Oasis Properties for a tax abatement of sixty-five percent (65%) for a period of seven (7) years in consideration of a proposed $2.3 million investment in real property and the creation of eighteen (18) new jobs; and to declare an emergency.

Body WHEREAS, the Columbus City Council authorized the designation of the Enterprise Zone by legislation, Ordinance Number 779-85, dated April 22, 1985; and

WHEREAS, the Ohio Development Department approved this designation under State of Ohio enterprise law, by letter dated June 12, 1985; and

WHEREAS, Oasis Properties plans to construct a 20,000 square foot facility located at 3638 Sunbury Road to accommodate private physicians' offices, general medical and dental care, on an urgent basis, prescriptions and health related retail; and

WHEREAS, the expansion will add approximately $2.3 million in investment within the City; and

WHEREAS, the construction will create 18 new full-time jobs; and

Columbus City Bulletin (Publish Date 05/27/06) 108 of 243 WHEREAS, the City desires to enter into such a binding, formal agreement in order to foster economic growth; and

WHEREAS, an emergency exists in the usual daily operation of the Department of Development in that it is immediately necessary to enter into contract with Oasis Properties for the preservation of public health, peace, property and safety, NOW, THEREFORE,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the Director of Development is hereby authorized to enter into an Enterprise Zone Agreement with Oasis Properties and to provide therewith an exemption of sixty-five percent (65%) on real property improvements for a term of seven (7) taxable years in association with the 3638 Sunbury Road project's proposed $2.3 million investment.

Section 2. That the City of Columbus Enterprise Zone Agreement shall be signed by Oasis Properties within ninety (90) days of passage of this ordinance, or this ordinance and the abatement authorized herein are null and void.

Section 3. That for reasons stated in the preamble hereto, which is hereby made a pare hereof, the ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0828-2006

Drafting Date: 04/24/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: To modify and extend the existing city-wide contract for the option to purchase Auto Body Repair Supplies for Fleet Management, the largest user to and including May 31, 2007. Formal bids were opened by the Purchasing Office on June 24, 2004. The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06. (Proposal No. SA001178 GRW). FL0022368, with NAPA Distribution Center (cc#580254510) was established in accordance with bids received.

These companies are not debarred according to the Federal Excluded Parties Listing or the State Auditor's Findings For Recovery Database.

1. Amount of additional funds: The estimated annual expenditure for the contract is $25,000.00. Fleet Management must obtain approval to expend from their own budgeted funds for their estimated expenditures. 2. Reason additional needs were not foreseen: The need was foreseen. An extension is provided for in the original contract. 3. Reason other procurement processes not used: No better pricing, terms or conditions are expected by re-bidding at this time. 4. How cost was determined: The cost, terms and conditions are in accordance with the original agreement

FISCAL IMPACT: No funding is required to extend the option contracts. Fleet Management must set aside their own funding for their estimated expenditures.

To maintain an uninterrupted supply of service to the City Agency using the Universal Term Contract, this ordinance is

Columbus City Bulletin (Publish Date 05/27/06) 109 of 243 being submitted as an emergency.

Title To authorize and direct the Finance and Management Director to modify and extend the citywide UTC contract for the option to purchase Auto Body Repair Supplies with NAPA Distribution Center, and to declare an emergency.

Body WHEREAS, in 2004 the Purchasing Office advertised and solicited formal bids, selected the lowest bid and established a contract; and

WHEREAS, vendor has agreed to extend FL002368 with NAPA Distribution Center at current prices and conditions to and including May 31, 2007, and it is in the best interest of the City to exercise this option; and

WHEREAS, in order to avoid a lapse in our ability to provide Auto Body Repair Supplies, this is being submitted for approval as an emergency measure; and

WHEREAS, an emergency exists in the usual daily operation of Fleet Management in that it is immediately necessary to extend FL002368 for an option to purchase Auto Body Repair Supplies thereby preserving the public health, peace, property, safety, and welfare, now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director be and is hereby authorized and directed to modify and extend FL002368 with NAPA Distribution Center to and including May 31, 2007.

SECTION 2. That this modification is in accordance with Section 329.16 of the Columbus City Codes.

SECTION 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0829-2006

Drafting Date: 04/24/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation April 24, 2006

BACKGROUND: The purpose of this legislation is to authorize the Board of Health to enter into a contract for electrical services at the Health Department facility located at 240 Parsons Avenue. A summary of the bid information is as follows:

Total MBE/FBE/MBR Non- Certified Certified Vendors Vendors

SO022305 posted from Bids received 3 2 1 03/20/06-03/24/06 Contract awarded 1 0 1

Columbus City Bulletin (Publish Date 05/27/06) 110 of 243 This ordinance is requested as an emergency to allow for the timely procurement of needed services, thereby allowing the project to proceed without delay.

The contract compliance number for Converse Electric is 33-1039675.

FISCAL IMPACT: This capital improvement project expenditure is budgeted within The Blind School Renovation Project, Fund 706.

Title To authorize the Board of Health to enter into a contract with Converse Electric for electrical services; to authorize the expenditure of $17,839.00 from the Voted 1999 Health Renovation Fund; and to declare an emergency. ($17,839.00)

Body WHEREAS, a need exists for electrical services for the Health Department; and,

WHEREAS, Converse Electric was determined to be the lowest and most responsive and responsible bidder to SO022305; and,

WHEREAS, the timely procurement of needed services will allow the project to proceed without delay so this ordinance is being submitted as an emergency measure; and,

WHEREAS, an emergency exists in the usual daily operation of the Columbus Health Department in that it is immediately necessary to enter into a contract with Converse Electric for the immediate preservation of the public health, peace, property, safety and welfare; Now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Board of Health is hereby authorized to enter into contract for $17,839.00 with Converse Electric for electrical services for the Blind School Renovation Project.

SECTION 2. That the expenditure of $17,839.00 is hereby authorized from the Health Renovation Fund, Fund No. 706, Project No. 570053, Department of Health, Division No. 50, Object Level One 06, Object Level Three 6620, OCA No. 501713.

SECTION 3. That the City Auditor is authorized to make any accounting changes necessary to ensure that this contract is properly accounted for and recorded accurately on the City's financial records.

SECTION 4. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0831-2006

Drafting Date: 04/24/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: This ordinance authorizes the Finance and Management Director to extend a contract for the Facilities Management Division with Pad Door Systems for the maintenance and repair of overhead garage doors and entrance doors in the amount of $95,000.00. This contract covers the period from February 1, 2006 through January 31, 2007. The

Columbus City Bulletin (Publish Date 05/27/06) 111 of 243 overhead garage door portion of the contract is predominately used to service doors at Fire Division facilities, as well as some overhead doors in five other divisions. The entrance doors portion of the contract includes doors in seven divisions and departments, as well as the Fire Training Academy. There are approximately 300 garage doors and 350 entrance doors covered by the contract.

This contract was first authorized by City Council on November 17, 2001, by Ordinance No. 2262-01, in the amount of $60,000.00. The contract has four renewal options and this modification exercises the fourth of the four options. The first renewal option in the amount of $60,000 was authorized by City Council on March 10, 2003, by Ordinance No. 0367-03. The second renewal option in the amount of $62,000 was authorized by City Council on February 25, 2004, by Ordinance No. 0033-04 and increased by $25,000 to a total of $87,000 by City Council on November 4, 2004, by Ordinance No. 1720-04. The third renewal option in the amount of $80,000.00 was authorized by City Council on February 9, 2005, by Ordinance 0070-2005.

Emergency action is requested to ensure door repairs and maintenance at various City facilities can continue without interruption.

Fiscal Impact: The Facilities Management Division budgeted $95,000.00 for door repair in the 2006 General Fund budget. Facilities Management spent $80,000.00 in 2004 and $87,000.00 in 2005 for door repairs.

Title To authorize the Finance and Management Director to extend a contract for the Facilities Management Division with Pad Door Systems for the maintenance and repair of overhead garage doors and entrance doors, to authorize the expenditure of $95,000.00 from the General Fund, and to declare an emergency. ($95,000.00)

Body WHEREAS, Ordinance No. 2262-01, passed by City Council on December 17, 2001, authorized the Public Service Department, Facilities Management Division, to enter into contract with Pad Door Systems for the maintenance and repair of overhead doors and man doors, and

WHEREAS, the contract with Pad Door Systems contains an option to renew the existing agreement for four one-year periods, and

WHEREAS, it is necessary to renew the contract with Pad Door Systems for an additional year, and

WHEREAS, an emergency exists in the usual daily operation of the Finance and Management Department, Facilities Management Division, in that it is immediately necessary to authorize the Finance and Management Director to extend the current contract with Pad Door Systems for ongoing maintenance and repair of overhead garage doors and entrance man doors at various City owned facilities for which the Facilities Management Division has responsibility, thereby preserving the public health, peace, property and welfare; now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director is hereby authorized to extend a contract with Pad Door Systems for maintenance and repair of overhead garage doors and entrance doors for the Facilities Management Division, for the period of February 1, 2006 to January 31, 2007.

SECTION 2. That the expenditure of $95,000.00, or so much thereof that may be necessary in regard to the action authorized in SECTION 1, be and is hereby authorized and approved as follows:

Division: 45-07 Fund: 010 OCA Code: 450044 Object Level 1: 03 Object Level 3: 3370

Columbus City Bulletin (Publish Date 05/27/06) 112 of 243 Amount: $95,000.00

SECTION 3. That for reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the mayor neither approves or vetoes the same.

Legislation Number: 0832-2006

Drafting Date: 04/25/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND:

Ordinance No. 2780-99 authorized the Director of the Development Department to execute a Tax Increment Financing and Economic Development Agreement with Crewville LP. This agreement requires that Crewville LP make semiannual service payments in lieu of taxes to the County Treasurer. Once the service payments are received by the City, the City shall deposit the funds into the Crewville Urban Redevelopment Tax Increment Equivalent Fund.

FISCAL IMPACT:

This legislation authorizes the appropriation and expenditure of $56,024.42 so that payment can be made to Crewville LP.

Emergency action is requested in order for the City to make the payment to Crewville LP according to the schedule established in the agreement.

Title To authorize the appropriation of $56,024.42 from the Crewville TIF Fund; to authorize and direct the payment of $56,024.42 to Crewville, LP in accordance with the Tax Increment Financing and Economic Development Agreement; to authorize the expenditure of $56,024.42 from the Crewville TIF Fund; and to declare an emergency. ($56,024.42)

Body WHEREAS, Ordinance No. 2780-99, authorized the Director of the Development Department to enter into a Tax Increment Financing and Economic Development Agreement with Crewville LP; and

WHEREAS, the Tax Increment Financing and Economic Development Agreement requires that Crewville LP make semi-annual payments in lieu of taxes to the Franklin County Treasurer; and

WHEREAS, the Franklin County Treasurer forwards a portion of these payments to the City; and

WHEREAS, the City has established the Crewville Urban Redevelopment Tax Increment Fund to deposit these payments; and

WHEREAS, the City will make semi-annual payments to Crewville LP; and

WHEREAS, the balance of the Crewville Account of the Crewville Urban Redevelopment Tax Increment Equivalent Fund

Columbus City Bulletin (Publish Date 05/27/06) 113 of 243 as of April 24, 2006 was $56,024.42; and

WHEREAS, an emergency exists in the usual daily operation of the Department of Development, is that it is immediately necessary to make the payment to Crewville LP pursuant to the Tax Increment Financing and Economic Development Agreement in order to preserve the public peace, health, property, safety and welfare; NOW, THEREFORE,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That from the unappropriated balance in the Crewville TIF Fund, Fund 408, and from any and all sources unallocated for any other purpose during the fiscal year ending December 31, 2006, the sum of $56,024.42, be and hereby is appropriated to the Auditor's Office, Department 22-01, OCA 040800, Object Level Three 5513.

Section 2. That the City Auditor is hereby authorized and directed to make payment to Crewville LP in the amount of $56,024.42.

Section 3. That the expenditure of $56,024.42, or so much as may be necessary, be and is hereby authorized from the Auditor's Office, Department 22-01, Crewville TIF Fund, Fund 408, OCA 040800, Object Level Three 5513.

Section 4. That for the reasons stated in the preamble hereto, this ordinance is hereby declared to be an emergency and shall take effect and be in force from and after its passage and approval by the Mayor or ten days if the Mayor neither approves nor vetoes the same.

Legislation Number: 0834-2006

Drafting Date: 04/25/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThis legislation authorizes the Public Service Department, Transportation Division to enter into a contract in an amount up to $333,730.68 for the Slurry Seal 2006 project and to pay construction inspection costs up to $23,361.15. This improvement details the application of Asphalt Emulsion Slurry Seal, Type 2 to residential streets in order to extend pavement life. The estimated Notice to Proceed date is May 31, 2006. The contractor for this project has been given 60 days to complete the construction. The project was let by the Transportation Division and was advertised in the City Bulletin, Dodge Reports and by the Builders Exchange. Two (2) bidders/suppliers were solicited (2 majority, no minority) and two bids were received (3 majority, no minority) and tabulated on April 20, 2006 as follows:

bidder / bid amount American Pavement, Incorporated / $333,730.68 Municipal Construction / $371,069.00 Strawser Paving Company, Incorporated / $406,145.81

Award of a contract is recommended to American Pavement, Incorporated, contract compliance number 31-1409601 (expires April 14, 2008), as the lowest, best, most responsive and most responsible bidder.

Columbus City Bulletin (Publish Date 05/27/06) 114 of 243 Fiscal Impact: Funding for this project is budgeted and available within the Transportation Division's 2005 Capital Improvements Budget in the 1995, 1999, 2004 Voted Streets and Highways Fund in the Resurfacing project. Past years' authorizations for slurry seal were $163,721.48 in 2004 (Ordinance 1100-2004 passed by Council July 19, 2004) and $495,926.58 in 2005 (Ordinance 1145-2005 passed July 18, 2005).

Emergency action is requested so that construction may begin on May 31, 2006.

TitleTo authorize the Public Service Director to enter into a contract with American Pavements, Incorporated, for the Slurry Seal 2006 project for the Transportation Division; to authorize the expenditure of $357,091.83 from the 1995, 1999, 2004 Voted Streets and Highways Fund and to declare an emergency. ($357,091.83)

BodyWHEREAS, bids were received and tabulated on April 20, 2006 for the Slurry Seal 2006 project and a satisfactory bid has been received; and

WHEREAS, it is necessary to provide for construction inspection costs; and

WHEREAS, an emergency exists in the usual daily operation of the Transportation Division in that the contract should be awarded immediately so that the work may proceed on the estimated notice to proceed date of May 31, 2006, thereby preserving the public health, peace, property, safety and welfare; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Public Service Director be and hereby is authorized to enter into a contract with American Pavements, Incorporated, 7475 Montgomery Drive, Plain City, Ohio 43064, for the construction of Slurry Seal 2006 improvement project in the amount of $333,730.68 for the Transportation Division in accordance with the specifications and plans on file in the office of the Public Service Director, which are hereby approved; and to obtain and pay for the necessary inspection costs associated with the project up to a maximum of $23,361.15.

SECTION 2. That for the purpose of paying the cost of the contract and inspection, the sum of $357,091.83, or so much thereof as may be needed, be and hereby is authorized to be expended from Fund 704, the 1995, 1999, 2004 Voted Streets and Highways Fund, Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6631, OCA Code 644385 and Project 530282.

SECTION 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0836-2006

Drafting Date: 04/25/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: The City of Columbus, Department of Recreation and Parks is engaged in the design, acquisition and construction for the Milo-Grogan Recreational Center Expansion Project. As part o f this project the City plans to acquire a total of five (5) structures, more fully identified as 807-809 St. Clair; 811-813 St. Clair; 817 St. Clair; 821 St. Clair; and 827 St. Clair. The Greater Columbus Habitat for Humanity ("GCHFH") was not interested in the structure themselves but can scavenge the recyclable fixtures. After removal of the recyclable materials the GCHFH will offer these items for sale through its "Built It Again Center" and use the proceeds from the sale of recycled materials to purchase new building

Columbus City Bulletin (Publish Date 05/27/06) 115 of 243 materials for Habitat for Humanity homes in the Columbus area. GCHFH has agreed that all removal work will be completed on each acquired property before this project is first advertised for demolition bids or by June 30, 2007, whichever occurs first and that their employees and volunteers will leave the structures secure and safe when they exit the properties. This legislation authorizes the Executive Director of the Department of Recreation and Parks (The City) to enter into agreements with GCHFH which set forth specific terms and conditions upon which GCHFH may enter and remove fixtures and other such items from any structures that may be found on the parcels acquired by the City of Columbus as part of the Milo-Grogan Recreation Center Expansion.

Emergency action is requested to allow the Greater Columbus Habitat for Humanity to enter onto these properties and remove recyclable materials from the interior of these structures before the arrival of winter weather. Otherwise winterization of certain assets (plumbing fixtures for example) will be necessary in order to protect them from freezing.

Fiscal Impact: There is no direct fiscal impact to the City as a result of the execution of these agreements and the removal of recyclable materials from these sites. By allowing GCHFH to remove recyclable material we are conserving landfill space, reducing the demolition costs, allowing taxpayers the opportunity to purchase building materials at a reduced cost through the Habitat recycle shop and helping Habitat generate money to be used for the purchase of new building materials for affordable houses in the Central Ohio Area.

Title To authorize the Executive Director of the Department of Recreation and Parks to execute various agreements by and between the City of Columbus and the Greater Columbus Habitat for Humanity authorizing Greater Columbus Habitat for Humanity to remove recyclable materials from structures purchased by the City as a part of the Milo Grogan Recreational Center Expansion; to waive the competitive bidding provisions of Columbus City Codes; and to declare an emergency.

Body WHEREAS, The City of Columbus is engaged in the design, acquisition and construction of that project identified as Milo-Grogan Recreation Center Expansion Project; and

WHEREAS, as a part of Milo-Grogan Recreation Center Expansion Project, the City proposes to acquire five (5) structures, more fully identified as 807-809 St. Clair; 811-813 St. Clair; 817 St. Clair; 821 St. Clair; and 827 St. Clair; and

WHEREAS, the City has determined it dies not need these structures, their fixtures, or any items attached to them and further, that these structures must be completely demolished by the City or its contractors prior to the commencement of construction related to the Milo-Grogan Recreation Center Expansion Project; and

WHEREAS, GCHFH has requested that, prior to the demolition of these structures, the City permit it to enter upon these lands and into said structures for the purpose of allowing it to remove any recyclable fixtures and other such items that have no value to the City; and

WHEREAS, an emergency exists in the usual daily operation of the Department of Recreation and Parks in that it is immediately necessary to authorize the Executive Director of the Department of Recreation and Parks to execute agreements which establish the terms and conditions upon which GCHFH may enter upon these lands for the purpose of removing fixtures and other such items from any structures that may be found thereon; agreements which grant GCHFH permission to enter onto said lands; and agreements which release the City from any liability associated with GCHFH's actions relating to these properties for the immediate preservation of the public health, peace, property, safety and welfare; now therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Executive Director of the Department of Recreation and Parks be and is hereby authorized to

Columbus City Bulletin (Publish Date 05/27/06) 116 of 243 execute agreements necessary to allow Greater Columbus Habitat for Humanity to enter upon and remove recyclable materials from those structures located at 807-809 St. Clair; 811-813 St. Clair; 817 St. Clair; 821 St. Clair; and 827 St. Clair; prior to demolition of these structures for the Milo-Grogan Recreation Center Expansion Project.

SECTION 2. That this Council has determined it is in the best interest of the City of Columbus to authorize the Greater Columbus Habitat for Humanity ("GCHFH") to remove any recyclable fixtures and other items that have no value to the City from these structures prior to the demolition of these structures without requiring bidding and hereby waives the competitive provision of Columbus City Codes (1959) Revised, Sections 329.29 and 329.30 with regards to the removal of such items.

SECTION 3. That for reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the mayor neither approves or vetoes the same.

Legislation Number: 0837-2006

Drafting Date: 04/25/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: This legislation authorizes the Director of Public Utilities to negotiate with multiple potential providers of purchase power, to enter into a contract for purchase power and waives provisions of Columbus City Code relating to award of contracts through the RFP process. Based on the advice of consultants retained to assist in the selection process, it has been determined that it is in the City's best interest to negotiate contract terms with more than one power provider. Negotiating contract terms and power pricing with more than one provider will allow the City to secure the best contract available.

The Department of Public Utilities will request proposals from potential suppliers during May and will negotiate contract terms and conditions with suppliers deemed to have submitted responsive proposals. This process will allow department staff to compare proposals and terms in order to select the best purchase power contract for the Division of Power and Water.

The existing full requirements purchase power contract has been in effect since January of 2001. This contract was established prior to the restructuring of the electric industry and will expire on December 31, 2006. A new contract is required on January 1, 2007.

Wholesale electric prices are currently driven by the volatile and escalating prices for natural gas and coal that are used to generate electricity. It is also adjusting to restructuring/deregulation by the Federal Energy Regulatory Commission (FERC) and state public utility commissions in an effort to increase competition. These factors have created a seller's market for power producers and a change in the market dynamics from those existing at the time of execution of the existing contract. Wholesale purchase power suppliers are no longer willing to hold firm quoted prices. This wholesale power market environment warrants authorizing the Director of Public Utilities to negotiate contract terms with more than one potential supplier.

This ordinance is requested to be an emergency measure to allow contract negotiations to begin at the earliest possible date.

FISCAL IMPACT: There is an expenditure of $1.00 associated with this ordinance to allow the Director of Public Utilities the authority to enter into a contractual agreement for the purpose of locking down a firm fixed price for the supply of power. It is

Columbus City Bulletin (Publish Date 05/27/06) 117 of 243 anticipated that the contract will have a multiyear term. Ordinances will be submitted yearly to fund these planned phases of the contract.

Title To authorize the Director of Public Utilities to negotiate and enter into a contract for purchase power, to waive provisions of Columbus City Code relating to award of contracts through the request for proposal process, to authorize the expenditure of $1.00 from the Electricity Operating Fund and to declare an emergency. ($1.00)

Body WHEREAS, it is necessary to enter into a contract for purchase power prior to expiration of the current contract on December 31, 2006; and

WHEREAS, in order to secure the best combination of contract terms and pricing it is advisable to negotiate with more than one potential power supplier; and

WHEREAS, it is in the best interest of the City to authorize the Director of Public Utilities to negotiate contract terms and enter into a contract with the power supplier deemed to provide the best overall terms and pricing; and

WHEREAS, it is necessary to waive provisions of Columbus City Code relating to selection using the request for proposal process to allow negotiation with multiple power suppliers; and

WHEREAS, an emergency exists in the usual daily operation of the Division of Power and Water, of the Department of Public Utilities, in that is immediately necessary to authorize the Director of Public Utilities to negotiate and enter into a contract for purchase power, to waive provisions of Columbus City Code relating to award of contracts through the RFP process, in an emergency manner to allow contract negotiations to begin at the earliest possible date, for the immediate preservation of the public health, peace, property and safety, now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That this Council finds the best interest of the City is served by waiving, and does hereby waive Section 329.14, concerning awarding contracts through the request for proposal process.

SECTION 2. That the Director of Public Utilities is hereby authorized to negotiate for and to enter into a contract for the supply of purchase power for the Division of Power and Water in the amount of one dollar ($1.00).

SECTION 3 That the expenditure of $1.00 is hereby authorized from the Electricity Operating Fund 550, Division 6007, OCA 606715, OL1 02, OL3 2233

SECTION 4. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0840-2006

Drafting Date: 04/25/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThe City of Columbus has been awarded a $296,168.00 grant by the United States Department of Justice to bolster anti-gang activity. This grant was authorized for acceptance and funds appropriated within the General

Columbus City Bulletin (Publish Date 05/27/06) 118 of 243 Government Grant Fund by Ordinance 0356-2006 and was passed by City Council on March 6, 2006. Anti-gang initiatives will be pursued by the Public Safety Director's Office and the Public Service Department, Refuse Collection Division, Keep Columbus Beautiful program. That ordinance appropriated $220,168.00 to the Safety Director's Office and $76,000.00 to the Refuse Collection Division based on the preliminary grant budget.

The Refuse Collection Division, Keep Columbus Beautiful program desires to enter into a contract with the Africentric Personal Development Shop (APDS), Incorporated, to abate negative environmental conditions and develop community beautification projects within a target area bounded by Whittier Street, Mooberry Street, Parsons Avenue and Rhoads Avenue. These activities will primarily consist of litter collection and graffiti removal.

Africentric Personal Development Shop (APDS), Incorporated, is a 501 (C) 3, not-for profit organization whose mission is to provide culturally specific psychological treatment, prevention programs and social services to prevent, treat, and eliminate substance abuse and violence in Central Ohio. ADPS has successfully engineered community development initiatives for urban neighborhoods and produced collaborations between businesses, educational institutions, municipal, enforcement and health agencies, civic groups and social service organizations.

ADPS administers the Collective Action for Youth and Neighborhood Development (CAYND), a strategy created by the Mayor and the Neighborhood Safety Working Group (NSWG) to collectively provide and strategically implement a comprehensive network of intervention and prevention programs, focusing primarily on youth less than 22 years of age, in an effort to decrease criminal activity and gang violence in a targeted area bounded by Whittier Street, Mooberry Street, Parsons Avenue and Rhoads Avenue. ADPS will employ residents of the targeted area as a means of increasing the success of this program. The services envisioned under this contract cannot be provided by existing Refuse Collection Division employees as these employees must perform their normal job duties.

Fiscal Impact: This contract will utilize $23,500.00 of the $76,000.00 that has been appropriated the General Government Grant Fund to the Refuse Collection Division.

Emergency action is requested to allow these anti-gang initiatives to get underway as soon as possible and comply with program completion time parameters established within the grant.

TitleTo authorize the Public Service Director to enter into contract with the Africentric Personal Development Shop (APDS), Incorporated, to abate negative environmental conditions and develop community beautification projects within a target area bounded by Whittier Street, Mooberry Street, Parsons Avenue and Rhoads Avenue for the Refuse Collection Division, Keep Columbus Beautiful Program, consistent with the anti-gang initiative intent of a grant received from the United States Department of Justice; to authorize the expenditure of $23,500.00 or so much thereof as may be needed from the General Government Grant Fund; and to declare an emergency. ($23,500.00)

BodyWHEREAS, the City of Columbus has been awarded a $296,168.00 grant by the United States Department of Justice to bolster anti-gang activity; and

WHEREAS, this grant was authorized for acceptance and funds appropriated within the General Government Grant Fund by Ordinance 0356-2006 passed by City Council March 6, 2006; and

WHEREAS, anti-gang initiatives will be pursued by the Public Safety Director's Office and the Public Service Department, Refuse Collection Division, Keep Columbus Beautiful program; and

WHEREAS, the Division desires to enter into a contract with the Africentric Personal Development Shop (APDS), Incorporated, to abate negative environmental conditions and develop community beautification projects within a target area bounded by Whittier Street, Mooberry Street, Parsons Avenue and Rhoads Avenue; and

WHEREAS, an emergency exists in the usual daily operation of the Public Service Department, Refuse Collection Division, Keep Columbus Beautiful program in that it is immediately necessary to enter into said contract to allow these anti-gang initiatives to get underway as soon as possible and comply with program completion time parameters established within the grant, thereby preserving the public health, peace, property, safety and welfare; now, therefore,

Columbus City Bulletin (Publish Date 05/27/06) 119 of 243 BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Public Service Director be and hereby is authorized to enter into a contract with the Africentric Personal Development Shop (APDS), Incorporated, to abate negative environmental conditions and develop community beautification projects within a target area bounded by Whittier Street, Mooberry Street, Parsons Avenue and Rhoads Avenue for the Refuse Collection Division, Keep Columbus Beautiful Program, consistent with the anti-gang initiative intent of a grant received from the United States Department of Justice, in an amount not to exceed $23,500.00.

SECTION 2. That award of this contract is consistent with City Code Section 329.15 that outlines the process for awarding not-of-profit service contracts exceeding $20,000.00.

SECTION 3. That the expenditure of $23,500.00 or so much thereof as may be needed for this purpose be and hereby is authorized from Fund 220, the General Government Grant Fund, Department No. 59-02, Refuse Collection Division, Object Level One Code 03, Object Level Three Code 3336, OCA Code 596001 and Grant 316001.

SECTION 4. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0841-2006

Drafting Date: 04/25/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationBACKGROUND: This legislation authorizes the Department of Technology (DoT) on behalf of the Department of Public Utilities to modify and extend contract CT-15918, with Indus Utility Systems, Inc. (Indus), which provided language that allows for modifications and renewals on an annual basis. This contract modification will allow Indus to provide upgrades, new releases and computer programming software maintenance on the water and sewer information management system (WASIMS) and for the Archive Manager software module. This contract provides ongoing support of modifications made to the base system at the request of the Department of Public Utilities, Division of Water and assures that modifications are compatible with any new release of the billing system software or that Indus will expend the necessary effort to deliver those modifications in the new release.

FISCAL IMPACT: Expenditures for Optional Technical Currency Program and Technical Currency Support Services in years 2002 and 2003 were $306,423.27 and $707,837.76. In 2004, the department expended $407,849.38 for Optional TCP Services for the period of July 1, 2004 through June 30, 2005 and for Technical Currency Support Services covering the period of October 1, 2003 through September 30, 2004. The total amount expended, for related services, in 2005 was $420,905.60. The expenditure in 2006 will be $452,395.00. This amount is budgeted and available within the Department of Technology internal services fund for Optional TCP Services for coverage period of July 1, 2006 through June 30, 2007 and for Technical Currency Support Services covering the period of October 1, 2005 through September 30, 2006.

EMERGENCY: There is an immediate need to modify and extend a contract with Indus Utility Systems, Inc. to maintain and provide uninterrupted support service for the water and sewer information management system (WASIMS). CONTRACT COMPLIANCE: 23-2296631 Expiration: 05/30/2006

Columbus City Bulletin (Publish Date 05/27/06) 120 of 243 To authorize the Director of the Department of Technology on behalf of the Department of Public Utilities, to modify and extend the contract with Indus Utility Systems, Incorporated for software maintenance, to authorize the expenditure of $452,395.00 from the Department of Technology information services fund; and to declare an emergency ($452,395.00)

Body WHEREAS, Indus Utility Systems, Inc. (Indus) and the Department of Public Utilities executed contract CT-15918 in 1994 under Ordinance 1996-94 for Technical Agreement (TCP Agreement) and Technical Currency Support Services, and

WHEREAS, the city needs Indus to maintain existing software with all current upgrades and revisions under the technical currency support services portion of this contract, and

WHEREAS, without the agreement, the Division of Water will not receive upgrades and the capability to debug the system, negatively impacting the water and sewer billing system, and

WHEREAS, an emergency exists in the usual daily operation of the Department of Technology on behalf of the Department of Public Utilities, Division of Water has an immediate need to modify and extend a annual contract with Indus Utility Systems, Inc. for software maintenance on the water and sewer information management system (WASIMS) for the preservation of public health, peace, property and safety; now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1: That the Director of the Department of Technology, on behalf of the Department of Public Utilities, Water Division be and is hereby authorized to modify and extend contract CT-15918 with Indus Utility Systems, Inc. for the Technical Currency Agreement and Technical Currency Support Services for software maintenance, for the water and sewer information management system (WASIMS).

SECTION 2: That the expenditure of $452,395.00 or so much thereof as may be necessary is hereby authorized to be expended from:

Division: Div.: 47-01| Fund: 514| Subfund: 600| OCA: 514600| Object Level One: 03| Object Level Three: 3369| Amount: $452,395.00

SECTION 3: That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approved nor vetoes the same.

Legislation Number: 0849-2006

Drafting Date: 04/26/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation Background: This ordinance will grant permission to the following group to apply for temporary liquor permits authorizing the sale of alcoholic beverages at a special event to be held during 2006:

Columbus City Bulletin (Publish Date 05/27/06) 121 of 243 WaterFire Columbus for WaterFire on the Mile, June 24, July 28, August 4, August 11, August 18, September 16, and October 7. 2) This organization wishes to sell alcoholic beverages to eligible patrons on city property to be used for the event. This is the first year for the event to sell alcoholic beverages.

The City of Columbus, acting by and through its Executive Director of Recreation and Parks, is required to grant approval to the organizer of this event so they may obtain the required permits from the Ohio Department of Liquor Control.

This ordinance is submitted as an emergency to allow organizers to obtain the necessary permit from the State prior to the first event on June 24, 2006.

Fiscal Impact: N/A

Title To authorize and direct the Executive Director of Recreation and Parks to grant consent to an organization to apply for permission to sell alcoholic beverages at the 2006 WaterFire on the Mile, and to declare an emergency.

Body

WHEREAS, the following special event will take place during 2006: WaterFire on the Mile, and

WHEREAS, following precedent, the organizer of this event wishes to sell alcoholic beverages at said event; and

WHEREAS, to this end, permission from the City of Columbus is required as it is the property owner involved; and

WHEREAS, an emergency exists in the usual daily operation of the Recreation and Parks Department in that it is immediately necessary to allow organizers to apply for a temporary liquor permit from the State prior to the first event on June 24, 2006; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the Executive Director of Recreation and Parks be and is hereby authorized and directed to grant consent on behalf of the City of Columbus to the following organization to apply for appropriate liquor permits to enable the non-profit group to sell alcoholic beverages during the hours specified in said permits and at a specified location during their 2006 special event:

1) WaterFire Columbus for WaterFire on the Mile, June 24, July 28, August 4, August 11, August 18, September 16 and October 7.

Section 2. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0851-2006

Columbus City Bulletin (Publish Date 05/27/06) 122 of 243 Drafting Date: 04/26/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationBACKGROUND: The O'Shaughnessy Dam forms a reservoir that provides a major source of drinking water for the Columbus Metropolitan area. In addition the city operates a hydroelectric plant at the dam and markets the power to the electric grid. The existence of the hydroelectric plant brings the regulation of the dam under the jurisdiction of the Federal Energy Regulatory Commission (FERC). To assure the safety of the dam during extreme storm events and to meet FERC requirements the joints of an existing 48" storm sewer pipe running through the left embankment of the dam must be sealed beyond normal practice. This contract provides the labor and materials to accomplish this task.

The procurement of this contract was conducted in accordance with Section 329.09.

Competitive bids were received and opened at the office of the Director of Public Utilities on April 19, 2006. Two (2) bids were received. Each bid was both responsive and responsible.

BIDDER AMOUNT

Larry Smith Contractors, Inc. $36,225.00 Miller Pipeline Corporation $35,351.00

FISCAL IMPACT: The 2005 C.I.B. is being amended and and it is being funded from current monies.

CONTRACT COMPLIANCE NUMBER: 35-1959522

EMERGENCY PROVISION: Emergency legislation is being requested to allow work to be complete prior to the FERC imposed deadline.

TitleTo authorize the Director of Public Utilities to enter into a contract with Miller Pipeline Corporation. for the O'Shaughnessy Dam Miscellaneous Improvements - 48" Culvert Joint Sealing, for the Division of Water, to authorize the expenditure of $35,351.00 from the Waterworks Enlargement Voted 1991 Bonds Fund, to amend the 2005 C.I.B. and to declare an emergency ($35,351.00)

BodyWHEREAS, the Director of Public Utilities did receive and open bids on April 19, 2006 for the O'Shaughnessy Dam Miscellaneous Improvements - 48" Culvert Joint Sealing for the Division of Water, Department of Public Utilities, and

WHEREAS, a satisfactory low bid has been received, and

WHEREAS: An emergency exists in the usual daily operation of the Division of Water, Department of Public Utilities, in that it is immediately necessary to authorize the Director of Public Utilities to enter into a Contract with Miller Pipeline Corporation for the O'Shaughnessy Dam Miscellaneous Improvements - 48" Culvert Joint Sealing, for the Division of Water, to complete the work prior to the FERC imposed deadline, therefore emergency legislation is being requested, for the preservation of public health, peace, property and safety now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS

Section 1. The Director of Public Utilities be and is hereby authorized to enter into a Contract with Miller Pipeline Corporation, in the amount of $35,351.00 for the O'Shaughnessy Dam Miscellaneous Improvements - 48" Culvert Joint Sealing for the Division of Water, Department of Public Utilities, Contract No. 1093 on the basis of the lowest responsive and responsible bid received on April 19, 2006.

Columbus City Bulletin (Publish Date 05/27/06) 123 of 243 Section 2. That for the purpose of paying the cost thereof, the expenditure of $35,351.00 is hereby authorized from Waterworks Enlargement Voted 1991 Bonds Fund No. 606, Department of Public Utilities, Division of Water, Dept./Division No. 60-09, Object Level Three 6630, Project No. 690472, OCA Code 606472

Section 3. That the City Auditor is hereby authorized to transfer the unencumbered balance in a project account to the unallocated balance account within the same fund upon receipt of certification by the Director of the Department administering said project; that the project has been completed and the monies are no longer required for said project except that no transfer shall be made from a project account funded by monies from more than one source.

Section 4. That Section 1, Public Utilities/Water 60-09 or Ordinance 1070-2005 is hereby amended as follows:

PROJECT TOTAL NUMBER PROJECT NAME BUDGET

690472 O'Shaughnessy Dam Miscellaneous Improvements $35,351 *(1)*

690446 General Engineering Services $2,114,649 *(2)*

Section 5. That for reasons stated in the preamble, hereto, which is hereby made a part hereof, this ordinance is declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after approval if the Mayor neither approves nor vetoes the same.

2005 Original Budget 2005 Amended Budget Comments

*(1)* $0 $35,351 Authority Increased *(2)* $2,150,000 $2,114,649 Authority Reduced

Legislation Number: 0860-2006

Drafting Date: 04/27/2006 Current Status: Passed

Version: 2 Matter Type: Ordinance

ExplanationBEAZER HOMES INVESTMENTS, LLC, a Delaware liability company, by MARK HOSTETTLER, Vice President of Finance, has submitted the plats titled THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 1 and THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 2 to the City Engineer's Office for review and approval. These plats have been reviewed and approved by the City Engineer. The following legislation allows the City to accept said plats for property located north of Long Road and east of Bowen Ro Title To accept the plats titled THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 1 and THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 2, from BEAZER HOMES INVESTMENTS, LLC, a Delaware liability

Columbus City Bulletin (Publish Date 05/27/06) 124 of 243 company, by MARK HOSTETTLER, Vice President of Finance and to declare an emergency.

Body:

WHEREAS, the plats titled THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 1 and THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 2 (hereinafter "plats"), has been submitted to the City Engineer's Office for approval and acceptance; and

WHEREAS, BEAZER HOMES INVESTMENTS, LLC, a Delaware liability company, by MARK HOSTETTLER, Vice President of Finance, owners of the platted land, desires to dedicate to the public use all or such parts of the Courts , Drives, Road, Streets and Way shown on said plats and not heretofore so dedicated; and

WHEREAS, after examination, it has been found to be in the best interest of the City; to accept said plats; and

WHEREAS, an emergency exists in the usual daily operation of the Departmen to Public Service & Transportation in that it is immediately necessary to pass this ordinance as an emergency measure because of the need to expedite the sale of the lots and allow for the submittal of building permits for new home construction during construction of the infrastructure for the preservation of the public health, peace, property, safety, and welfare; now therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the plat titled THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 1 on file in the office of the City Engineer, Transportation Division, be and the same is hereby accepted.

Section 2. That the plat titled and THE VILLAGE AT ABBIE TRAILS SECTION 3 PART 2 on file in the office of the City Engineer, Transportation Division, be and the same is hereby accepted.

Section 3. That this ordinance shall take effect and be in force from and after the earliest period allowed by law. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, of ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0863-2006

Drafting Date: 04/27/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThe Public Service Department, Transportation Division, is engaged in the Longrifle Road project. This project will construct traffic calming features, including median, curb and sidewalk improvements within and along Longrifle Road from just west of southbound Little Turtle Way east to Ulry Road. The City's design consultant provided preliminary right-of-way acquisition costs estimates of $150,000.00. This legislation encumbers $150,000.00 for right-of-way acquisition for the Longrifle Road project. It also authorizes the City Attorney's Office, Real Estate Division, to hire professional services relative to the acquisition of the necessary right-of-way, to negotiate with the property owners and to expend the funds required to acquire the necessary right-of-way to allow constructon of this project to begin in late summer 2007.

Fiscal Impact: Monies in the amount of $150,000.00 are budgeted and available within the Transportation Division's 2005 Capital Improvement Budget in the 1995, 1999, 2004 Voted Streets and Highways Fund in the arterial street rehabilitation project to pay for these costs.

Columbus City Bulletin (Publish Date 05/27/06) 125 of 243 Emergency action is requested to allow the Real Estate Division to proceed with those actions that will enable the City to acquire the necessary right-of-way by June 1, 2007 to keep this project on schedule.

TitleTo authorize the City Attorney's Office, Real Estate Division, to hire professional services relative to the acquisition of the necessary right-of-way and negotiate with the property owners to acquire fee simple title and lesser interests in and to those parcels needed for the Longrifle Road project for the Transportation Division; to expend $150,000.00 of so much thereof as may be needed for this purpose from the 1995, 1999, 2004 Voted Streets and Highways Fund and to declare an emergency. ($150,000.00)

BodyWHEREAS, the Public Service Department, Transportation Division is engaged in the Longrifle Road project; and

WHEREAS, this project will construct traffic calming features, including median, curb and sidewalk improvements within and along Longrifle Road from just west of southbound Little Turtle Way east to Ulry Road; and

WHEREAS, construction of this improvement project is currently scheduled to begin in late summer 2007; and

WHEREAS, to accommodate this schedule all right-of-way acquisition must be completed by June 1, 2007; and

WHEREAS, preliminary cost estimates for right-of-way acquisition, provided by the City's design consultant are $150,000.00; and

WHEREAS, an emergency exists in the usual daily operation of the Public Service Department, Transportation Division, in that it is immediately necessary to authorize the City Attorney's Office, Real Estate Division, to hire professional services relative to the acquisition of the necessary right-of-way, negotiate with the property owners and expend the funds necessary to acquire right-of-way for the Longrifle Road project by June 1, 2007 to keep this project on schedule, thereby preserving the public health, peace, property, safety and welfare; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the City Attorney's Office, Real Estate Division, be and hereby is authorized to hire professional services relative to the acquisition of the necessary right-of-way, negotiate with the property owners and expend the funds necessary to acquire right-of-way for the Longrifle Road project.

SECTION 2. That for the purpose of paying for said costs the City Attorney's Office, Real Estate Division, be and hereby is authorized to expend $150,000.00, or so much thereof as may be necessary from Fund 704, the 1995, 1999, 2004 Voted Streets and Highways Fund, Department No. 59-09, Transportation Division, Object Level One Code 06, Object Level Three Code 6601, OCA Code 644385 and Project 530103.

SECTION 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0872-2006

Drafting Date: 04/28/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: To modify and extend the existing city-wide contract for the option to purchase Giarida and Cryptosporidium Sample Analysis for the Water Division, the largest user, for one year (to and including May 31, 2007).

Columbus City Bulletin (Publish Date 05/27/06) 126 of 243 The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06. (Proposal No. SA000424). Formal bids were opened by the Purchasing Office on April 3, 2003. FL001715 was established with Environmental Associates Ltd. in accordance with bids received. Contract Compliance # 16-1300477, expires June 2, 2006.

1. Amount of additional funds: The estimated annual expenditure for the contract is $37,000.00. The Water Division must obtain approval to expend from their own budgeted funds for their estimated expenditures. 2. Reason additional needs were not foreseen: The need was foreseen. An extension is provided for in the original contract. 3. Reason other procurement processes not used: No better pricing, terms or conditions are expected by re-bidding at this time. 4. How cost was determined: The cost, terms and conditions are in accordance with the original agreement.

This company is not debarred according to the Federal Excluded Parties Listing or the State Auditor's Findings For Recovery Database.

FISCAL IMPACT: No funding is required to extend the UTC option contract. The Water Division must set aside their own funding for their estimated expenditures.

To maintain these analysis services without interruption, this ordinance is being submitted as an emergency.

Title To authorize and direct the Finance and Management Director to modify and extend the UTC contract for the option to purchase Giarida and Cryptosporidium Sample Analysis and to declare an emergency.

Body WHEREAS, the Purchasing Office advertised and solicited formal bids, and selected the lowest bid; and

WHEREAS, the current contractor has agreed to extend FL001715 at current prices and conditions to and including May 31, 2007, and it is in the best interest of the City to exercise this option; and

WHEREAS, this contract provides laboratory services for analzing water samples for Giardia and Cryptosporidium using EPA approved methods; and

WHEREAS, an emergency exists in the usual daily operation of the Water Division in that it is immediately necessary to modify and extend this UTC contract for an option to purchase Giarida and Cryptosporidium Sample Analysis thereby preserving the public health, peace, property, safety, and welfare, now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director be and is hereby authorized and directed to modify and extend FL001715 with Environmental Associates Ltd. to and including May 31, 2007.

SECTION 2. That this modification is in accordance with Section 329.16 of the Columbus City Codes.

SECTION 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Columbus City Bulletin (Publish Date 05/27/06) 127 of 243 Legislation Number: 0874-2006

Drafting Date: 04/28/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: To modify and extend the existing UTC contract for the option to purchase MMO-MUG Materials for the Water Division, the largest user, for one year (to and including April 30, 2007). This UTC contract provides supplies that meet or exceed mandated Federal and State water testing requirements.

The Purchasing Office advertised and solicited competitive bids in accordance with Section 329.06. (Proposal No. SA000422). Formal bids were opened by the Purchasing Office on March 27, 2003. FL001716, with Idexx Distribution, Inc. was established in accordance with bids received. Their contract compliance number is 35-2186625, expires May 13, 2006.

1. Amount of additional funds: The estimated annual expenditure for the contract is $42,000.00. The Water Division must obtain approval to expend from their own budgeted funds for their estimated expenditures. 2. Reason additional needs were not foreseen: The need was foreseen. An extension is provided for in the original contract. 3. Reason other procurement processes not used: No better pricing, terms or conditions are expected by re-bidding at this time. 4. How cost was determined: The cost, terms and conditions are in accordance with the original agreement.

This company is not debarred according to the Federal Excluded Parties Listing or the State Auditor's Findings For Recovery Database.

FISCAL IMPACT: No funding is required to extend the UTC option contract. The Water Division must set aside their own funding for their estimated expenditures.

To maintain the ability to purchase these water testing supplies without interruption, this ordinance is being submitted as an emergency.

Title To authorize and direct the Finance and Management Director to modify and extend the UTC contract for the option to purchase MMO-MUG Materials and to declare an emergency.

Body WHEREAS, the Purchasing Office advertised and solicited formal bids, and selected the lowest bid; and

WHEREAS, the current contractor has agreed to extend FL001716 at current prices and conditions to and including April 30, 2007, and it is in the best interest of the City to exercise this option; and

WHEREAS, this contract provides water testing supplies that meet or exceed mandated Federal and State water testing requirements; and

WHEREAS, an emergency exists in the usual daily operation of the Water Division in that it is immediately necessary to modify and extend this UTC contract for an option to purchase MMO-MUG Materials thereby preserving the public health, peace, property, safety, and welfare, now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director be and is hereby authorized and directed to modify and extend FL001716 with Idexx Distribution, Inc. to and including April 30, 2007.

Columbus City Bulletin (Publish Date 05/27/06) 128 of 243 SECTION 2. That this modification is in accordance with Section 329.16 of the Columbus City Codes.

SECTION 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0875-2006

Drafting Date: 05/01/2006 Current Status: Passed

Version: 2 Matter Type: Ordinance

ExplanationThe Public Service Department, Transportation Division, is undertaking the Morse Road Phase I (OPWC) Improvement project. This project is the third of five for the Morse Road - Indianola Avenue to Cleveland Avenue corridor and consists of constructing a landscaped median, curb and gutter, an improved storm drainage system, bike lanes, upgraded traffic signals, sidewalks, street and pedestrian lighting and better access management to reduce accidents and provide pedestrian access.

Ordinance 1844-2005, passed by City Council on December 12, 2005, modified and increased an existing construction contract with Complete General Construction Company, Incorporated, to install additional conduits across Morse Road at Westerville Road to correct numerous deficiencies that compromise that intersection's safety and the City's ability to maintain the signal.

This legislation amends Ordinance 1844-2005 to reflect the expenditure within that Ordinance being made from the State Issue Two Street Project Fund instead of the 1995, 1999, 2004 Voted Streets and Highways Fund. All Morse Road project expenses should be reflected from the same Fund.

Fiscal Impact: The net impact of these changes is zero. In the revised ordinance the amount authorized for expenditure within Ordinance 1844-2005 is first transferred within and from the 1995, 1999, 2004 Streets and Highways Fund to the Local Transportation Improvement Program Fund, appropriated there and authorized for expenditure.

Emergency action is requested to allow for funds to be expended from the proper Fund and to allow the contractor to be properly and expeditiously compensated for work performed.

TitleTo amend Ordinance 1844-2005 to reflect an expenditure for the Morse Road Phase I (OPWC) Improvement project being authorized from the State Issue Two Street Project Fund instead of the 1995, 1999, 2004 Voted Streets and Highways Fund for the Transportation Division and to declare an emergency. ($59,575.82)

BodyWHEREAS, Contract No. EL005246-001 for the Morse Road Phase I (OPWC) Improvement project was authorized by Ordinance 0402-2005, passed March 21, 2005, executed April 4, 2005 and approved by the City Attorney on April 6, 2005; and

WHEREAS, Ordinance 1844-2005 passed by City Council on December 12, 2005 modified and increased this contract to provide for the installation of additional conduits across Morse Road at Westerville Road; and

WHEREAS, this Ordinance authorized this expenditure directly from the 1995, 1999, 2004 Voted Streets and Highways Fund; and

WHEREAS, all Morse Road project expenses should be reflected from the State Issue Two Street Project Fund; and

WHEREAS, an emergency exists in the usual daily operation of the Public Service Department, Transportation Division, in that it

Columbus City Bulletin (Publish Date 05/27/06) 129 of 243 is immediately necessary to amend Ordinance 1844-2005 to allow for funds to be expended from the proper Fund and to allow the contractor to be properly and expeditiously compensated for work performed, thereby preserving the public health, peace, property, safety and welfare; now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That Ordinance 1844-2005 be and hereby is amended in title and in body as follows:

(title) To authorize the City Auditor to transfer $59,575.82 within the 1995, 1999, 2004 Voted Streets and Highways Fund; to authorize the City Auditor to transfer $59,575.82 from this Fund to the State Issue Two Street Project Fund; to authorize the appropriation of $59,575.82 within the State Issue Two Street Project Fund; to authorize the Public Service Director to modify and increase an existing contract with Complete General Construction Company, Incorporated, for construction of the Morse Road Phase I (OPWC) Improvement project for the Transportation Division; to authorize the expenditure of $59,575.82 from the 1995, 1999Voted Streets and Highways Fund State Issue Two Street Project Fund and to declare an emergency. ($59,575.82)

(body)

SECTION 1. That the City Auditor be and hereby is authorized to transfer $59,575.82 within Fund 704, the 1995, 1999, 2004 Voted Streets and Highways Fund, Department No. 59-09, the Transportation Division, as follows:

TRANSFER FROM: project# / project / Object Level 01/03 Codes / OCA Code 530052 / Morse Road Area Investment / 06/6600 / 644385

Total Transfer From: $59,575.82

TRANSFER TO: project# / project / Object Level 01/03 Codes / OCA Code 530052 / Morse Road Area Investment / 10/5501 / 644385

Total Transfer To: $59,575.82

SECTION 2. That the City Auditor be and hereby is authorized to transfer $59,575.82 between Funds within Department No. 59-09, the Transportation Division, as follows:

TRANSFER FROM: fund / project# / project / Object Level 01/03 Codes / OCA Code 704 / 530052 / Morse Road Area Investment / 10/5501 / 644385

Total Transfer From: $59,575.82

TRANSFER TO: fund / grant# / grant / Object Level 01/03 Codes / OCA Code 764 / 595009 / Morse Road - Phase I / 80/0886 / 595009

Total Transfer To: $59,575.82

Columbus City Bulletin (Publish Date 05/27/06) 130 of 243 SECTION 3. That from the unappropriated monies in Fund 764, the State Issue Two Street Project Fund, and from all monies estimated to come into said Fund from any and all sources and unappropriated for any other purpose during the fiscal year ending December 31, 2006, the sum of $59,575.82 be and hereby is appropriated to Department No. 59-09, Transportation Division, Object Level One 06, Object Level Three Code 6631, OCA Code 595009 and Grant 595009.

SECTION 4. That the monies appropriated in the foregoing Section 3 shall be paid upon order of the Public Service Director and that no order shall be drawn or money paid except by voucher, the form of which shall be approved by the City Auditor.

SECTION 1 5. That the Public Service Director be and hereby is authorized to modify and increase Contract No. EL005246-001 with Complete General Construction Company by $55,898.30 for additional work in accordance with the terms as shown on the modification on file in the office of the City Engineer, which are hereby approved.

SECTION 2 6. That the Public Service Director be and hereby is authorized to increase the existing construction inspection encumbrance EL005246-001 by $3,677.52 to pay construction inspection charges related to this work.

SECTION 3 7. That for the purpose of paying the cost of said contract modification and additional construction inspection the sum of $59,575.82 or so much thereof as may be needed be and hereby is authorized to be expended from Fund 764, the State Issue Two Street Project Fund, Department No. 59-09, Transportation Division, OCA Code 595009, Grant 595009, Object Level One Code 06, Object Level Three Code 6631 ($55,898.30) and Object Level Three Code 6687 ($3,677.52).

SECTION 4 8. That for the reasons stated in the preamble hereto which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

SECTION 2. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0878-2006

Drafting Date: 05/01/2006 Current Status: Passed

Version: 2 Matter Type: Ordinance

..Explanation Rezoning Application Z06-004

APPLICANT: NP Limited c/o Dave Perry, Agent; The David Perry Co.; 145 East Rich Street; Columbus, OH 43215 and Donald Plank, Atty.; Plank and Brahm; 145 East Rich Street; Columbus, OH 43215.

PROPOSED USE: Commercial Development.

DEVELOPMENT COMMISSION RECOMMENDATION: Approval (5-0) on April 13, 2006.

Columbus City Bulletin (Publish Date 05/27/06) 131 of 243

CITY DEPARTMENTS' RECOMMENDATION: Approval. The proposed L-C-4, Limited Commercial District is consistent with the zoning and development patterns of the area. The site is located in sub area J-1 of the Far North Plan (1994), which supports commercial land uses. This proposal is consistent with other approved rezoning applications that provided expansion from the original Polaris rezoning. Applicant intends to employ standards comparable to the Polaris Design Review Board standards.

Title To rezone 1166 GEMINI PLACE (43240), being 7.00± acres located on the north side of Gemini Place, 2482 +/- feet west of Lyra Drive, From: R, Rural District, To: L-C-4, Limited Commercial District and to declare an emergency. (Rezoning # Z06-004)

Body WHEREAS, application #Z06-004 is on file with the Building Services Division of the Department of Development requesting rezoning of 7.00± acres from the R, Rural District to the L-C-4, Limited Commercial District; and

WHEREAS, the Development Commission recommends approval of said zoning change; and

WHEREAS, an emergency exists in the usual daily operation in the City of Columbus in that it is immediately necessary to pass this ordinance to begin construction as soon as possible for the immediate preservation of the public peace, property, health and safety; and

WHEREAS, the Far North Columbus Communities Coalition recommends approval of said zoning change; and

WHEREAS, the City Departments recommend approval of said zoning change because the proposed L-C-4, Limited Commercial District is consistent with the zoning and development patterns of the area; and

WHEREAS, said ordinance requires separate submission for all applicable permits for the proposed use; and

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Official Zoning Map of the City of Columbus, as adopted by Ordinance No. 0179 -03, passed February 24, 2003, and as subsequently amended, is hereby revised by changing the zoning of the property as follows:

1166 GEMINI PLACE (43240), being 7.00± acres located on the north side of Gemini Place, 2482+/- feet west of Lyra Drive, and being more particularly described as follows:

Situated in the State of Ohio, County of Delaware, City of Columbus, Section 4, Township 3, Range 18, United States Military Lands, being part of Farm Lot 14 and being a 7.001 acre tract of land out of an original 120.000 acre tract of land as conveyed to Christ the King Church of record in Official Record Volume 243, Page 0859 (all records being of the Recorder's Office, Delaware County, Ohio) and being more particularly described as follows:

Beginning at the centerline intersection of Polaris Parkway as recorded in Plat Book 24, Page 137 with the centerline of Gemini Place (Ordinance Number 1867-2004) formerly known as Fashion Mall Parkway as recorded in Plat Cabinet 2, Slide 670;

Thence North 70°31'37" East crossing said Polaris Parkway and with the centerline of said Gemini Place, a distance of 1533.02 feet to a point;

Thence North 19°28'23" West crossing said Gemini Place, a distance of 55.00 feet to a point on the northerly right of way line of said Gemini Place;

Thence continue North 19°28'23" West through a 9.949 acre tract as conveyed to N.P. Limited Partnership of record in

Columbus City Bulletin (Publish Date 05/27/06) 132 of 243 Official Record Volume 268, Page 2261, a distance of 296.37 feet to a point;

Thence North 88°24'54" East crossing said 9.949 acre tract, a distance of 240.37 feet to a 1" iron pipe found with an EDG cap at the southeasterly corner of a 10.783 acre tract as conveyed to N.P. Limited Partnership of record in Official Record Volume 513, Page 2179 and the southwesterly corner of said 120.000 acre tract, and being the true point of beginning;

Thence North 03°15'41" East with a common line with said 10.783 acre tract, a distance of 454.09 feet to a point;

Thence South 85°31'18" East crossing with a new division line, a distance of 647.57 feet to a point;

Thence South 06°36'55" East crossing said 120.00 acre parcel, a distance of 442.89 feet to a point on the southerly line of said 120.00 acre parcel and the northerly line of said 9.949 acre tract;

Thence North 87°03'24" West with said line, a distance of 723.40 feet to the true point of beginning and containing 7.001 acres of land more or less.

This description was prepared by Floyd Browne Group, Delaware, Ohio. The basis of bearing for this description is South 19°28'23" East for the centerline of Polaris Parkway as recorded in Plat Book 24, Page 137.

To Rezone From: R, Rural District,

To: L-C-4, Limited Commercial District.

SECTION 2. That a Height District of one-hundred ten (110) feet (H-110) is hereby established on the L-C-4, Limited Commercial District on this property.

SECTION 3. That the Director of the Department of Development be, and he is hereby, authorized and directed to make the said changes on the said original zoning map in the office of the Building Services Division and shall register a copy of the approved L-C-4, Limited Commercial District among the records of the Building Services Division as required by the Columbus City Codes; said text being titled, "L-C-4, LIMITED COMMERCIAL DISTRICT DEVELOPMENT TEXT (7.001 +/- ACRES)", dated April 14, 2006, and signed by David B. Perry, Agent for Applicant, Donald Plank, Attorney for Applicant, and Bennett Smith, on behalf of the Property Owner, Christ the King Church, with all three (3) signatures dated April 14, 2006, and the text reading as follows:

L-C-4, LIMITED COMMERCIAL DISTRICT DEVELOPMENT TEXT (7.001+/- ACRES)

EXISTING DISTRICT:

R, RURAL DISTRICT

PROPOSED DISTRICT:

L-C-4, LIMITED COMMERCIAL DISTRICT

PROPERTY ADDRESS:

1166 GEMINI PLACE, COLUMBUS, OH 43240

OWNER:

CHRIST THE KING CHURCH C/O BENNETT SMITH, 1250 GEMINI PLACE, COLUMBUS, OH 43240

Columbus City Bulletin (Publish Date 05/27/06) 133 of 243 APPLICANT:

N P LIMITED C/O DAVE PERRY, AGENT, THE DAVID PERRY CO. 145 EAST RICH STREET, COLUMBUS, OH 43215 and DONALD PLANK, ESQ., PLANK & BRAHM, 145 EAST RICH STREET, COLUMBUS, OH 43215

DATE OF TEXT: April 14, 2006

APPLICATION NUMBER: Z06-004

INTRODUCTION:

Applicant proposes to rezone 7.001 +/- acres to the L-C-4, Limited Commercial District for commercial uses related to the Polaris Centers of Commerce development. Polaris Centers of Commerce is a 1,200 +/- acre commercial development abutting this 7.001 +/- acre site to the west and south, including the Polaris Fashion Place regional mall. The site is located in Sub-Area J-1 of the Far North Plan, which sub-area supports commercial land use and recognizes the Polaris Centers of Commerce and other commercial development as the appropriate land use. Since the original Polaris Centers of Commerce rezoning (1991), numerous additional commercial rezoning applications have been approved as additional property became available to expand the commercial development. This proposal is consistent with other approved rezoning applications that provided expansion area from the original Polaris rezoning. Applicant has established extensive deed restrictions on property presently in the Polaris Centers of Commerce and all property in the Polaris Centers of Commerce is subject to design review (Polaris Design Review Board) and approval of both the site plan and exterior building elevations and architecture. It is applicant's intention to establish the same or comparable deed restrictions and design review on this property.

1.PERMITTED USES: The following uses shall be permitted: a.) All uses of Section 3356.03, C-4 Permitted Uses, except the following:

1. Billboards,

2. Off premise graphics except for (i) graphics which identify an overall development on the subject property (such as a large office park or shopping center) and the management of the development and (ii) graphics identifying uses within the Subarea in which the graphics are located or a Subarea contiguous to the Subarea in which the graphics are located or (iii) as approved by the Columbus Graphics Commission as part of a Graphics Plan,

3. Used car lots, except used car lots used in conjunction with the sale of new cars,

4. Outside storage of items with the exception of items offered for sale and accessory to a permitted use, such as hardware, lumber, or landscaping sales uses, etc.,

5. Storage of hazardous wastes except for small quantities generated or used in connection with testing labs or other permitted use under controlled conditions in compliance with all laws regulating such materials,

6. Halfway House.

2.DEVELOPMENT STANDARDS: Except as specified herein, the applicable development standards shall be as specified in the C-4, Commercial District.

A. Density, Height, Lot and/or Setback Commitments.

1. Building Height: The height district shall be H-110, allowing for a 110-foot height limitation in accordance with Sections 3309.14 and 3309.142 of the Columbus Zoning Code, except as follows:

Columbus City Bulletin (Publish Date 05/27/06) 134 of 243 a) Any building or structure (or any portion thereof) within one hundred (100) feet of the current north line of the property being rezoned shall not exceed 60 feet in height, as long as the adjacent property to the north is zoned and used for single-family dwellings.

2. Building Lines:

(a) The building setback line shall be fifty (50) feet from any public street. There shall be no required building setback from any side or rear property line, except if required by other development standards established in this text.

(1) No building setback shall be required from any property line, other than a property line abutting a public street, that is created within and internal to a larger site for which a Certificate of Zoning Clearance has been issued and the parcel created by the property line continues to function as part of the overall site for which the Certificate of Zoning Clearance was issued.

(2) The minimum building setback from the north zoning line established by this rezoning, which line may also be a property line, shall be five (5) feet, as established by the minimum parking setback from the north property line (Section A,3, b), as long as the abutting property to the north is zoned and used for single-family dwellings.

3) Parking Setback a) There shall be a minimum thirty (30) foot parking setback from all public streets. b) A five (5) foot landscaped parking setback shall be provided along and parallel to the north zoning line established by this ordinance, which line may also be a property line, as long as the abutting property to the north is zoned and used for single-family dwellings. c) No parking or maneuvering areas, except driveways, shall be constructed nearer than three (3) feet from any side or rear property line, except as follows:

1) Internal aisles for vehicular circulation within parking lots to provide internal connection and circulation between adjacent parking lots are permitted.

2) No parking or maneuvering setback shall be required from any property line, other than a property line abutting a public street, that is created within and internal to a larger site for which a Certificate of Zoning Clearance has been issued and the parcel created by the property line continues to function as part of the overall site for which the Certificate of Zoning Clearance was issued.

B. Access, Loading, Parking and/or other Traffic Related Commitments.

1) Wheel blocks shall be provided in any parking spaces adjacent to the three (3) foot side or rear property line parking setback and the wheel blocks shall be placed within the parking space to prevent the overhang of vehicles into the parking setback.

2) This site does not abut a street to which vehicular access can be obtained. Access to this site shall be via other commercially zoning property to the west and south presently owned by applicant and may also include vehicular access to/from Gemini Place on the entrance drive of Christ the King Church. The Christ the King Church entrance drive is included in the 7.001 acres being rezoned to the L-C-4, Limited Commercial District as part of this application.

3) If a traffic signal is warranted in the future at the intersection of Gemini Place and the Christ the King Church ("Church") driveway, the cost of the signal design and construction will be 100% privately paid for by those parties using the private driveway and other property owners and lessees as may be determined at the time. The signal shall also be 100% privately maintained and applicable parties shall enter into a signal agreement contract with the City of Columbus.

C. Buffering, Landscaping, Open Space and/or Screening Commitments.

Columbus City Bulletin (Publish Date 05/27/06) 135 of 243 1) Screening with landscaping (or screening materials which may consist of any combination of earth mounding, landscaping, walls, and/or fences) shall be provided to screen trash collection areas and waste storage areas from view in accordance with the provisions of Section 3342.09, Dumpster Area. All such landscaping shall be properly trimmed and all screening shall be maintained in a neat and tidy manner. All service areas shall be separated from public circulation and parking areas.

2) All heating, ventilating, air conditioning and other building mechanical systems and equipment, whether roof mounted or ground level, shall be fully screened from view from all public streets. As an exception to the foregoing, equipment requiring ventilation may be located within architectural elements having an opacity of at least 80%. Ground level equipment may be screened by landscaping.

3) Where freestanding walls are used for screening, they shall be integrated into the building design and/or landscaping plan so as to appear to be a natural element of the building and/or lot on which such building is located.

4) All trees and landscaping shall be well maintained. Weather permitting, dead items shall be replaced within six months.

5). The minimum size of trees at the time of planting shall be as follows: Deciduous - 2 ½ inches, Ornamental - 1 ½ inches, Evergreen - 5 feet, Shrubs - 2 gallon.

6) Provision for handling all truck service shall be totally within each parcel. No off-street loading areas or loading docks shall be located on or along the front wall of any building, within the front yard of any parcel or nearer than fifteen (15) feet from any side or rear property line. Off-street loading areas or loading docks located on or along the side wall of any building shall in no event be located nearer than twenty-five (25) feet from the front of the building and such facilities and all activities therein shall be screened from view from all public streets with buildings or view-obscuring treatment such as landscaped mounds, a wall or fence, dense planting, strips of trees or shrubs, or a combination thereof so as to achieve a minimum height of 6 feet high and an opacity of not less than seventy five percent (75%). All such view-obscuring measures shall be maintained in good condition and appearance by the owner of the property containing such freight loading area at all times.

7) Any freight loading area located within fifty (50) feet of a residentially zoned property used for residential purposes shall be screened from such residential property by buildings or view-obscuring treatment such as landscaped mounds, a wall or fence, dense planting, strips of trees or shrubs, or a combination thereof so as to achieve a minimum height of 6 feet and an opacity of not less than seventy five percent (75%). All such view-obscuring measures shall be maintained in good condition and appearance by the owner of the property containing such freight loading area at all times.

8) Each parcel shall provide minimum three (3) foot wide landscape buffer areas within the parcel and adjacent and parallel to the side and rear property lines, except where no building setback is required, where aisles connect adjacent parking lots, and where no parking setback is required. The surface of the side and rear buffer areas shall be expressly reserved for the planting of lawns, trees or shrubs and no structures (except approvable graphics), equipment of any nature (except utility equipment, which shall be either underground or fully screened) or paved areas (except driveways) shall be permitted within the side and rear buffer areas.

9.) Each parcel shall provide in the front of the parcel a minimum thirty (30) foot wide landscape buffer area, unless otherwise permitted in this development text, outside of but adjacent and parallel to any public street. Except for graphics and driveways, the surface of the front buffer area shall be expressly reserved for the planting of lawns, trees or shrubs. Storm water detention or retention areas may occur in said buffer areas.

10) The north five (5) foot landscaped parking setback, if required (See Section A.3.b) shall contain a combination of screening (fence, wall) and/or mounding and/or plant material to provide an opacity of not less than 75% to a height of five (5) feet high at installation, unless the adjacent property is developed with a parking lot, in which case applicant may elect to waive parking lot screening through the provisions of 3342.17, Parking Lot Screening, Limited Waiver Agreement.

11) For all retaining walls an area to be planted with shrubs and/or vines shall be provided between the wall and any paved

Columbus City Bulletin (Publish Date 05/27/06) 136 of 243 area.

12) All open areas on each developed parcel not occupied by buildings, structures, outside storage areas, parking areas, street right-of-way paved areas, driveways, walkways and off-street loading areas shall be suitably graded and drained and shall be landscaped with lawns, trees and shrubs.

D. Design and/or Interior-Exterior Treatment Commitments.

1) All buildings shall be finished on all four (4) sides to the same quality and level of finish, as determined by the Polaris Design Review Board.

2) There shall be no exposed smooth face block on any north facing wall within 200 feet of the north property line.

E. Dumpsters, Lighting, Outdoor Display Areas and/or Other Environmental Commitments.

1) All parking lot lighting shall use cut-off type fixtures (down-lighting) and shall be designed and placed to minimize off-site light spillage and glare. Buildings and landscaping may be up-lighted from a concealed source.

2) Parking lot lighting shall be no higher than 28 feet.

3) All new or relocated utility lines shall be installed underground, unless the applicable utility company requires above ground installation.

F. Graphics and Signage Commitments.

All graphics shall conform to Article 15 of the Columbus City Code, as it applies to the C-4, Commercial District. Any variance to the applicable requirements of the C-4, Commercial District, shall be submitted to the Columbus Graphics Commission.

G. Miscellaneous.

1) A monetary payment at the rate of $400.00/acre shall be made to the Recreation and Parks Department in conjunction with a request for a Certificate of Zoning Clearance, to comply with the Parkland Dedication Ordinance.

2) Severability. If for any reason any one or more articles, sections, sentences, clauses or parts of this Text are held invalid by any court of law or duly authorized public body, such determination shall not affect, impair or invalidate the remaining provisions of this Text, but shall be confined in its operation to the specific sections, any one or more instances shall not prejudice in any way the validity of the Text in any other instance.

3) Future Zoning Applications. A zoning classification (L-C-4) and development standards which are thought to be appropriate are being established for the site with this Limitation Text. Development of the site will occur over an extended period of time and it may be necessary from time to time to augment the development standards and to provide for additional uses which cannot be foreseen but are compatible with the uses allowed. Any portion of the site being rezoned with this application may be rezoned independently or in conjunction with other abutting property in the future provided remaining portions of the site are not rendered non-compliant by the proposed rezoning.

SECTION 4. That this ordinance shall take effect and be in force from and after the earliest period allowed by law. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or 10 days after its passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0880-2006

Drafting Date: 05/02/2006 Current Status: Passed

Columbus City Bulletin (Publish Date 05/27/06) 137 of 243 Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: The Department of Public Utilities recommends reimbursement to Schottenstein Management Company for over-payment of Stormwater charges. The customer has a credit balance of $27,571.87 due to an adjustment. The adjustment was made after they paid for 823 ERUs when they should have only paid for 718 ERUs since August 1, 1994. The original impervious area measurement was based on the site plan description. Several of the buildings and associated parking on the southern edge of the industrial park site were never constructed as initially proposed. The total refund that they are entitled to is $27,571.87.

It is requested that this legislation be handled in an emergency manner in order to reimburse the customer at the earliest possible date.

FISCAL IMPACT: There is no budgetary impact because we are returning a portion of funds the customer paid. Revenues are not significantly impacted. Total revenue estimated to come into the stormwater enterprise fund is in excess of $27,000,000.

Title To authorize the Director of Public Utilities to reimburse Schottenstein Management Company for over-payment of Stormwater charges, to authorize a revenue reduction transaction of $27,571.87 and to declare an emergency. ($27,571.87)

Body WHEREAS, the Department of Public Utilities recommends reimbursement to Schottenstein Management Company for over-payment of ERUs, and

WHEREAS, the adjustment was made after the customer paid for 823 ERUs when they should have only paid for 718 ERUs since August 1, 1994, and

WHEREAS, an emergency exists in the usual daily operation of the Department of Public Utilities, in that it is immediately necessary to authorize the Director of Public Utilities to reimburse Schottenstein Management Company for Stormwater charges, in an emergency manner in order to reimburse them at the earliest possible date, for the immediate preservation of public health, peace, property and safety; now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the Director of Public Utilities be and is hereby authorized to reimburse Schottenstein Management Company for Stormwater charges.

Section 2. That a revenue reduction transaction in the amount of $27,571.87 or as much thereof as may be needed is hereby authorized from Storm Sewer Operating Fund 675, Dept. 60-15.

Section 3. That for reasons stated in the preamble hereto, which is hereby made a part hereof, this Ordinance is declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0881-2006

Drafting Date: 05/02/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation

Columbus City Bulletin (Publish Date 05/27/06) 138 of 243 BACKGROUND: This legislation authorizes the City Clerk to report to the Auditor of Franklin and Fairfield Counties in Ohio all charges which are due to the City of Columbus, Department of Development and are certified for payment to said County Auditor in conformance with Sections 701.07 through 701.19 of the Columbus City Code for weed and solid waste removal. The 2001 Budget transferred responsibility for weed and solid waste abatement activities from the Columbus Health Department to the Department of Development. In the assessment period covered by this legislation (November 1st, 2005 through April 30th, 2006), owners of 310 properties within Columbus were notified to abate weed and solid waste nuisances. Those properties where violations were not abated were turned over to the Environmental Nuisance Weed and Solid Waste Program for compliance. Abatement was completed using the services of private and/or City contractors. This legislation provides for assessment of the costs associated with the weed and solid waste abatement process.

Emergency action is required so that assessments can be placed on the January 2007 tax duplicate.

FISCAL IMPACT: No funding is required for this legislation. This legislation provides a mechanism for recovery of costs associated with the weed and solid waste abatement program.

Title To authorize assessments for weed and solid waste removal on properties in violation of weed and solid waste regulations as set forth in the Columbus City Code; and to declare an emergency.

Body Whereas, the owners of certain vacant lots and structures in the City of Columbus have allowed the growth of noxious weeds, grasses and/or the accumulation of solid waste on their properties; and

Whereas, said owners have been duly notified of the requirements of the law in such circumstances; and

Whereas, said owners have failed to provide mowing services and solid waste removal as set forth in Section 701.07 through Section 701.19 of the Columbus City Code; and

Whereas, an emergency exists in the usual daily operation of the City of Columbus in that it is immediately necessary to authorize assessments for weed and solid waste removal on properties in violation of weed and solid waste regulations as set forth in the Columbus City Code in order to preserve the public health, peace, property, safety, and welfare; NOW, THEREFORE,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the assessment of the owners of certain lots and structures in the City of Columbus who have failed to provide the necessary mowing and solid waste removal services required by Sections 701.07 through 701.19 of the Columbus City Code, be and is hereby authorized in order to cover costs incurred by the City of Columbus, Department of Development, Neighborhood Services Division, in carrying out the provisions of said sections.

Section 2. That the City Clerk shall report to the Franklin and Fairfield County Auditor all charges which are due to the City of Columbus, Department of Development, Neighborhood Services Division, and are certified for payment to the County Auditor in conformance with Sections 701.07 through 701.19 of the Columbus City Code.

Section 3. That said funds, upon reimbursement from the Franklin and Fairfield County Auditor, shall be deposited in

Columbus City Bulletin (Publish Date 05/27/06) 139 of 243 the General Fund, Fund No. 010 and the Community Block Grant Fund, Fund No. 248, to repay the costs incurred for weed mowing and solid waste abatement services.

Section 4. That for the reasons stated in the preamble thereto, which is hereby made a part hereof, this ordinance is declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0882-2006

Drafting Date: 05/02/2006 Current Status: Passed

Version: 2 Matter Type: Ordinance

Explanation M/I HOMES OF CENTRAL OHIO, LLC, an Ohio limited liability company, by STEPHEN M. CAPLINGER, Vice President Land Operations, has submitted the plats titled WAGGONER TRACE SECTION 2 PART 1, WAGGONER TRACE SECTION 2 PART 2 and WAGGONER TRACE SECTION 2 PART 3 to the City Engineer's Office for review and approval. These plats have been reviewed and approved by the City Engineer. The following legislation allows the City to accept said plats for property located north of Wengert Road and west of Waggoner Road.

Title To accept the plats titled WAGGONER TRACE SECTION 2 PART 1, WAGGONER TRACE SECTION 2 PART 2 and WAGGONER TRACE SECTION 2 PART 3, from M/I HOMES OF CENTRAL OHIO, LLC, an Ohio limited liability company, by STEPHEN M. CAPLINGER, Vice President Land Operations and to declare an emergency.

Body:

WHEREAS, the plats titled WAGGONER TRACE SECTION 2 PART 1, WAGGONER TRACE SECTION 2 PART 2 and WAGGONER TRACE SECTION 2 PART 3 (hereinafter "plats"), has been submitted to the City Engineer's Office for approval and acceptance; and

WHEREAS, M/I HOMES OF CENTRAL OHIO, LLC, an Ohio limited liability company, by STEPHEN M. CAPLINGER, Vice President Land Operations, owners of the platted land, desires to dedicate to the public use all or such parts of the Avenues, Drives and Lanes shown on said plats and not heretofore so dedicated; and

WHEREAS, after examination, it has been found to be in the best interest of the City to accept said plats; and now, therefore

WHEREAS, an emergency exists in the usual daily operation of the Depatment of Public Service & Transportation in that it is immediately necessar to pass this ordinance as an emergency easure because of the need to expedite the sale of the lots and allow for the submittal of building permits for new home construction during constructip of the infrastructure.

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the plat titled WAGGONER TRACE SECTION 2 PART 1 on file in the office of the City Engineer,

Columbus City Bulletin (Publish Date 05/27/06) 140 of 243 Transportation Division, be and the same is hereby accepted.

Section 2. That the plat titled WAGGONER TRACE SECTION 2 PART 2 on file in the office of the City Engineer, Transportation Division, be and the same is hereby accepted.

Section 3. That the plat titled WAGGONER TRACE SECTION 2 PART 3 on file in the office of the City Engineer, Transportation Division, be and the same is hereby accepted.

Section 4. That this ordinance shall take effect and be in force from and after the earliest period allowed by law. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0884-2006

Drafting Date: 05/02/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: Section 3709.08 of the Ohio Revised Code permits a city constituting a city health district to enter into a contract with another city constituting a city health district to provide public health services for its citizens. The City of Worthington has elected to enter into a contract with the Columbus Health Department in the amount of $25,298 to provide public health services. Under the contract, Worthington reimburses the Health Department for all direct and indirect costs incurred. Emergency action is requested in order to ensure timely reimbursement to the City.

FISCAL IMPACT: Expenditures and revenues to provide these services are budgeted in the 2006 Health Special Revenue Fund, Fund No. 250.

Title To authorize the Columbus Health Department to enter into a revenue contract with the City of Worthington for the provision of public health services in the amount of $25,298, and to declare an emergency. ($25,298)

Body WHEREAS, Section 3709.08 of the Ohio Revised Code permits a city constituting a city health district to enter into a contract with another city constituting a city health district to provide public health services for its citizens; and,

WHEREAS, the City of Worthington has a need to provide various public health services for its citizens; and,

WHEREAS, the City of Worthington has approved a contract with the City of Columbus for the provision of various public health services; and,

WHERAS, an emergency exists in the usual daily operation of the Columbus Health Department in that it is immediately necessary to enter into a revenue contract with the City of Worthington for the immediate preservation of the public health, peace, property, safety and welfare; Now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Columbus Health Department is hereby authorized to enter into a revenue contract for the provision of various public health services for the City of Worthington in the amount of $25,298 through the period ending December 31, 2006.

SECTION 2. That for reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is declared

Columbus City Bulletin (Publish Date 05/27/06) 141 of 243 to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0886-2006

Drafting Date: 05/02/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation Sound compensation practices recommend periodic reviews (every 3-5 years) of pay plans to ensure that pay remains competitive and that the pay grade assignments for classifications are related to the value of the job in the market. This is the first MCP market analysis conducted since the Hay project was implemented in 2001.

The staff of the Department of Human Resources followed a methodology that emphasized market while still considering internal equity. This is the same approach that was taken in the development of the new CMAGE/CWA pay plan that was implemented in December, 2004.

Results of the analysis indicate that overall the MCP pay remains competitive. Pay grade assignments for 72% of the classifications remain unchanged. Pay grade assignments for 25% of the classifications increased one pay grade. The remaining 3% varied.

Although there will be pay grade changes to some classifications, there is no budget impact to this initiative. Its purpose is to ensure that the range of pay available for a classification is related to the value of the job in the market. This helps the City to recruit and retain quality employees.

This legislation recommends a 3% movement to the MCP pay structures, effective May 21, 2006, and it reflects the changes in pay grade assignments referenced above.

Additionally, it is recommended that changes be made in the disability program language so there is consistent application of benefits with bargaining units who have the disability benefit. The recommended changes will not result in a decrease in this benefit for employees covered by the MCP.

Finally, it is recommended that the classifications of Assistant Director (Asset Management) (U) and Assistant Director (Regulatory Compliance) (U) not be eligible for vacation and sick leave, consistent with other assistant/deputy director classifications in the unclassified service.

Title To amend Ordinance No. 2944-1999, as amended, by amending Sections 4, Compensation Plan; 5, Classifications and Assigned Rates of Pay; 12(H), Vacation Leave for Certain City Officials; 14(T), Sick Leave for Certain City Officials; and 15, Disability Program; and to declare an emergency.

Body WHEREAS, in order to remain competitive with pay and pay grade assignments, the classifications covered by the Management Compensation Plan (MCP) were reviewed compared to market and internal equity; and

WHEREAS, this is the first time since 2001 that pay grade assignments have been reviewed; and

WHEREAS, the type of review conducted ensures that the range of pay for a classification is related to the value of the job in the market which helps the City to recruit and retain quality employees; and

Columbus City Bulletin (Publish Date 05/27/06) 142 of 243 WHEREAS, it is recommended that the pay structure increase by 3%; and

WHEREAS, it is recommended that the disability program language be revised in order to provide for consistent application among covered employees; and

WHEREAS, it is recommended that the classifications of Assistant Director (Asset Management (U) and Assistant Director (Regulatory Compliance) (U) not be eligible for vacation and sick leave accruals consistent with other assistant/deputy director classifications in the unclassified service; and

WHEREAS, an emergency exists in the usual daily operation of the City in that it is immediately necessary to amend the MCP thereby preserving the public health, peace, property, safety and welfare; Now, Therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

(Please see attachment)

Legislation Number: 0887-2006

Drafting Date: 05/02/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThe construction inspection section of the Transportation Division utilizes the services of a private sector engineering firm or testing laboratory to perform specialized tests and/or augment its in-house testing capabilities. Formal competitive proposals were solicited and received on February 17, 2006, from five consultants: Barr and Prevost Engineering; BBC&M Engineering; CTL Engineering, Incorporated; DLZ Ohio, Incorporated; and Resource International. An interdepartmental review committee reviewed all aspects of the proposals and recommended that negotiations commence with Resource International with the intent of establishing a one-year contract (with renewal options). This ordinance authorizes the Public Service Director to enter into a new contract for construction materials testing and inspection services for the Transportation Division with Resource International, Incorporated, in an amount of up to $350,00.00. Resource International, Incorporated's contract compliance number is 31-0669793 and expires July 29, 2008.

Fiscal Impact: The division budgeted $350,000.00 in its 2006 Development Services Fund budget for this construction materials testing and inspection services contract. The Division has spent a similar amount annually for these services over the years, with different contractors, with some variation due to the division's inspection volume and types of jobs requiring inspection. A one (1) year $300,000.00 contract with Resource International, Incorporated, for this purpose was authorized by Ordinance 0656-2003, passed by City Council April 28, 2003. This contract contained two (2) one-year renewal options that could be exercised by mutual consent. The contract was extended for the period April 1, 2004 through March 31, 2005 and increased by $350,000.00 by Ordinance 0613-2004 passed by Council April 26, 2004. The contract was again extended for the period April 1, 2005 through March 31, 2006 and increased by $125,000.00 by Ordinance 0071-2005 passed by Council February 7, 2005. Finally, the contract was extended for the period April 1, 2006 through May 31, 2006 with no increase in its dollar authorization by Ordinance 0537-2006 passed by Council April 3, 2006.

Emergency legislation is requested so that the contract can take effect as soon as practical. The existing agreement with Resource International, Incorporated, expires May 31, 2006.

Columbus City Bulletin (Publish Date 05/27/06) 143 of 243 construction materials testing and inspection services for the Transportation Division; to authorize the expenditure of $350,000.00 or so much thereof as may be needed from the Development Services Fund; and to declare an emergency. ($350,000.00)

BodyWHEREAS, the current contract for construction materials testing and inspection services expires on May 31, 2006; and

WHEREAS, proposals were solicited and five were received on February 17, 2006, for a new construction materials testing and inspection services contract; and

WHEREAS, an evaluation committee determined that the proposal submitted by Resource International, Incorporated, should serve as the basis for negotiations with the end result of establishing a contract to provide this service to the Transportation Division for the period June 1, 2006, through March 31, 2007, and

WHEREAS, an emergency exists in the usual daily operation of the Public Service Department, Transportation Division, in that it is immediately necessary to provide for construction materials testing and inspection services so as to prevent an interruption in the provision of these services due to the current contract expiring May 31, 2006, thereby preserving the public health, peace, property, safety and welfare; now, therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY COLUMBUS:

SECTION 1. That the Public Service Director be and hereby is authorized to enter into a contract with Resource International, Incorporated, 6350 Presidential Gateway, Columbus, Ohio 43231, for construction materials testing and inspection services in an amount of up to $350,000.00 for the period June 1, 2006 through March 31, 2007, inclusive.

SECTION 2. That this contract can be renewed for two (2) additional one-year periods upon the successful negotiation/renegotiation of contract terms and conditions.

SECTION 3. That the sum of $350,000.00 or so much thereof as may be needed be and hereby is authorized to be expended from Fund 240, the Development Services Fund, Department 59-09, Transportation Division, Object Level One Code 03, Object Level Three Code 3336 and OCA Code 599045 to pay the cost thereof.

SECTION 4. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0893-2006

Drafting Date: 05/03/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationBACKGROUND:

Need: To authorize and direct the Director of Finance and Management, to enter into contract with Leeds Precision Instruments, Inc. for the purchase of a LCF Firearms Microscope for examination of firearms evidence by the Division of Police Crime Lab Unit.

Bid Information: At the Association of Firearms and Toolmark Examiners meeting, criminalists from the City of Columbus Division of Police Crime Lab Unit examined and spoke with manufacturers on this type of equipment. Only this microscope was able to give the higher magnification needed and in addition only this scope was able to provide removal of the entire stage for large items in forensic comparison. Since the company is the sole manufacturer/distributor offering this unique type of microscope, this contract will be entered into in accordance with the sole source procurement

Columbus City Bulletin (Publish Date 05/27/06) 144 of 243 provisions. Negotiations were conducted with the company to obtain the best possible pricing for the City of Columbus Division of Police. The contract with Leeds Precision Instruments, Inc. will cost $64,354.00.

This company is not debarred according to the Federal excluded parties listing or prohibited from being awarded a contract according to the Auditor of State unresolved findings for recovery certified search.

Contract Compliance No: 41-1560082

Emergency Designation: Emergency legislation is requested in order to expedite delivery of equipment for a forensic study beginning June 1, 2006.

FISCAL IMPACT

$70,000.00 has been budgeted for this purchase through the FY2005 Paul Coverdell National Forensic Sciences Improvement Act and appropriated to the General Government Grant Fund.

Title To authorize and direct the Director of Finance and Management, to enter into contract with Leeds Precision Instruments, Inc., in accordance with the Sole Source procurement; to authorize the expenditure of $64,354.00 from the General Government Grant Fund; and to declare an emergency. ($64,354.00)

Body WHEREAS, the City of Columbus Division of Police criminalists examined several types of comparison microscopes for forensic use; and

WHEREAS, Leeds Precision Instruments, Inc. was the only manufacturer to give higher magnification and the ability to view large items for forensic comparison; and

WHEREAS, this purchase was budgeted in the General Government Grant Fund; and

WHEREAS, Leeds Precision Instrument, Inc. is the sole manufacturer and sole distributor of this microscope; and

WHEREAS, it is in the best interest of the City to enter into this contract in accordance with provisions of Section 329-07c (Sole Source) of the Columbus City Codes, 1959; and

WHEREAS, emergency legislation is needed in order to expedite delivery for a forensic study to begin in June 2006; and

WHEREAS, an emergency exists in the usual daily operation of the Division of Police, Department of Public Safety, in that it is immediately necessary to enter into contract for the purchase of a LCF Firearms Microscope with Leeds Precision Instruments, Inc. thereby preserving the public peace, property, health, safety and welfare; now therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS

Section 1. That the Director of Finance and Management, be and is hereby authorized and directed to enter into contract with Leeds Precision Instruments, Inc., for the purchase of a LCF Firearms Microscope for the Crime Lab Unit of the Division of Police.

Section 2. That the expenditure of $64,354.00 or so much thereof as may be needed, be and the same is hereby authorized as follows:

DEPT: 30-03 | FUND: 220 | OBJ LEV 1: 06 | OBJ LEV 3: 6697 | OCA: 335032

Section 3. That said contract shall be awarded in accordance with provisions of Section 329.07c (Sole Source) of the Columbus City Code, 1959.

Columbus City Bulletin (Publish Date 05/27/06) 145 of 243 Section 4. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0899-2006

Drafting Date: 05/04/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation The City of Columbus, Public Service Department, Transportation Division, received a request from Jeffrey L. Brown, Esq., on behalf of Pizza Hut of America, Inc., asking that the City sell them that right-of-way identified as the unimproved alley north of Stewart Avenue from Parsons Avenue to the alley east thereof. Sale of this right-of-way will allow for property consolidation and provide enough area to allow for the development of a new store. Per current Transportation Division practice, comments were solicited from interested parties, including City departments, private utilities and applicable area commissions, before it was determined that there would be no adverse impact to the City upon transfer of this right-of-way. The Department of Law, Real Estate Division, established a total value of $1,843.63 for this right-of-way. The Land Review Commission voted to recommend that this right-of-way be transferred to Pizza Hut of America, Inc., for the value established by the Real Estate Division.

Fiscal Impact: The City will receive a total of $1,843.63, to be deposited in Fund 748, Project 537650, as consideration for the transfer of the requested right-of-way.

Emergency Justification: Design work for the proposed redevelopment of this site is ongoing and emergency action is requested to allow the construction of the new facility to proceed immediately upon transfer of this excess right-of-way.

Title To authorize the Director of the Public Service Department to execute those documents required to transfer that right-of-way identified as the unimproved alley north of Stewart Avenue from Parsons Avenue to the alley east thereof to Pizza Hut of America, Inc., for a total of $1,843.63, to waive the competitive bidding provisions of Columbus City Codes and to declare an emergency.

Body WHEREAS, the City of Columbus, Public Service Department, Transportation Division, received a request from Jeffrey L. Brown, Esq., on behalf of Pizza Hut of America, Inc., asking that the City sell them that right-of-way identified as the unimproved alley north of Stewart Avenue from Parsons Avenue to the alley east thereof; and

WHEREAS, sale of this right-of-way to Pizza Hut of America, Inc., will allow for property consolidation and will provide enough area to allow for the development of a new store; and

WHEREAS, per current Transportation Division practice, comments were solicited from interested parties, including City departments, private utilities and applicable area commissions, before it was determined that there would be no adverse impact to the City upon transfer of this excess right-of-way; and

WHEREAS, a value of $1,843.63 was established for this right-of-way by the Department of Law, Real Estate Division; and

WHEREAS, the Land Review Commission voted to recommend that this right-of-way be transferred to Pizza Hut of America, Inc., for a total of $1,843.63; and

WHEREAS, an emergency exists in the usual daily operation of the Public Service Department, Transportation Division, in that it is immediately necessary to authorize the Director to execute those documents necessary to transfer this excess right-of-way to Pizza Hut of America, Inc., without delay so that construction of the proposed new facility can proceed as

Columbus City Bulletin (Publish Date 05/27/06) 146 of 243 currently scheduled for the preservation of the public health, peace, property, safety and welfare; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the Director of the Public Service Department be and is hereby authorized to execute quit claim deeds and other incidental instruments prepared by the Department of Law, Real Estate Division, necessary to transfer the following described right-of-way to Pizza Hut of America, Inc., for $1,843.63; to-wit:

Situated in the City of Columbus, County of Franklin, State of Ohio, and known as all of a 7 foot alley between Parsons Avenue (60 feet wide) and Lisle Alley (20 feet wide) as shown on the plat of L.D. Davies Subdivision as recorded in Plat Book 4, Page 83 of said Franklin County's records, and being further bounded and described as follows: Commencing at the northwest corner of Lot 1 in said L.D. Davies Subdivision and at the intersection of the east right of way line of said Parsons Avenue and the south right of way line of said 7 foot alley, said point also being the True Place of Beginning of the parcel of land hereinafter described, thence clockwise along the following four (4) courses and distances: 1) Thence N 3°38'19" E for a distance of 7.00 feet to the southwest corner of Lot 367 of Blesch and Kremers Subdivision as recorded in Plat Book 4, Page 307 and the intersection of the east right of way line of said Parsons Avenue and the north right-of-way line of said 7 foot alley; 2) Thence with the south line of said Lot 367 and the north right-of-way line of said 7 foot alley, S 86°19'32" E for a distance of 120.00 feet to the southeast corner of said Lot 367 and the intersection of the north right of way line of said 7 foot alley and the west right of way line of said Lisle Alley; 3) Thence S 3°38'19" W for a distance of 7.00 feet to a 5/8" rebar with "GPD" cap set on the south right of way line of said 7 foot alley and on the north line of said Lot 1; 4) Thence with the south right of way line of said 7 foot alley and the north line of said Lot 1, N 86°19'32" W for a distance of 120.00 feet to the True Place of Beginning and containing 0.0193 of an acre (840 sq. ft.) of land, more or less, as surveyed under the supervision of James E. Karing, PS Number 7539, for GPD Associates, in November of 2005. Basis of Bearings is State Plane Grid North, Ohio North Zone, NAD 1983.

Section 2. That the above referenced real property shall be considered excess road right-of-way and the public rights therein shall terminate upon the Director's execution and delivery of said quit claim deed to the grantee thereof.

Section 3. That the $1,843.63 to be received by the City as consideration for the sale of this right-of-way shall be deposited in Fund 748, Project 537650.

Section 4. That this Council has determined it is in the best interest of the City of Columbus to allow these rights-of-way to be transferred without requiring competitive bidding and hereby waives the competitive bidding provision of Columbus City Codes (1959) Revised, Section 329.25 with regards to the transfer of these properties.

Section 5. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after its passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0901-2006

Drafting Date: 05/04/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation

Columbus City Bulletin (Publish Date 05/27/06) 147 of 243 BACKGROUND:

Need: An appropriation of $1,160,293.00 is needed from the unappropriated balance of the Federal, State and Mandatory Law Enforcement Contraband/Seizure Funds for the Division of Police. Funds were received from seized and forfeited property and must be used solely for law enforcement purposes as specified in Ordinance 1850-85. These funds are needed to purchase various services, supplies, and equipment.

BID INFORMATION: N/A

CONTRACT COMPLIANCE NUMBER: N/A

EMERGENCY DESIGNATION: Emergency legislation is requested so as to provide funding for maintenance contracts and travel and training expenses.

FISCAL IMPACT:

Since these funds to be appropriated are from the Law Enforcement Contraband Seizure Funds, there will be no effect on the financial status of the General Fund.

Title To authorize an appropriation of $1,160,293.00 from the unappropriated balance of the Law Enforcement Contraband Seizure Fund to the Division of Police, to purchase equipment, supplies, and services; and to declare an emergency. ($1,160,293.00) Body WHEREAS, monies were received from seized and forfeited property; and

WHEREAS, funds received from these forfeitures must be solely used for law enforcement purposes as specified in Ordinance #1850-85; and

WHEREAS, an emergency exists as it is immediately necessary to appropriate funds in the Law Enforcement Contraband Seizure Funds in order to purchase supplies, services, and equipment for the Division of Police for the preservation of public health, peace, property, safety and welfare; now therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS

Section 1. That from the unappropriated monies in the Law Enforcement Contraband Seizure Fund, Fund No. 219, and from all monies estimated to come into said fund from any and all sources and unappropriated for any other purpose during the fiscal year ending December 31, 2006 the sum of $1,160,293.00 is appropriated to the Division of Police, #30-03, as follows:

STATE SEIZURE

OBJ LEVEL 1 OBJ LEVEL 3 OCA AMOUNT

02 2140 301838 13,806.00 02 2193 301838 165,579.00 02 2206 301838 6,750.00 02 2213 301838 4,000.00 02 2215 301838 24,000.00 02 2221 301838 1,846.00 02 2224 301838 13,099.00 02 2244 301838 1,199.00 02 2290 301838 9,517.00 03 3331 301838 35,000.00

Columbus City Bulletin (Publish Date 05/27/06) 148 of 243 03 3336 301838 80,000.00 03 3352 301838 1,800.00 03 3372 301838 75,000.00 05 5513 301838 20,000.00 06 6640 301838 33,000.00 06 6649 301838 24,000.00 06 6697 301838 50,000.00

TOTAL $558,596.00

MANDATORY DRUG FINES

OBJ LEVEL 1 OBJ LEVEL 3 OCA AMOUNT

02 2193 300459 35,420.00 02 2221 300459 8,000.00 06 6643 300459 10,050.00

TOTAL $53,470.00

FEDERAL SEIZURE

OBJ LEVEL 1 OBJ LEVEL 3 OCA AMOUNT

02 2140 300988 7,950.00 02 2193 300988 20,000.00 02 2194 300988 4,620.00 02 2206 300988 13,500.00 02 2213 300988 5,994.00 02 2215 300988 89,912.00 02 2221 300988 24,460.00 02 2224 300988 64,602.00 02 2245 300988 40,054.00 03 3330 300988 20,000.00 03 3331 300988 8,800.00 06 6640 300988 6,300.00 06 6643 300988 139,035.00 06 6651 300988 7,000.00 06 6697 300988 96,000.00

TOTAL $548,227.00

Section 2. That the monies appropriated in the foregoing Section 1 shall be paid upon order of the Public Safety Director and that no order shall be drawn or money paid except by voucher, the form of which shall be approved by the City Auditor.

Section 3. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Columbus City Bulletin (Publish Date 05/27/06) 149 of 243 Legislation Number: 0910-2006

Drafting Date: 05/05/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: This ordinance is submitted to settle the lawsuit known as Mark Cramblit, et al. v. City of Columbus, et al., United States District Court, Southern District of Ohio, Eastern Division, Case No. C2-05-301 in the amount of $150,000.00.

FISCAL IMPACT: Funds are available for this settlement that will cost $150,000.00.

Title To authorize and direct the City Attorney to settle the lawsuit of Mark Cramblit, et al. v. City of Columbus, et al., United States District Court, Southern District of Ohio, Eastern Division, Case No. C2-05-301, to authorize the expenditure of $150,000.00, and to declare an emergency.

BodyWHEREAS, the City of Columbus has had a Mandatory Comprehensive Physical Examinations program that was developed in an effort to provide a safe work place for employees who were exposed to pathogens; and

WHEREAS, the City disciplined Mark Cramblit, Robert Paul Askins, Carl Glick, and Tim Ferguson for refusal to submit to such physical examinations; and

WHEREAS, it is in the best interests of the City to settle this case for $150,000.00; and

WHEREAS, by reason of the foregoing an emergency exists in the usual daily operations of the City and it would be to the City's best interest to compromise and settle this matter and for further preservation of the public health, peace, property, safety and welfare, now therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the City Attorney be and hereby is authorized and directed to settle the lawsuit of Mark Cramblit, et al. v. City of Columbus, et al., United States District Court, Southern District of Ohio, Eastern Division, Case No. C2-05-301, by the payment of $150,000.00 as a reasonable and fair amount in the best interests of the City of Columbus and by the execution of any and all documents necessary to effectuate this settlement.

Section 2. That for the purposes of paying this settlement, there be and hereby is authorized to be expended by the Department of Pubic Utilities, Division of Sewerage and Drainage, Fund 650, Division No. 60-05, OCA Code 605006, Object Level One 01, Object Level Three 1101, the sum of $5,833.12 plus benefits and costs, Object Level One 03, Object Level Three 3324, the sum of $104,166.88, Object Level One 05, Object Level Three 5569, the sum of $40,000.00.

Section 3. That the City Auditor is authorized and directed to draw warrants upon the City Treasurer, upon receipt of vouchers and releases approved by the City Attorney, as follows:

Amount Payee Classification $10,000.00 Mark Cramblit personal injuries $10,000.00 Robert Paul Askins personal injuries

Columbus City Bulletin (Publish Date 05/27/06) 150 of 243 $10,000.00 Carl Glick personal injuries $10,000.00 Tim Ferguson personal injuries $ 2,421.60 plus all employment related costs/benefits Mark Cramblit retroactive wages $ 1,243.52 plus all employment related costs/benefits Robert Paul Askins retroactive wages $ 2,168.00 plus all employment related costs/benefits Carl Glick retroactive wages $58,083.44 Mike Moore attorney fees/expenses $46,083.44 Jami Oliver attorney fees/expenses

Section 4. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0916-2006

Drafting Date: 05/08/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation This ordinance authorizes the City Attorney to enter into the second year of a two year flat-fee contract with LexisNexis, a division of Reed-Elsevier, Inc., for the provision of on-line legal research services. This provider was selected by the City Attorney, following the recommendation of a staff committee that reviewed and evaluated the proposals offered by both Westlaw and LexisNexis. The monthly flat fee includes $4704.00 for research materials and charges used by all attorneys and $128.00 for access to labor law materials used only by the Labor Section.

Fiscal impact: The cost of this contract for the period of 06/01/06 through 05/31/07 will be $57,984.00.

Federal ID 52-1471842-010

Title To authorize the City Attorney to enter into the second year of a two year flat-fee contract with LexisNexis for the provision of on-line legal research services, to authorize the expenditure of Fifty-Seven Thousand Nine Hundred Eighty-Four Dollars ($57,984.00), to waive the competitive bidding requirements of Chapter 329 of the Columbus City Codes, and to declare an emergency. ($57,984.00)

Body WHEREAS, the City Attorney's Office would like to enter into the second year of a two yuear contract with LexisNexis, a division of Reed0-Elsevier, Inc. for on-line legal research services; and

WHEREAS, the City Attorney's Office has selected a subscription package which provides the required services for a monthly flat fee rate of $4,832.00 for June 1, 2006 through May 31, 2007; and

WHEREAS, the solicitation of proposals for like-kind services satisfies the intent of the competitive procurement requirements of Chapter 329, Columbus City Codes; and

WHEREAS, the City Attorney's Office requests and recommends the waiver of the competitive bidding requirements of Chapter 329, Columbus City Codes, and

WHEREAS, an emergency exists in the usual daily operation of the City Attorney's Office in that it is immediately necessary to approve this contract to ensure uninterrupted availability of necessary on-line legal research services at an economical flat-fee rate, thereby preserving the public health, peace, property, safety, and welfare; now, therefore,

Columbus City Bulletin (Publish Date 05/27/06) 151 of 243 BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS, OHIO:

SECTION 1. That the City Attorney be and hereby is authorized to enter into the second year of a two-year contract with LexisNexis, a division of Reed Elsevier, Inc., for on-line legal research services.

SECTION 2. That City Council deems it to be in the best interest of the City to waive the provisions of Chapter 329 of Columbus City Codes pertaining to competitive bidding and the same are hereby waived for the purposes of entering into this contract.

SECTION 3. That the sum of Fifty-Seven Thousand Nine Hundred Eighty-Four Dollars ($57,984.00), or so much thereof as may be necessary is hereby authorized to be expended to pay the cost of said contract from: Department 2401, General Fund 010, OCA Code 240101, Object Level One 03, Object Level Three 3332.

SECTION 4. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0922-2006

Drafting Date: 05/09/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation Need: The Division of Police, Department of Public Safety needs to purchase unmarked police vehicles for the Mayor's Summer Safety Initiative Project. The goal is to expedite these purchases so the vehicles will be available immediately for use by the Division of Police by June 2006.

Bid Information: There will be an evaluation process completed by a committee from the Division of Police, Fleet Management Division and Department of Finance and Management to determine the vehicle purchase and supplier. Based on pricing, type of vehicle and availability several dealerships (suppliers) will be used to obtain the maximum number of vehicles in a timely fashion.

Contract Compliance: N/A

FISCAL IMPACT:

Funding has been identified in the General Fund and this ordinance authorizes the transfer from Object Level 10 to Object Level 06 in the General Fund.

Emergency Designation: Emergency legislation is requested so the vehicles will be ready for the Mayor's Summer Safety Initiative Project to begin June 2006.

Title To authorize and direct the Director of Finance and Management to enter into contracts for purchase of unmarked police vehicles for Mayor's Summer Safety Initiative Project, to waive the provisions of competitive bidding; and to authorize the transfer and expenditure of $168,675.00 from the General Fund for the Division of Police; and to declare an emergency. ($168,675.00)

Body WHEREAS, the Division of Police, Department of Public Safety, needs to purchase unmarked police vehicles by June 2006 for the Mayor's Summer Safety Initiative Project; and

Columbus City Bulletin (Publish Date 05/27/06) 152 of 243 WHEREAS, all purchases of vehicles will be conducted by a committee comprised of Division of Police, Division of Fleet Management and Department of Finance and Management; and

WHEREAS, the funding source for this purchase will come from a transfer within the General Fund; and

WHEREAS, it is necessary to waive the provisions of Section 329.06 of the Columbus City Code to expedite delivery of unmarked police vehicles by June 2006; and

WHEREAS, an emergency exists in the usual daily operations of the Division of Police in that it is immediately necessary to authorize the Director of Finance and Management to enter into various contracts for the purchase of unmarked police vehicles, thereby preserving the public health, peace, property, safety, and welfare; now therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the Director of Finance and Management be and is hereby authorized to enter into contracts for the purchase of unmarked police vehicles for Mayor's Summer Safety Initiative Project.

Section 2. That in accordance with Section 329.27 of Columbus City Codes, this Council finds it is in the best interest of the City of Columbus to waive the provisions of Section 329.06 of the Columbus City Codes to permit the aforementioned purchases.

Section 3. That the City Auditor is hereby authorized to transfer $168,675.00 within the General Fund for the Division of Police, Fund No. 010, Division of Police, 30-03, as follows:

FROM: OCA Code: 900076| OL1: 10 | OL3: 5501| $168,675.00

TO: OCA Code: 301580| OL1: 06 | OL3: 6650| $168,675.00

Section 4. That City Council recognizes that this ordinance does not identify the vendor/contractor with whom the contracts will be awarded. City Council understands that by adopting this ordinance the final decision regarding the purchase of unmarked police vehicles is being left to the determination of the committee from the Division of Police, Fleet Management Division and Department of Finance and Management. Due to timing factors City Council is satisfied that it is in the best interests of the City to both authorize and delegate that final contracting decision to the Director of Finance and Management.

Section 5. That the expenditure of $168,675.00 from the Division of Police, Division No. 30-03, OCA Code 301580, Object Level One 06, Object Level Three 6650 or so much thereof as may be needed, be and same is hereby authorized.

Section 6. That for reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0926-2006

Columbus City Bulletin (Publish Date 05/27/06) 153 of 243 Drafting Date: 05/10/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: This legislation releases the recorded interest of the City of Columbus in the property at 1561 E. Fourth Avenue that secures an outstanding balance of $29,600.00 on a loan made by the City's Department of Trade and Development, now known as the Department of Development, to borrower Edith T. Hunter. Ms. Hunter is deceased and the property has been vacant for three years due to a previous fire. Her heir, Jerome Hunter, would like to sell the property to Arnold Calhoun, President, Genesis Second Chance. Genesis Second Chance would renovate the property to use as housing for ex-offenders or families of inmates who do not have housing. Mr. Calhoun requested forgiveness of the deferred loan from the City of Columbus in the amount of $29,600. The Auditor's website shows the value of the land to be $9,600.00. The purpose for the release of the City's interests is to enable to transfer of the property to further the purposes of the non-profit in providing social services and to eliminate a vacant and abandoned property bringing it back into usefulness.

Emergency action is requested in order to expedite the transfer of the property by to the non-profit.

FISCAL IMPACT: No funding is required for this legislation. There will be a $29,600.00 loss in accounts receivable for Community Development Block Grant Funds Housing Assistance Program Deferred Rehab Loan.

Title To authorize the Director of the Department of Development to release the recorded interest of the City of Columbus in the property located at 1561 E. Fourth Avenue; and to declare an emergency.

Body WHEREAS, the Department of Development has an outstanding loan balance totaling $29,600.00 to borrower Edith T. Hunter, for the rehabilitation of the property located at 1561 E. Fourth Avenue, Columbus, Ohio; and

WHEREAS, in response to a request from Arnold Calhoun, President of Genesis Second Chance, a not-for-profit, 501c3, faith-based organization, the City wishes to release the loan; and

WHEREAS, the purpose for the release of the City's interests is to enable Genesis Second Chance to renovate the vacant and abandoned property to improve the house; and

WHEREAS, an emergency exists in the usual daily operation of the Department of Development, Housing Division, in that it is immediately necessary to authorize the Director of the Department of Development to release the recorded interest of the City of Columbus in 1561 E. Fourth Avenue that secures outstanding loan balance totaling $29,600.00 made by the City's Department of Development to borrower Edith T. Hunter in order to preserve the public health, peace, property, safety, and welfare. NOW, THEREFORE,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS

Section 1. That the Director of the Department of Development be and is hereby authorized to release the recorded interest of the City of Columbus in the property located at 1561 E. Fourth Avenue, Columbus, Ohio that secures outstanding loan balance totaling $29,600.00, made by the City's Department of Development to borrower Edith T. Hunter.

Columbus City Bulletin (Publish Date 05/27/06) 154 of 243 Section 2. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this Ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0929-2006

Drafting Date: 05/10/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

..Explanation Background: This legislation authorizes the Finance and Management Director to modify a professional services contract for the Facilities Management Division with eS Architecture and Development, Inc. for work which included the development of a plan to physically consolidate in one location within 757 Carolyn Avenue, appropriate employees from the Departments of Development, Public Service and Public Utilities into a single review location. This consolidation is the result of an extensive review of operations within the City of Columbus' s One Stop Shop Program by the Mayor. By bringing these teams together, the City will further streamline communications and operations and greatly improve efficiency and customer service.

This modification will provide $119,500.00 to enable eS Architecture and Development, Inc. to provide additional electrical engineering and schematic design/design development services, construction document development, bidding, and permitting assistance. Additional design services were necessary for two reasons. Initial indications are that there is not sufficient electrical capacity within 750 Piedmont Road to house additional employees, work stations, and equipment. Employees from the Housing Division, currently located at 757 Carolyn Avenue, are programmed to move to 750 Piedmont Road. This will free up space to allow for the consolidation of the plat and construction plans review staff in the Carolyn Avenue facility. The need for this electrical work was unknown when the project commenced. In addition, the original plan called for the relocation of the Code Enforcement staff from Carolyn Avenue to Piedmont Road. Due to recent changes in the both the Housing and Code Enforcement operations, including the expansion of Code Enforcement staff, it has become evident that moving the Housing Division staff will result in significantly less disruption to overall department, division, and section operations. This change has resulted in the need to redesign portions of the project. Even though the changes have resulted in increased design costs, it is believed that the project can be completed within the original budget. All pricing for increased work will remain consistent with original costs proposed in the original contract.

Ordinance No. 1521-2005, passed September 21, 2005, authorized the original contract. eS Architecture and Development, Inc was hired by the city to undertake a space needs study and produce a master plan for the use of core city facilities. The Carolyn/Piedmont complex was included in this original study. Because some documentation necessary to complete a successful consolidation had already been collected under the original contract, the Department modified the original contract to include the detailed, site specific, space programming and construction drawings, as well as construction administration necessary for the consolidation, through Ordinance No. 1820-2005, passed November 23, 2005.

Emergency action is requested so that the consolidation of the plans review staff within the City of Columbus' One Stop Shop Program and the corresponding improvements in efficiency and customer service can begin as soon as possible.

Fiscal Impact: Funding for the second modification totaling $119,500.00 is available in the Facilities Management Capital Improvement Fund. The amount of the original contract was $334,271.00; the first modification was $60,000.00; the total modified cost is $513,771.00. eS Architecture and Development, Inc. Contract Compliance Number 31-1448505, exp. 11/29/2007. Title To authorize the Finance and Management Director to modify a contract for the Facilities Management Division with eS

Columbus City Bulletin (Publish Date 05/27/06) 155 of 243 Architecture and Development, Inc. in order to develop a plan to physically consolidate, in one location within 757 Carolyn Avenue, appropriate employees from the Departments of Development, Public Service and Public Utilities' plat and construction plans review staff into a single review location, to authorize the expenditure of $119,500.00 from the Facilities Management Capital Improvement Fund, and to declare an emergency. ($119,500.00). Body WHEREAS, it is necessary for the Finance and Management Director to modify a space needs professional services contract in order to plan for the consolidation, in one location within 757 Carolyn Avenue, of employees from the Departments of Development, Public Service and Public Utilities' plat and construction plans review staff into a single review location, and

WHEREAS, the contract was originally authorized by Ordinance 1521-2005, passed September 21, 2005, and

WHEREAS, the contract was modified by Ordinance 1820-2005, passed November 23, 2005, and

WHEREAS, an emergency exists in the usual daily operation of the Finance and Management Department, Facilities Management Division, in that it is immediately necessary to authorize the Finance and Management Director to modify a contract with eS Architecture and Development, Inc. so that employees from the Departments of Development, Public Service and Public Utilities's plat and construction plans review staff can be consolidated into a single review location as soon as possible, thereby preserving the public health, peace, property, safety and welfare; now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director is hereby authorized to modify a contract with eS Architecture and Development, Inc. for a space study/facilities master plan, in order to develop a plan to consolidate, in one location within 757 Carolyn Avenue, appropriate employees from the Departments of Development, Public Service and Public Utilities's plat and construction plans review staff into a single review location.

SECTION 2. That the expenditure of $119,500.00, or so much thereof that may be necessary in regard to the action authorized in SECTION 1, be and is hereby authorized and approved as follows:

Division: 45-07 Fund: 733 Project: 570030 OCA Code: 450028 Object Level 1: 06 Object Level 3: 6601 Amount: $119,500.00

SECTION 3. That for reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the mayor neither approves or vetoes the same.

Legislation Number: 0930-2006

Drafting Date: 05/10/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: On December 14, 2005, Ordinance No. 2145-2005 passed, establishing authority for a contract between the Finance and Management Director and Miller Pavement Maintenance, Inc. for the renovation of various asphalt lots at Police Division locations. Miller Pavement Maintenance, Inc. was recently sold to Shelly Materials, Inc. This ordinance authorizes the assignment of all present and future business done by the City of Columbus relating to

Columbus City Bulletin (Publish Date 05/27/06) 156 of 243 purchase order EL005803 with Miller Pavement Maintenance, Inc., FIN 31-0831781, to Shelly Materials, Inc., FIN 31-1574851. The balance of purchase order EL005803 of $296,000.00, which was approved by City Council on December 14, 2005 by Ordinance No. 2145-2005, must be assigned to Shelly Materials, Inc. Shelly Materials, Inc. Contract Compliance Number 31-1574851, expiration 04/19/2008.

Emergency Action: Emergency action is requested so that Shelly Materials, Inc. may be paid in a timely fashion.

Fiscal Impact: No additional funds are needed for this assignment. Title To authorize the Finance and Management Director to assign to Shelly Materials, Inc., the contract represented by purchase order EL005803 with Miller Pavement Maintenance, Inc., and to declare an emergency. ($-0-) Body WHEREAS, the Finance and Management Department, Facilities Management Division is in contract with Miller Pavement Maintenance, Inc. for the renovation of asphalt at various Police Division locations, and

WHEREAS, Miller Pavement Maintenance, Inc., FIN 31-0831781, has sold its assets to Shelly Materials, Inc., FIN 31-1574851, and

WHEREAS, in order for the Finance and Management Department, Facilities Management Division to pay the new contractor at the time payment is due, it is necessary to assign all present and future business relating to purchase order EL005803 with Miller Pavement Maintenance, Inc. to Shelly Materials, Inc., including the balance of $296,000.00 encumbered on said purchase order, and

WHEREAS, an emergency exists in the usual daily operation of the Finance and Management Department, Facilities Management Division, in that it is immediately necessary to authorize the Finance and Management Director to make such an assignment, so that payments are properly made for this contract, thereby preserving the public health, peace, property, safety, and welfare; now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Finance and Management Director be and is hereby authorized to assign to Shelly Materials, Inc., all present and future City business relating to purchase order EL005803 with Miller Pavement Maintenance, Inc. and execute all documents necessary thereto.

SECTION 2. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0931-2006

Drafting Date: 05/10/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation Background: This ordinance will authorize the Director of Recreation and Parks to enter into a contract with the Columbus Zoological Park Association to provide transportation for children from Recreation and Parks' playgrounds to the Columbus Zoo and Aquarium.

The Columbus Zoo and Aquarium, through its Melvin B. Dodge Fund, will provide the following in-kind services.

Transportation $10,000.00

Columbus City Bulletin (Publish Date 05/27/06) 157 of 243 Admissions 1,500.00 Shirts 2,800.00 Novelties 1,500.00 TOTAL $15,800.00

Melvin Dodge is the former Director of Recreation and Parks for the City of Columbus and former Board Member of the Columbus Zoo. This program is called the 2006 Melvin B. Dodge Summer Zoo Days.

This special summer program will serve thirty city playgrounds and transport approximately 1,500 playground participants to the Zoo in 2006.

Emergency action is requested to be ready for the program to begin when playgrounds open.

Fiscal Impact: N/A

Title To authorize the Director of Recreation and Parks to enter into a contract with the Columbus Zoological Park Association to provide transportation, shirts and novelties for children from Recreation and Parks' playgrounds to the Columbus Zoo and Aquarium as a part of the 2006 Melvin B. Dodge Summer Zoo Days, and to declare an emergency.

Body WHEREAS, the Recreation and Parks Department wishes to have playground participants be a part of the 2006 Melvin B. Dodge Summer Zoo Days;and,

WHEREAS, an emergency exists in the usual daily operation of the Recreation and Parks Department in hat it is immediately necessary to enter into an agreement with the Columbus Zoological Park Association in order to begin program when playgrounds open; now, therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS

SECTION 1. That the Director of Recreation and Parks be and he is hereby authorized and directed to enter into an agreement with the Columbus Zoological Park Association for playground participants to be a part of the 2006 Melvin B. Dodge Summer Zoo Days.

SECTION 2. That the Columbus Zoological Park Association will provide $15,800.00 in-kind services for playground participants to be a part of the 2006 Melvin B. Dodge Summer Zoo Days.

SECTION 3. That for the reasons stated in he preamble hereto,which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0933-2006

Drafting Date: 05/10/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationBackground: In November of 1975, the City entered into a lease agreement with the County Commissioners of Franklin County Ohio ("County") for the Franklin County Court Building at 375 South High Street to

Columbus City Bulletin (Publish Date 05/27/06) 158 of 243 house the Municipal Court. The current lease as modified, automatically renews for an additional ten (10) years unless the City notifies the County in writing of its decision to terminate the lease no later than June 1, 2006. Discussions between City and County officials have indicated that it would be desirable, for planning purposes, to shorten the renewal term of the lease from 10 years to 5 years and to authorize such other changes as are mutually agreed upon to clarify conflicting language and to reflect allocation of common and maintenance expens Title To authorize the Director of the Department of Finance and Management to execute a "Tenth Modification of Lease" to shorten the renewal term for the Franklin County Municipal Court Building, from ten years to 5 years and to authorize such other changes as are mutually agreed upon to clarify conflicting language and to reflect allocation of common and maintenance expenses and to declare an emergency.

Body WHEREAS, in November of 1975, the City entered in a lease agreement with the County Commissioners of Franklin County Ohio ("County") for the Franklin County Municipal Court Building at 375 S. High Street to house the Municipal Court; and

WHEREAS, the current lease as previously modified, automatically renews for an additional ten (10) years unless the City notifies the County in writing of its decision to terminate the lease no later than June 1, 2006; and

WHEREAS, discussions between City and County officials have indicated that it would be desirable, for planning purposes, to shorten the renewal term of the lease from 10 years to 5 years; and

WHEREAS, an emergency exists in the usual daily operation of the City of Columbus, in that it is immediately necessary to authorize the Director of the Department of Finance and Management to execute a "Tenth Modification of Lease" and to shorten the length of the current lease of the Franklin County Municipal Court Building, from a 10 year term to a 5 year term, and to authorize such other changes as are mutually agreed upon to clarify conflicting language and to reflect allocation of common and maintenance expenses for the immediate preservation of the public health, peace, property and safety; now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the Director of the Department of Finance and Management be and hereby is authorized to execute a "Tenth Modification of Lease" necessary to shorten the renewal term under the lease between Franklin County and the City for the Franklin County Municipal Court Building from ten (10) years to five (5) years and to authorize such other changes as are mutually agreed upon to clarify conflicting language and to reflect allocation of common and maintenance expenses and to declare an emergency.

Section 2. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0939-2006

Drafting Date: 05/11/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND: This authorized strength ordinance changes the name of two divisions within the Department of Public Utilities. The Electricity Division will now be called Power and Water (Electricity) and the Water Division will be called Power and Water (Water). This change is necessary to complement the previous authorized strength change which

Columbus City Bulletin (Publish Date 05/27/06) 159 of 243 consolidated the fiscal, human resources, public information and regulatory support services within the Department of Public Utilities Director's Office and moved office and field customer services to the Division of Operational Support.

This authorized strength ordinance also increases strength within Department of Human Resources by one part-time position. This position will be funded through Other City Sanctioned Funds (Employee Benefits). Financial monitoring and analysis is essential to the Department of Human Resources management. This position will manage fiscal, budgeting, purchasing, performance and all financial matters supporting the Human Resources Department.

Another authorized strength change included within this ordinance is switching one full-time other sanctioned fund position to part-time within the Public Service Department, Fleet Management Division.

The personnel levels for all other city agencies remain unchanged and as presented in the last strength ordinance (0674-2006).

FISCAL IMPACT: No increase in overall department funding is requested.

EMERGENCY: Emergency action is needed for this ordinance to allow the name change within the Public Utilities Department and to allow Human Resources to complete the hiring process before the retirement of their Office Manager.

Title To establish a new authorized strength ordinance for various city divisions; to repeal ordinance 0674-2006, and to declare an emergency.

Body WHEREAS, this authorized strength ordinance changes the name of two divisions within the Department of Public Utilities, and

WHEREAS, this authorized strength ordinance also increases strength within Department of Human Resources by one part-time position, and

WHEREAS, this ordinance changes one full-time other sanctioned fund position to part-time within the Public Service Department, Fleet Management Division

WHEREAS, an emergency exists in the usual daily operation of the City of Columbus in that it is immediately necessary to establish a new authorized strength ordinance, to properly align the authorized strength for departments and divisions with budget authority and to reflect various needs within the city, to provide for the efficient operation of the city, and for the immediate preservation of the public health, peace, property, safety and welfare; Now, Therefore

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS

SECTION 1. That pursuant to Section 14, of the City Charter, the maximum number of officers and employees authorized to be employed within the various Departments, Boards and Offices of the City and hereby fixed and established as follows:

Refer to attachment ORD0939-2006strength.xls

The foregoing positions authorized include all positions within each department, division, board, office or commission, whether appointed or elected except the members of any board or commission authorized by charter or ordinance.

No Appointing Authority shall appoint full-time or part-time personnel in excess of the maximum permitted by this ordinance unless authorized by ordinance of City Council.

SECTION 2. Such of the positions within the Division of Fire as the Director of Public Safety and Fire Chief shall designate, shall be within the uniformed ranks and all other positions therein shall be deemed civilian positions, provided

Columbus City Bulletin (Publish Date 05/27/06) 160 of 243 there shall not be in excess of five (5) Fire Assistant Chiefs and there shall not be in excess of four (4) Fire Deputy Chiefs; as a normal complement in excess of thirty-four (34) Fire Battalion Chiefs nor as a temporary complement in excess of thirty-five (35) Fire Battalion Chiefs at any one time; fifty-six (56) Fire Captains nor as a temporary complement in excess of fifty-nine (59) Fire Captains at any one time; one (1) Fire Chief; and one-hundred ninety six (196) Fire Lieutenants. The complements of fire captains and fire lieutenants are intended to be temporary, subject to review and change at any time.

Such of the positions within the Division of Police as the Director of Public Safety and the Police Chief shall designate , shall be within the uniformed ranks and all other positions therein shall be deemed civilian positions, provided there shall not be, as a normal complement, in excess of eighteen (18) Police Commanders nor as a temporary complement in excess of nineteen (19) Police Commanders at any one time; one (1) Police Chief; in excess of, as a normal complement five (5) Police Deputy Chiefs nor as a temporary complement in excess of six (6) Police Deputy Chiefs at any one time; in excess of, as a normal complement, fifty-five (55) Police Lieutenants nor as a temporary complement; in excess of fifty-seven (57) Police Lieutenants at any one time; in excess of, as a normal complement; two hundred twenty-four (224) Police Sergeants nor as a temporary complement in excess of two hundred twenty-nine (229) Police Sergeants at any one time.

SECTION 3. Temporary appointments are not subject to the authorized strength ordinance. Additionally, limited appointments made to cover full-time and part-time employees on authorized leave (injury, disability or military leave) are not subject to the authorized strength ordinance.

SECTION 4. That Ordinance No. 0674-2006 and all other ordinances relative to the authorization of employees for any department, division, board or commission and all other ordinances in conflict herewith be and the same are hereby repealed.

SECTION 5. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.

FOOTNOTES: Previous authorized strength levels. Refer to attachment ORD0939-2006previousstrengthfootnote.xls

Legislation Number: 0947-2006

Drafting Date: 05/12/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Explanation BACKGROUND This ordinance authorizes the Administrative Judge of the Franklin County Municipal Court to enter into contract and to expend an amount up to $42,500 with Southeast, Inc. for provision of case management services in connection with grants from the State of Ohio, Department of Alcohol and Drug Addiction Services (ODADAS) and the Alcohol, Drug and Mental Health Board of Franklin County (ADAMH) for the Court's mental health program docket. The chief program goal is to reduce recidivism by diverting mentally ill persons and persons with alcohol and drug issues to treatment through the mental health program docket.

The Franklin County Municipal Court, upon recommendation of the mental health program docket Judge has determined that Southeast, Inc. is the best suited agency to provide case management support for the Court's mental health program docket. Southeast, Inc. was a participant in the program's development and implementation and continues to offer ongoing participation.

Southeast, Inc. contract compliance number is 310940189.

FISCAL IMPACT Sufficient funds are budgeted and available for the contract case management services for the Court's mental health

Columbus City Bulletin (Publish Date 05/27/06) 161 of 243 program docket.

Emergency action is requested to allow the financial transaction to be posted in the city's accounting system as soon as possible. Up to date financial posting promotes accurate accounting and financial management.

Title To authorize and direct the Administrative Judge of the Franklin County Municipal Court to enter into contract with Southeast, Inc. for up to $42,500 for provision of case management support for the Court's mental health docket; to authorize the expenditure of an amount not to exceed $42,500 from the general government grant fund; and to declare an emergency. ($42,500.00)

Body WHEREAS, grants from the State of Ohio, Department of Alcohol and Drug Addiction Services have been awarded to assist in providing case management support for the Franklin County Municipal Court's mental health docket; and

WHEREAS, Southeast, Inc. has been determined by the Court to be the agency best suited to provide case management support for the mental health docket; and

WHEREAS, an emergency exists in the usual daily operation of the city, in that it is immediately necessary to authorize the contract and expenditures with Southeast, Inc. for continuation of enhanced services for the Court's mental health docket, thereby preserving the public health, peace, property, safety and welfare; Now, Therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Administrative Judge of the Franklin County Municipal Court be and is hereby authorized to enter into contract for an amount up to $42,500 with Southeast, Inc. for provision of contract case management support of the mental health docket for the period ending December 31, 2006.

SECTION 2. That this contract is awarded in accordance with Chapter 329.15 of the Columbus City Codes, 1959.

SECTION 3. That the expenditure of $42,500 or as much thereof as may be necessary is hereby authorized from the Franklin County Municipal Court, department number 2501, government grant fund, fund 220, grant number 256005, oca 256005, object level 1 - 03, object level 3 - 3336.

SECTION 4. That the expenditure authorized in the foregoing Section 2 shall be paid upon the order of the Administrative Judge of the Franklin County Municipal Court and that no order shall be drawn or money paid except by voucher, the form of which shall be approved by the City Auditor.

SECTION 5. That the City Auditor is authorized to make any accounting changes necessary to ensure that these transactions are properly accounted for and recorded accurately on the city's financial records.

SECTION 6. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0949-2006

Drafting Date: 05/12/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

Columbus City Bulletin (Publish Date 05/27/06) 162 of 243 BACKGROUND This ordinance authorizes the Administrative Judge of the Franklin County Municipal Court to enter into contract and to expend an amount up to $32,760 with National Alliance for the Mentally Ill Ohio (NAMI Ohio) for provision of a crime prevention specialist in connection with grants from the Franklin County Office of Criminal Justice Programs (CPEG) and Homeland Security and the Alcohol, Drug and Mental Health Board of Franklin County (ADAMH) for the Court's mental health program docket. The chief program goal is to reduce recidivism by diverting mentally ill persons and persons with alcohol and drug issues to treatment through the mental health program docket.

The Franklin County Municipal Court, upon recommendation of the mental health program docket Judge has determined that NAMI Ohio is the best suited agency to provide case management support for the Court's mental health program docket. NAMI Ohio was a participant in the program's development and implementation and continues to offer ongoing participation.

NAMI Ohio's contract compliance number is 311073968.

FISCAL IMPACT Sufficient funds are budgeted and available for the contract crime prevention specialist for the Court's mental health program docket.

Emergency action is requested to allow the financial transaction to be posted in the city's accounting system as soon as possible. Up to date financial posting promotes accurate accounting and financial management.

Title To authorize and direct the Administrative Judge of the Franklin County Municipal Court to enter into contract with National Alliance for the Mentally Ill Ohio for up to $32,760 for provision of a crime prevention specialist for the Court's mental health docket; to authorize the expenditure of an amount not to exceed $32,760 from the general government grant fund; and to declare an emergency. ($32,760.00)

Body WHEREAS, grants from the Franklin County Office of Criminal Justice Programs and Homeland Security and the Alcohol, Drug and Mental Health Board of Franklin County (ADAMH) have been awarded to assist in providing crime prevention support for the Franklin County Municipal Court's mental health docket; and

WHEREAS, National Alliance for the Mentally Ill (NAMI) Ohio has been determined by the Court to be the agency best suited to provide crime prevention support for the mental health docket; and

WHEREAS, an emergency exists in the usual daily operation of the city, in that it is immediately necessary to authorize the contract and expenditures with NAMI Ohio for continuation of enhanced services for the Court's mental health docket, thereby preserving the public health, peace, property, safety and welfare; Now, Therefore,

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the Administrative Judge of the Franklin County Municipal Court be and is hereby authorized to enter into contract for an amount up to $32,760 with NAMI Ohio for provision of contract crime prevention specialist support of the mental health docket for the period ending December 31, 2006.

SECTION 2. That this contract is awarded in accordance with Chapter 329.15 of the Columbus City Codes, 1959.

SECTION 3. That the expenditure of $32,760 or as much thereof as may be necessary is hereby authorized from the Franklin County Municipal Court, department number 2501, government grant fund, fund 220, grant number 257005, oca 257005, object level 1 - 03, object level 3 - 3336.

SECTION 4. That the expenditure authorized in the foregoing Section 2 shall be paid upon the order of the Administrative

Columbus City Bulletin (Publish Date 05/27/06) 163 of 243 Judge of the Franklin County Municipal Court and that no order shall be drawn or money paid except by voucher, the form of which shall be approved by the City Auditor.

SECTION 5. That the City Auditor is authorized to make any accounting changes necessary to ensure that these transactions are properly accounted for and recorded accurately on the city's financial records.

SECTION 6. That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Legislation Number: 0980-2006

Drafting Date: 05/19/2006 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThe 2006 City Budget includes funds to create summer internship opportunities for Columbus youth. These include $500,000 City Council added to the Jobs Growth Fund as part of its amendments; $100,000 in the Job Growth Fund in the Department of Development and $155,287 in the CDBG budget for Public Service for the SURF program Clean Teams. In order to coordinate usage of job money and realize the maximum benefit, it has been decided to consolidate funds under one agency- the Office of Education. This legislation authorizes the Director of the Office of Education to accept, appropriate and expend such funds from the Jobs Growth Fund for summer youth internship programs.

This action also helps the City secure outside contributions for similiar summer internship opportunities. The Central Ohio Workforce Investment Corporation (COWIC), which administers federal jobs money associated with the Workforce Investment Act, has agreed to allocate $382,000 as matching funds to the City. This legislation authorizes the Director of Education to accept, appropriate and expend a grant in the amount of $382,000 from the Central Ohio Workforce Investment Corporation.

Emergency action is requested for the following reasons: to allow the financial transaction to be posted in the City's accounting system as soon as possible, up to date financial posting promotes accuracte accounting and financial management and to maintain the summer youth internship program.

FISCAL IMPACT All funding identified herein is included in the approved City budget for 2006. Of the $500,000 from City Council for the Jobs Growth Fund, $26,190 under ordinance 0590-2006, date passed March 15, 2006, has already been authorized for expenditures for the program, leaving $473,810 to now be appropriated from City Council. To appropriate funds from Public Service in the amount of $155,287 and from the Department of Development of $100,000 to the Jobs Growth Fund- 015. To appropriate a grant from COWIC in the amount of $382,000. Total appropriation: $1,111,097.00.

Title To authorize the Director of the Office of Education to accept, appropriate and expend monies from the Jobs Growth Fund from the Department of Development, $100,000; from the Public Service Department Community Development Block Grant fund, $155,287.00; and to authorize the appropriation of $473,810.00 to the Office of Education within the Jobs Growth Fund as allocated by City Council; to accept and appropriate $382,000 grant from COWIC; to authorize the expenditure and enter into contract with 2 agencies to support summer internship programs for Columbus youth from June 1-August 31, 2006; and to declare an emergency. ($1,111,097.00)

Body

Columbus City Bulletin (Publish Date 05/27/06) 164 of 243 WHEREAS, The Director of the Office of Education desires to accept, appropriate and expend; and

WHEREAS, City Council amended the 2006 budget to include $500,000 in the Jobs Growth Fund, $100,000 in the Department of Development for Neighborhood Services, and the CDBG budget includes $155,287 in Public Service SURF and Clean Teams ; and

WHEREAS, City Council and the Administration support summer internship opportunities for Columbus youth as an essential component for their development of life skills and self-esteem, and as a complement to other City programs giving youth positive experiences;

WHEREAS, this action helps the City secure outside contributions for similar summer internship opportunities, such as the $382,000 grant by the Central Ohio Workforce Investment Corporation; and

WHEREAS, an emergency exists in the usual daily operation of the City in that it is immediately necessary to consolidate monies included in the 2006 City budget for summer internship for Columbus youth and to better manage use of said funds and maximize program effectiveness for the immediate preservation of public peace, property, health, safety and welfare; NOW THEREFORE

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the City Auditor be and is hereby authorized and directed to appropriate $473,810.00 in the Jobs Growth Fund, Fund 015 to the Mayor's Office, Office of Education, Division No. 40-04, Object Level One 03, OL3 3337, OCA Code 440415.

SECTION 2. That the City Auditor is hereby authorized to transfer $100,000.00 within the Jobs Growth Fund, Fund 015, from the Department of Development, Department 44, OL1 01, OL3 1000, OCA 440515 to the Office of Education, Department 40-04, Object Level One 03, OL3 3337, OCA Code 440415.

SECTION 3. That the City Auditor is hereby authorized to transfer $155,287.00 from the Community Development Block Grant fund, Fund 248, subfund 001, from the Department of Public Service, Department 59, OL1 03, OL3 3336, OCA 596526 to the Office of Education, Department 40-04, OL1 03, OL3 3337, OCA 404010.

SECTION 4. That the City Auditor is hereby authorized to accept and appropriate the COWIC grant in the amount of $382,000 into Department 40-04, fund 291, grant 400002, OCA 400002 ,OL1 03, OL3 3337

SECTION 5 That the Director of the Office of Education is hereby authorized to enter into contract with the following community organizations for the purpose of funding the following contracts for summer youth internships for Columbus youth 14-18 years of age. See attached expense report.

Godman Guild serving 100 youth $165,745 June 1- August 30 2006 COWIC serving 651 youth $761,670 June 1- August 30, 2006 COWIC serving 90 youth $ 93,600 June 1 - August 30, 2006 (Clean Teams)

SECTION 6. That these contracts are awarded pursuant to Section 329.15 of the Columbus City Codes, 1959 as amended,

SECTION 7. That for the purpose stated in Section 1, the expenditure of $573,810.00, or so much thereof as maybe necessary, be and is hereby authorized to be expended from the Office of Eduation, Division 40-04, Fund 015, Obj Level One-03, Obj Level Three- 3337, OCA code 404010. The expenditure of $155,287.00 from Department 40-04, Fund 015,Obj Level One-03, Obj Level Three- 3337, OCA Code 440415. The expenditure of $382,000, or so much thereof as maybe necessary, be and is hereby authroized to be expended from the Office of Education, Division 40-04, Grant 291, Grant 400002, Obj Level One-03, Obj Level Three- 3337, OCA Code 400002.

Columbus City Bulletin (Publish Date 05/27/06) 165 of 243 SECTION 8. That for the reasons stated in the preamble herto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor veteos the same.

Legislation Number: 1069-2005

Drafting Date: 06/03/2005 Current Status: Passed

Version: 1 Matter Type: Ordinance

ExplanationThe Safety Director had a need to retain special investigative services for the purpose of initiating an external investigation into allegations of misconduct in the Division of Fire, Fire Prevention Bureau/Inspection Section. After consultations with the City Attorney's Office and the Department of Human Resources, it was determined that an independent investigator should be hired to conduct a thorough investigation into EEO allegations and other counter claims of alleged misconduct in the Fire Prevention Bureau/Inspection Section. Pamela S. Krivda of Krivda Law Offices LLC, was selected to conduct this investigation. Currently there is a need to contract for further services to conclude the investigation.

Fiscal Impact: An initial amount of $20,000.00 were expended with the firm. It is estimated that additional $80,000.00 is needed to complete work on this matter. Funds are available within the Safety Director's budget to pay for the services.

TitleTo authorize the Public Safety Director to enter into a contract with Pamela S. Krivda of Krivda Law Offices, LLC for external investigative services in connection with allegations of misconduct in the Division of Fire, Fire Prevention Bureau/Inspection Section, to waive the competitive bidding provisions of the Columbus City Codes, to authorize the expenditure of Eighty-Thousand Dollars ($80,000.00), and to declare an emergency. BodyWHEREAS, allegations of EEO violations and other counter claims of misconduct in the Fire Prevention Bureau/Inspection Section have been brought to the attention of the Public Safety Director; and,

WHEREAS, the Director of Public Safety desires to enter into contract with Pamela S. Krivda of Krivda Law Offices, LLC., to conduct thorough investigation into these alleged EEO violations and of misconduct in the Fire Prevention Bureau/Inspection Section; and,

WHEREAS, an emergency exists in the usual daily operation of the City in that timely investigations of these allegations are necessary for uninterrupted diligent provision of essential city services; now, therefore:

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

SECTION 1. That the the Director of Public Safety is hereby, authorized to enter into contract with Pamela S. Krivda of Krivda Law Offices LLC., for investigative services in connection with alleged EEO violations and of misconduct in the Fire Prevention Bureau/Inspection, for a maximum obligation of Eighty-Thousand Dollars ($80,000).

SECTION 2. That the provisions of the Columbus City Codes relative to the procurement of professional services are hereby waived, such waiver being in the best interest of the city.

SECTION 3. That there is hereby authorized to be expended the sum of Eighty Thousand Dollars ($80,000) or so much thereof as is necessary, and the City Auditor is directed to draw warrants upon the treasury for services thereunder upon

Columbus City Bulletin (Publish Date 05/27/06) 166 of 243 receipt of invoices approved by the Public Safety Director. Said expenditures shall be paid from Division 3001, fund 010, OCA300111, object level 1 - 03, object level 3 - 3324.

SECTION 4. That for the reasons set forth in this preamble hereto, which is incorporated by reference herein, this measure is deemed to be an emergency measure and shall take effect and be in force from and immediately after its passage and signature by the Mayor, or within ten (10) days thereof if the Mayor neither signs nor vetoes the same.

Columbus City Bulletin (Publish Date 05/27/06) 167 of 243 Office of City Clerk 90 West Broad Street City of Columbus Columbus OH 43215-9015 City Bulletin Report columbuscitycouncil.org

Legislation Number: 0675-2006

Drafting Date: 03/22/2006 Current Status: Defeated

Version: 1 Matter Type: Ordinance

Explanation The 2006 City budget includes funds to create summer job opportunities for Columbus youth. These include $500,000 City Council added to the Jobs Growth Fund as part of its amendments; $100,000 in the Jobs Growth Fund in the Department of Development and $155,287 in the CDBG budget for Public Service for the SURF program Clean Teams. In order to coordinate usage of job money and realize the maximum benefit, it has been decided to consolidate funds under one agency--the Office of Education. This legislation authorizes the Director of the Office of Education to accept, appropriate and expend such funds from the Jobs Growth Fund for summer youth employment programs.

This action also helps the City secure outside contributions for similar summer employment opportunities. The Central Ohio Workforce Investment Corporation (COWIC), which administers federal jobs money associated with the Workforce Investment Act, has agreed to allocate $282,000 as matching funds to the City. This legislation authorizes the Director of Education to accept, appropriate and expend a grant in the amount of $282,000 from the Central Ohio Workforce Investment Corporation.

Emergency action is requested for the following reasons: to allow the financial transaction to be posted in the City's accounting system as soon as possible, up to date financial posting promotes accurate accounting and financial management and to maintain the summer youth jobs program.

FISCAL IMPACT: All funding identified herein is included in the approved City budget for 2006. Of the $500,000 from City Council for the Jobs Growth Fund, $26,190 under ordinance 0590-2006, date passed March 15, 2006, has already been authorized for expenditures for the program, leaving $473,810 to now be appropriated from City Council. To appropriate funds from Public Service in the amount of $155,287 and from the Department of Development of $100,000 to the Jobs Growth Fund- 015. To appropriate a grant from COWIC in the amount of $282,000 .Total appropriation $1,011,097.00.

Title To authorize the Director of the Office of Education to accept, appropriate and expend monies from the Jobs Growth Fund from the Department of Development, $100,000; from the Public Service Department Community Development Block Grant fund, $155,287.00; and to authorize the appropriation of $473,810.00 to the Office of Education within the Jobs Growth Fund as allocated by City Council; to accept and appropriate $282,000 grant form COWIC; to authorize the expenditure and enter into contract with 3 agencies to support summer employment programs for Columbus youth from June 1-August 31, 2006; and to declare an emergency. ($1,011,097.00).

Body WHEREAS, The Director of the Office of Education desires to accept, appropriate and expend

WHEREAS, City Council amended the 2006 budget to include $500,000 in the Jobs Growth Fund, $100,000 in the Department of Development for Neighborhood Services, and the CDBG budget includes $155,287 in Public Service SURF and Clean Teams ; and

WHEREAS, City Council and the Administration support summer employment opportunities for Columbus youth as an

Columbus City Bulletin (Publish Date 05/27/06) 168 of 243 essential component for their development of life skills and self-esteem, and as a complement to other City programs giving youth positive experiences;

WHEREAS, this action helps the City secure outside contributions for similar summer employment opportunities, such as the $282,000 grant by the Central Ohio Workforce Investment Corporation; and

WHEREAS, an emergency exists in the usual daily operation of the City in that it is immediately necessary to consolidate monies included in the 2006 City budget for summer employment for Columbus youth and to better manage use of said funds and maximize program effectiveness for the immediate preservation of public peace, property, health, safety and welfare; NOW THERFORE

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

Section 1. That the City Auditor be and is hereby authorized and directed to appropriate $473,810.00 in the Jobs Growth Fund, Fund 015 to the Mayor's Office, Office of Education, Division No. 40-04, Object Level One 03, OL3 3337, OCA Code 440415.

SECTION 2. That the City Auditor is hereby authorized to transfer $100,000.00 within the Jobs Growth Fund, Fund 015, from the Department of Development, Department 44, OL1 01, OL3 1000, OCA 440515 to the Office of Education, Department 40-04, Object Level One 03, OL3 3337, OCA Code 440415.

SECTION 3. That the City Auditor is hereby authorized to transfer $155,287.00 from the Community Development Block Grant fund, Fund 248, subfund 001, from the Department of Public Service, Department 59, OL1 03, OL3 3336, OCA 596526 to the Office of Education, Department 40-04, OL1 03, OL3 3337, OCA 404010.

SECTION 4. That the City Auditor is hereby authorized to accept the COWIC grant in the amount of $282,000 appropriate into Department 40-04, fund 291, grant 400002, OCA 400002 ,OL1 03, OL3 3337

SECTION 5 That the Director of the Office of Education is hereby authorized to enter into contract with the following community organizations for the purpose of funding the following contracts for summer youth employment for Columbus youth 14-18 years of age. See attached expense report.

Pro-Team Staffing serving 408 youths $629,959.20 June 1- August 30, 2006 Columbus Urban League serving 25 youths $ 50,000.00 June 1- August 30, 2006 Operation Brightside Teen Youth Employment Godman Guild serving 100 youths $165,745.00 June 1- August 30, 2006 Youth Employment Program Pro-Team Staffing serving 90 youths $155,287.00 June 1-August 30, 2006

SECTION6. That these contracts are awarded pursuant to Section 329.15 of the Columbus City Codes, 1959 as amended,

SECTION 7. That for the purpose stated in Section 1, the expenditure of $573,810.00, or so much thereof as maybe necessary, be and is hereby authorized to be expended from the Office of Eduation, Division 40-04, Fund 015, Obj Level One-03, Obj Level Three- 3337, OCA code 404010. The expenditure of $155,287.00 from Department 40-04, Fund 015,Obj Level One-03, Obj Level Three- 3337, OCA Code 440415. The expenditure of $282,000, or so much thereof as maybe necessary, be and is hereby authroized to be expended from the Office of Education, Division 40-04, Grant 291, Grant 4000002, Obj Level One-03, Obj Level Three- 3337, OCA Code 400002.

Section 8 That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after passage and approval by the Mayor, or ten days after passage if the Mayor neither approves nor vetoes the same.

Columbus City Bulletin (Publish Date 05/27/06) 169 of 243 Columbus City Bulletin (Publish Date 05/27/06) 170 of 243

City RFPs, RFQs, and Bids

Columbus City Bulletin (Publish Date 05/27/06) 171 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

CITY OF COLUMBUS FORMAL BID OPPORTUNITIES ARE UPDATED DAILY AT: http://finance.ci.columbus.oh.us/purchasing/openbids/sabids.html

Each proposal shall contain the full name and address of every person, firm or corporation interested in the same, and if corporation, the name and address of the President and Secretary.

EQUAL OPPORTUNITY CLAUSE: Each responsive bidder shall submit, with its bid, a contract compliance certification number or a completed application for certification. Compliance with the provisions of Article I, Title 39, is a condition of the contract. Failure to comply with this Article may result in cancellation of the contract.

WITHHOLDING OF INCOME TAX: All bidders are advised that in order for a contract to bind the City, each contract must contain the provisions found in Section 361.34 C.C.C. with regard to income taxes due or payable to the City of Columbus for wages, salaries and commissions paid to the contractor's employees as well as requiring those contractors to ensure that subcontractors withhold in a like manner.

DELINQUENT PERSONAL PROPERTY TAX: All bidders are charged with notice of Section 5719.042 of the Ohio Revised Code and agree that if this contract is awarded to them, the successful bidder, prior to the time the contract is entered into, will submit to the City Auditor the affidavit required by said section of the Ohio Revised Code. Said affidavit, when filed with City Auditor, is thereby incorporated into and made a part of this contract and no payment shall be made with respect to this contract unless such statement has been so incorporated as a part thereof.

LOCAL CREDIT: For all contracts EXCEPT PROFESSIONAL SERVICE CONTRACTS: In determining the lowest bid for purpose of awarding a contract not exceeding $20,000.00, a local bidder shall receive a credit equal to five percent (5%) of the lowest bid submitted by a non-local bidder. In determining the lowest bid for purposes of awarding a contract in excess of $20,000.00, a local bidder shall receive a credit equal to one percent (1%) or $20,000.00, whichever is less, of the lowest bid submitted by a non-local bidder. A local bidder is a person, corporation or business which (a) has listed its principal place of business as being located within the corporation limits of the City of Columbus or the County of Franklin in official documents filed with Secretary of State, State of Ohio, or a valid vendor's license which indicates its place of business is located within the corporation limits of the City of Columbus or County of Franklin.

FOR COPIES OF ANY OF THE FOLLOWING BID PROPOSALS CALL THE LISTED DIVISION

THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

BID OPENING DATE - May 31, 2006 12:00 pm

SA002021 - DoT CITYWIDE CONNECTIVITY PLAN RFP

BID NOTICES - PAGE # 1

Columbus City Bulletin (Publish Date 05/27/06) 172 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

CITYWIDE CONNECTIVITY PLAN REQUEST FOR PROPOSAL FOR Citywide Connectivity Plan

The City of Columbus is soliciting proposals through the request for proposal (RFP) process to furnish professional services to the City of Columbus Department of Technology (DoT) for a Citywide Connectivity Plan.

PROPOSAL PACKAGES Proposal packages for this solicitation are available beginning May 5, 2006, at the City of Columbus, Department of Technology, 240 Parsons Avenue, Columbus, OH 43215 Monday through Friday 8:00 am to 4:00 pm. Packages may be picked up at 240 Parsons Avenue, Columbus, OH 43215, Room 122, please ask for David Newcomer or Robin Cook. Packages may also be requested by phone or fax as described later in this announcement. Or request by e-mail:

[email protected] or [email protected] please include Contact Name, Company Name, Address, City, State, Zip, Phone and Fax.

Selection of professional services shall be in accordance with Section 329.14 of Columbus City Code, 1959. Any agreement or contract entered into will be in accordance with the provisions of Chapter 329 of Columbus City Code, 1959, the standard agreements for professional services of the Department of Technology, and all other applicable rules and regulations.

The City of Columbus encourages the participation of City certified minority and female business enterprises. If the offeror does not have minority/female business ("M/FBE") participation in the proposal, an explanation must be given and included with the proposal to satisfy this requirement. (Note: While the participation of certified minority and female owned businesses is encouraged, the level of minority and female participation is not a condition of the award). The following equal business opportunity provisions apply to both contractors and subcontractors:

All offerors, and their proposed subcontractors, shall have valid City of Columbus Contract Compliance Numbers (CCCN) at the time their RFP is submitted. Applications for certification may be obtained from the City of Columbus website (www.columbus.gov), or from:

City of Columbus Equal Business Opportunity Commission Office (EBOCO) 109 North Front Street, 4th Floor Columbus, Ohio 43215-9020 (614-645-4764)

All offerors that do not have (1) an application in their proposal to secure a contract compliance number or (2) a valid contract compliance number at the time the proposal is submitted will be deemed non-responsive and not considered.

An offeror with an expired compliance number will be given 7 business days after proposal submittal to update its contract compliance information. If information has not been updated after 7 business days, the proposal will be deemed non-responsive and not considered in the award.

BID NOTICES - PAGE # 2

Columbus City Bulletin (Publish Date 05/27/06) 173 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Information gathered in the above compliance certification process is monitored by the EBOCO. You may seek assistance in identifying potential M/FBE contractors or checking the status of your compliance number by contacting Tia Roseboro (M/FBE Certification) at 645-2203 or Ginger Cunningham (Contract Compliance) at 645-2192.

Question submission: Pre-proposal questions may be sent via email to [email protected] from receipt of the RFP by the Offeror to May 18, 2006 at 11:00AM, local time. All questions and answers will be available on May 22, 2006 at 5:00PM, local time at http://columbus.gov/geninfo/connectivity.asp. The questions and answers will be available on this site until the RFP due date. Please print the questions and answers and make them part of your offer thereof.

SUBMISSION DEADLINE Five (5) copies of the proposal shall be submitted in a sealed envelope clearly marked with the name of the offeror and the proposal title to David Newcomer, Fiscal Manager, Department of Technology, 90 West Broad Street, Room 105, Columbus, Ohio 43215. Final date for submission shall be no later than 12:00 noon. (EST) Wednesday, May 31, 2006. Submittals received after that time will not be considered.

Gary R Cavin, DIRECTOR Department of Technology SUBMITTAL REQUIREMENTS The following information shall be included in the submittal: 1. Statement of Qualifications of your organization and any proposed partners

2. Location of local office, identification of project manager and primary staff and their business location during the project

3. City of Columbus Contract Compliance Number (CCN) for your organization and any proposed subcontractors. For those not holding a valid CCCN, please submit a copy of the completed, submitted Contract Compliance Certification Application

4. Proposed project schedule relative to the Notice to Proceed

5. Project Budget

6. Project Approach

7. Five (5) identical copies of the proposal shall be submitted

Evaluation Criteria Submissions will be evaluated by the Evaluation Committee based on the following criteria and rating values:

1. 20 Percent - Competence

BID NOTICES - PAGE # 3

Columbus City Bulletin (Publish Date 05/27/06) 174 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

2. 20 Percent - Quality and Feasibility

3. 20 Percent - Ability

4. 20 Percent - Past Performance

5. 20 Percent - Pricing ORIGINAL PUBLISHING DATE: May 06, 2006

BID OPENING DATE - June 1, 2006 11:00 am

SA002002 - Police-Public Record Pallet RackShelving

1.0 SCOPE & CLASSIFICATION

1.1 Scope: It is the intent of the City of Columbus, Division of Police to move existing shelving and purchase new additional shelving for the Public Records warehouse. The 32 bays of shelving shall be removed from the old warehouse and installed at the new location with an additional purchase of 64 bays and a lockable wire partition system to be installed at this new location. A pre-bid conference and walk-through of both buildings will be held 9:00 am on Wednesday, May 17, 2006 to view the 560 Nationwide Ave, Columbus, Ohio warehouse and 11:00 am to view the 2077 Parkwood Ave., Columbus, Ohio 43219 new warehouse location. Any interested bidder is strongly urged to attend, as this is the only opportunity to do a walk-through of these secured buildings. Failure to attend the Pre-Bid Conference will not disqualify a bidder; however, bidders shall comply with and be responsible for the bid specifications and information discussed at the Pre-Bid Conference regardless of whether or not they attend. 1.2 Classification: The removal, purchase and installation of shelving are to commence within seven days of final execution of this contract and be completed within 45 business days after commencement. The attention of the bidder is directed to the Provisions of Chapter 4115 of the Ohio Revised Code which require the Contractor to whom the award is made, and all of his subcontractors, to pay not less than the prevailing rates of wages, in the locality where the work is to be performed, for the classes of work called for by this public improvement.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 02, 2006

BID NOTICES - PAGE # 4

Columbus City Bulletin (Publish Date 05/27/06) 175 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SA002007 - RADIO TESTING EQUIPMENT-SUPPORT SERVICES

1.1 Scope: It is the intent of the City of Columbus, Department of Public Safety, Division of Support Services to obtain formal bids to establish a Purchase order for the purchase of Five (5) Equipment Testing Work Stations for use by Communications Section Technicians. This is to replace antiquated equipment currently in use.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: April 28, 2006

SA002008 - LAPTOP COMPUTERS-PUBLIC UTILITIES

1.1 Scope: It is the intent of the City of Columbus, Department of Public Utilities, Division of Operational Support to solicit bids for the purchase of fifty (50) laptop computers with Intel Pentium M Processor 750 (1.86GHZ0 w/ATI Radeon x600 128mb, with 1 Gigabyte of Memory, and 80 GB Hard Drive.

1.2 Classification: Bidders are being asked to bid firm or fixed prices.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: April 28, 2006

SA002010 - POLICE/MOBILE COMMAND VEHICLE

BID NOTICES - PAGE # 5

Columbus City Bulletin (Publish Date 05/27/06) 176 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

The City of Columbus Department of Public Safety, is seeking bids, on behalf of the Columbus Urban Area Homeland Security Advisory Committee, for the manufacture and purchase of a Mobile Command Vehicle. This emergency response vehicle will be maintained by the City of Columbus and be available for use on a regional basis and the City of Columbus in responding to emergencies in Columbus, Franklin County and surrounding areas. The vehicle shall provide emergency responders the ability to provide command and control functions as required at the scene.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: April 28, 2006

SA002016 - FIRE/TILLER LADDER

1.1 It is the intent of these specifications to describe a Custom four door, fully enclosed tilt cab, minimum of 110' steel aerial ladder truck, drawn by a tandem axle tractor for use by the Division of Fire in sufficient detail to secure bids on comparable equipment. All parts not mentioned, which are necessary to provide a complete unit, shall be included in the bid and shall conform in strength and quality of workmanship to what is usually provided to the trade in general. This vehicle must meet or exceed the current edition of NFPA booklet #1901 and any or all DOT regulations and Federal axle load laws at the time of contract signing.

1.2 The vehicle is to be new. The bid is not to include components, or finished units that are of a prototype nature, or have not been in production for a sufficient period of time to prove their performance capabilities. The Division of Fire will determine the acceptability of any bid that proposes prototype equipment.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 02, 2006

SA002039 - MARION ROAD POLE BARN

BID NOTICES - PAGE # 6

Columbus City Bulletin (Publish Date 05/27/06) 177 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the City of Columbus Transportation Division, 109 N. Front Street, 3rd Floor, Room 301, Columbus, Ohio 43215 until 3:00 P.M. local time, and publicly opened and read at 109 N. Front Street, 2nd Floor, Room 205 at 3:00 P.M. on June 1, 2006 for Marion Road Pole Barn. The work for which proposals are invited consists of construction of 30 feet x 100 feet pole and other such work as may be necessary to complete the contract in accordance with the plans and specifications.

Copies of the Contract Documents and the plans are on file in the office of the Transportation Division Administrator, 109 N. Front Street, 3rd Fl., Columbus, OH 43215 and are available to prospective bidders at the non-refundable cost of $35.00 for the bid package. A prospective bidder must verify that their name is added to an electronic log sheet upon receiving a copy of contract documents and plans. Your addition to the log is verified when you receive a computer generated receipt. The City of Columbus will use this log sheet in order to advise prospective bidders of any addendums to the contract and/or plans. Failure to be entered onto the electronic log sheet will result in rejection of any proposal and failure to refer to any addendum in a proposal will be considered non-responsive.

Proposals must be submitted on the proper forms contained in the Bid Submittal Documents and the Bid Submittal Documents containing the Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked Bid for Marion Road Pole Barn.

All materials submitted in response to this advertisement for bids will become the property of the City and will not be returned. All materials submitted in response to this advertisement for bids will be considered public records subject to disclosure as contemplated by Ohio Revised Code Section 149.43. All materials received will be open to the public once the sealed proposals are publicly opened and read.

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a Proposal bond, in the form provided in the Bid Submittal Documents with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall be expressed in dollars and cents and shall not be less than ten (10) percent of the bid including all alternates submitted which increase the bid. All bonds signed by an agent must be accompanied by a certified copy of the authority to act.

PREVAILING WAGE RATE Bidders must comply with the prevailing wage rates on Public Improvements in Franklin County and the City of Columbus, Ohio as determined by the Ohio Bureau of Employment Services, Wage and Hour Division (614) 644-2239.

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract with a surety or sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, 2002 edition, will be required to assure the faithful performance of the work.

SUBSURFACE DATA Subsurface data that was obtained for project design purposes may be included in the plans.

BID NOTICES - PAGE # 7

Columbus City Bulletin (Publish Date 05/27/06) 178 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

PRE-BID CONFERENCE There will not be a pre-bid conference for this project.

CONTRACT COMPLETION The city will issue a notice to proceed on or about July 13, 2006. All work is to be complete by August 27, 2006.

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in the Bid Submittal Documents refer to the City of Columbus, Ohio, Construction and Materials Specifications, 2002 edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad St., 3rd Floor, Columbus, Ohio 43215 (614) 645-8290, at the offices of the Transportation Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182, and 109 N. Front St, 3rd Floor, Columbus, Ohio 43215 (614) 645-8376, and at the office of the Director of Public Utilities, 910 Dublin Rd., 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS AND EQUAL OPPORTUNITY CLAUSE Each responsive bidder shall submit, with their bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification. Any questions or inquiries concerning this should be directed to the Equal Business Opportunity Commission Office.

The City of Columbus encourages the participation of Minority and female owned business enterprises. Each bidder must identify any subcontractor(s) who are minority or female owned businesses (M/FBE's) as defined in Title 39 of the Columbus City Code along with the scope of work and anticipated cost.* This information is gathered and monitored by the Equal Business Opportunity Commission Office (EBOCO). Please contact EBOCO (614) 645-4764 for assistance with identifying potential M/FBE subcontractors. Equal Business Opportunity Office, 109 N. Front Street, 4th Floor, Columbus, Ohio 43215, (614) 645-4764.

*While the participation of minority and female owned businesses is encouraged the level of minority or female participation will not be a condition of the bid award.

BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Service of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, or to advertise for new proposals, when it is in the best interests of the City.

PLANS ARE AVAILABLE ON:

May 17, 2006 ORIGINAL PUBLISHING DATE: May 17, 2006

BID NOTICES - PAGE # 8

Columbus City Bulletin (Publish Date 05/27/06) 179 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SA002040 - ROBERTS ROAD POLE BARN AND MODULAR BUILD

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the City of Columbus Transportation Division, 109 N. Front Street, 3rd Floor, Room 301, Columbus, Ohio 43215 until 3:00 P.M. local time, and publicly opened and read at 109 N. Front Street, 2nd Floor, Room 205 at 3:00 P.M. on June 1, 2006 for Roberts Road Pole Barn and Modular Building The work for which proposals are invited consists of construction of 30 x 100 open side pole barn and installation of utilities to, placement of and connection of 60 x 24 modular building and other such work as may be necessary to complete the contract in accordance with the plans and specifications.

Copies of the Contract Documents and the plans are on file in the office of the Transportation Division Administrator, 109 N. Front Street, 3rd Fl., Columbus, OH 43215 and are available to prospective bidders at the non-refundable cost of $35.00 for the bid package. A prospective bidder must verify that their name is added to an electronic log sheet upon receiving a copy of contract documents and plans. Your addition to the log is verified when you receive a computer generated receipt. The City of Columbus will use this log sheet in order to advise prospective bidders of any addendums to the contract and/or plans. Failure to be entered onto the electronic log sheet will result in rejection of any proposal and failure to refer to any addendum in a proposal will be considered non-responsive.

Proposals must be submitted on the proper forms contained in the Bid Submittal Documents and the Bid Submittal Documents containing the Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked Bid for Roberts Road Pole Barn and Modular Building.

All materials submitted in response to this advertisement for bids will become the property of the City and will not be returned. All materials submitted in response to this advertisement for bids will be considered public records subject to disclosure as contemplated by Ohio Revised Code Section 149.43. All materials received will be open to the public once the sealed proposals are publicly opened and read.

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a Proposal bond, in the form provided in the Bid Submittal Documents with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall be expressed in dollars and cents and shall not be less than ten (10) percent of the bid including all alternates submitted which increase the bid. All bonds signed by an agent must be accompanied by a certified copy of the authority to act.

PREVAILING WAGE RATE Bidders must comply with the prevailing wage rates on Public Improvements in Franklin County and the City of Columbus, Ohio as determined by the Ohio Bureau of Employment Services, Wage and Hour Division (614) 644-2239.

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract with a surety or

BID NOTICES - PAGE # 9

Columbus City Bulletin (Publish Date 05/27/06) 180 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, 2002 edition, will be required to assure the faithful performance of the work.

SUBSURFACE DATA Subsurface data that was obtained for project design purposes may be included in the plans.

PRE-BID CONFERENCE There will not be a pre-bid conference for this project.

CONTRACT COMPLETION The city will issue a notice to proceed on or about July 13, 2006. All work is to be complete by September 13, 2006.

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in the Bid Submittal Documents refer to the City of Columbus, Ohio, Construction and Materials Specifications, 2002 edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad St., 3rd Floor, Columbus, Ohio 43215 (614) 645-8290, at the offices of the Transportation Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182, and 109 N. Front St, 3rd Floor, Columbus, Ohio 43215 (614) 645-8376, and at the office of the Director of Public Utilities, 910 Dublin Rd., 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS AND EQUAL OPPORTUNITY CLAUSE Each responsive bidder shall submit, with their bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification. Any questions or inquiries concerning this should be directed to the Equal Business Opportunity Commission Office.

The City of Columbus encourages the participation of Minority and female owned business enterprises. Each bidder must identify any subcontractor(s) who are minority or female owned businesses (M/FBE's) as defined in Title 39 of the Columbus City Code along with the scope of work and anticipated cost.* This information is gathered and monitored by the Equal Business Opportunity Commission Office (EBOCO). Please contact EBOCO (614) 645-4764 for assistance with identifying potential M/FBE subcontractors. Equal Business Opportunity Office, 109 N. Front Street, 4th Floor, Columbus, Ohio 43215, (614) 645-4764.

*While the participation of minority and female owned businesses is encouraged the level of minority or female participation will not be a condition of the bid award.

BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Service of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, or to advertise for new proposals, when it is in the best interests of the City.

PLANS ARE AVAILABLE ON:

BID NOTICES - PAGE # 10

Columbus City Bulletin (Publish Date 05/27/06) 181 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

May 17, 2006 ORIGINAL PUBLISHING DATE: May 17, 2006

SA002042 - SIDEWALK ASSESSMENT PRO - 2006 / CONT A

BID NOTICES - PAGE # 11

Columbus City Bulletin (Publish Date 05/27/06) 182 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the City of Columbus Transportation Division, 109 N. Front Street, 3rd Floor, Room 301, Columbus, Ohio 43215 until 3:00 P.M. local time, and publicly opened and read at 109 N. Front Street, 2nd Floor, Room 205 at 3:00 P.M. on June 1, 2006, for SIDEWALK ASSESSMENT PROGRAM- 2006 / CONTRACT A, 1581 DR. A. The work for which proposals are invited consists of removal and replacing existing sidewalk, curbs, driveway approaches, and such other work may be necessary to complete the contract in accordance with the plans and specifications.

Copies of the Contract Documents and the plans are on file in the office of the Transportation Division Administrator, 109 N. Front Street, 3rd Fl., Columbus, OH 43215 and are available to prospective bidders at the non-refundable cost of $10.00 for the bid package. A prospective bidder must verify that their name is added to an electronic log sheet upon receiving a copy of contract documents and plans. Your addition to the log is verified when you receive a computer generated receipt. The City of Columbus will use this log sheet in order to advise prospective bidders of any addendums to the contract and/or plans. Failure to be entered onto the electronic log sheet will result in rejection of any proposal and failure to refer to any addendum in a proposal will be considered non-responsive.

Proposals must be submitted on the proper forms contained in the Bid Submittal Documents and the Bid Submittal Documents containing the Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked Bid for SIDEWALK ASSESSMENT PROGRAM - 2006 / CONTRACT A.

All materials submitted in response to this advertisement for bids will become the property of the City and will not be returned. All materials submitted in response to this advertisement for bids will be considered public records subject to disclosure as contemplated by Ohio Revised Code Section 149.43. All materials received will be open to the public once the sealed proposals are publicly opened and read.

PROPOSAL GUARANTY

PREVAILING WAGE RATE Bidders must comply with the prevailing wage rates on Public Improvements in Franklin County and the City of Columbus, Ohio as determined by the Ohio Bureau of Employment Services, Wage and Hour Division (614) 644-2239.

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract with a surety or sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, 2002 edition, will be required to assure the faithful performance of the work. SUBSURFACE DATA Subsurface data was not obtained for project.

PRE-BID CONFERENCE There will not be a pre-bid conference for this project.

CONTRACT COMPLETION

BID NOTICES - PAGE # 12

Columbus City Bulletin (Publish Date 05/27/06) 183 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in the Bid Submittal Documents refer to the City of Columbus, Ohio, Construction and Materials Specifications, 2002 edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad St., 3rd Floor, Columbus, Ohio 43215 (614) 645-8290, at the offices of the Transportation Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182, and 109 N. Front St, 3rd Floor, Columbus, Ohio 43215 (614) 645-8376, and at the office of the Director of Public Utilities, 910 Dublin Rd., 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS AND EQUAL OPPORTUNITY CLAUSE Each responsive bidder shall submit, with their bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification. Any questions or inquiries concerning this should be directed to the Equal Business Opportunity Commission Office.

The City of Columbus encourages the participation of Minority and female owned business enterprises. Each bidder must identify any subcontractor(s) who are minority or female owned businesses (M/FBE's) as defined in Title 39 of the Columbus City Code along with the scope of work and anticipated cost.* This information is gathered and monitored by the Equal Business Opportunity Commission Office (EBOCO). Please contact EBOCO (614) 645-4764 for assistance with identifying potential M/FBE subcontractors. Equal Business Opportunity Office, 109 N. Front Street, 4th Floor, Columbus, Ohio 43215, (614) 645-4764.

*While the participation of minority and female owned businesses is encouraged the level of minority or female participation will not be a condition of the bid award.

BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Service of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, or to advertise for new proposals, when it is in the best interests of the City.

PLANS ARE AVAILABLE ON:

May 17, 2006 ORIGINAL PUBLISHING DATE: May 19, 2006

SA002031 - APPLICANT PSYCHOLOGICAL SCREENING

BID NOTICES - PAGE # 13

Columbus City Bulletin (Publish Date 05/27/06) 184 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

The City of Columbus Civil Service Commission is requesting proposals from licensed psychologists and psychological consulting firms for the administration of a psychological screening procedure for entry-level firefighter candidates. Sealed proposals will be accepted at the Commission offices 50 West Gay Street, 6th Floor, Room 600, Columbus, Ohio, 43215 through 4:00 p.m., June 1, 2006. Professional literature and legal decisions support the use of a psychological screening device to eliminate those applicants with a psychological profile not suitable for work in the public safety area. In addition, the City of has successfully used psychological screening for police officer for over 10 years.

The psychologist or consultant receiving the contract will be responsible for the administration of the psychological instrument, identification and interpretation of flag scales or profiles, and administration of a psychological interview for firefighter applicants as they complete the medical evaluation component of the selection process.

The Commission anticipates that up to 30-40 applicants could potentially be scheduled for psychological screening during the remainder of 2006. Depending on the number of academy classes funded, a similar number of applicants could be scheduled in 2007 and 2008.

The contract for the selected psychologist or firm will be for a one-year period with an option for two one-year renewal periods.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Civil Service Commission, (614) 645-8379 and a complete copy of the specifications will be mailed to those who request the mailing. Specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 11, 2006

BID OPENING DATE - June 2, 2006 3:00 pm

SA002003 - LIMS ASSESSMENT RFP AD

BID NOTICES - PAGE # 14

Columbus City Bulletin (Publish Date 05/27/06) 185 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

REQUEST FOR PROPOSAL

LIMS Needs Assessment and RFP Development Department of Public Utilities City Of Columbus, Ohio

The City of Columbus, Ohio is soliciting Request for Proposal (RFP) pursuant to Columbus City Code 329.14 from experienced professional consulting/engineering firms to provide a LIMS Needs Assessment and a LIMS RFP for the City's Department of Public Utilities (DPU). In doing so, we wish to openly invite firms to submit their proposal for consideration during our review and selection process.

The consultant will be required to develop a Requirements Specification (Requirements) for a software package that will constitute the LIMS and create an RFP which the DPU may use to advertise for the purchase of a LIMS. Based on the outcome of the evaluation, completed as a part of the RFP, the purchase of hardware may also be considered.

Proposal packages for this submittal are available beginning Thursday, April 20th, 2006 from the Department of Public Utilities Office / Division of Operational Support, 3rd floor, Utilities Complex, 910 Dublin Road, Columbus, OH 43215. Contact John H. Carter, GISP at (614) 645-0482.

Selection of professional services shall be in accordance with Section 329.14 of Columbus City Codes, 1959. Any agreement or contract entered into will be in accordance with the provisions of Chapter 329, of Columbus City Codes, 1959, the standard agreements rules and regulations.

All offerors, and their proposed subcontractors, shall have valid City of Columbus Contract Compliance Numbers (CCCN). Applications for certification may be obtained from the City of Columbus website (www.columbus.gov), or from:

City of Columbus Equal Business Opportunity Commission Office 109 North Front Street, 4th Floor Columbus, Ohio 43215-9020 (614) 645-4764

PRE-BID CONFERENCE

A pre-bid Conference will be held Wednesday May 3rd, 2006 between 1:00 and 3:00 p.m. at the Department of Public Utilities of the City of Columbus, Ohio at its office at 910 Dublin Road, 1st Floor Auditorium. Bidders are strongly urged to attend. Failure to attend will not disqualify a bidder. However, bidders shall comply with and be responsible for the bid specifications and information discussed at the pre-bid conference.

CONTACT INFORMATION

All questions shall be submitted in writing to John H. Carter, GISP, Department of Public Utilities, Division

BID NOTICES - PAGE # 15

Columbus City Bulletin (Publish Date 05/27/06) 186 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

of Operational Support, 3rd floor, Utilities Complex, 910 Dublin Road, Columbus, OH 43215, or by fax (614) 645-1840, or by Email ([email protected]).

All questions regarding this RFP should be presented, in writing or by email submittal, as soon as possible but no later than 5/19/2006, to the address given above. Answers to RFP questions will be given and all addendums will be issued by 5/26/2006.

In fairness to others, the DPU will not answer questions to individual proposers. A written summary of questions and answers will then be sent to all firms that received an RFP.

Additional background information regarding this RFP may be found in the Department's Technology Master Plan (TMP). A copy of this plan is available on request. Other than the text of this RFP and the Department's TMP, there is no additional information package for this request.

SUBMISSION INFORMATION

Five (5) copies of the proposal documents shall be submitted in a sealed envelope (or envelopes) to the Public Utilities Directors office on the fourth floor of 910 Dublin Rd., Columbus, OH. The envelopes shall be clearly marked on the exterior to denote both the names of the submitting firm and the particular professional services contract for which the proposals are offered.

Proposals shall be limited to fifty (50) pages on twenty five (25) 8&1/2" by 11" sheets. A front and back binding cover (printed both sides, if desired) may be included in addition to the fifty page limit. Proposals in excess of the fifty page limit will be rejected and will not be considered.

Submittals must be received at the 910 Dublin Rd. Utilities Complex no later than no later that 3:00 p.m. (EST) on 6/2/2006 in order to be considered. Late submittals will not be accepted. It is the sole responsibility of the Submitter to see that the DPU properly receives its submittal before the deadline. Submitters shall bear all risk associated with private delivery services or delays in the U.S. Mail.

Proposers are advised that DPU desires that proposals prepared in response to this RFP be submitted on recycled paper, and that all copies be printed on both sides of paper. While the appearance of proposals is important, and professionalism in proposal presentation should not be neglected, the use of non-recyclable or non-recycled glossy materials is discouraged. In addition, it is requested that proposals be in flat bound form to facilitate filing. Please do not submit proposals in loose-leaf binders.

Submittals shall become the property of the DPU to be used in any manner and for any purpose the DPU determines is in their best interest. All submittals become a matter of public record at the conclusion of the selection process. All submittals will be regarded as public information with the exception, to the extent permitted by law, of those parts of each submittal which are defined by the Consultant as business or trade secrets and plainly marked as "trade secret".

REVISIONS TO THE REQUEST FOR PROPOSAL

The DPU reserves the right to revise the RFP prior to, and including the date of submission. Revisions to the RFP shall be mailed to all potential proposers to whom the RFP was originally mailed.

BID NOTICES - PAGE # 16

Columbus City Bulletin (Publish Date 05/27/06) 187 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

GENERAL SECURITY CLAUSE FOR BOTH PHASE I AND PHASE II

Please note: In the performance of this project, it may be necessary for the consultant to have access to non-public and/or security records that belong to the City. The City intends to require appropriate confidentiality agreements to protect such records from disclosure by the consultant.

CHERYL ROBERTO, Department of Public Utilities ORIGINAL PUBLISHING DATE: May 09, 2006

SA002033 - r&p-recreation center feasibility study

BID NOTICES - PAGE # 17

Columbus City Bulletin (Publish Date 05/27/06) 188 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Professional Services REQUEST FOR PROPOSAL Columbus Recreation & Parks Department

Proposals will be received at the Columbus Recreation and Parks Department Administrative Annex, 200 Greenlawn Avenue, Columbus, OH 43223, until 3:00 P.M., Friday June 2, 2006 at 5:00 pm for:

Regional Recreation Center Feasibility Study

Six (6) copies of each proposal are required for submittal.

The scope of the work includes preparing programming, schematic design, cost estimating, operations and maintenance plans for the future development of 5 regional recreation centers at various locations within Columbus.

The format for procurement of these services will be per Section 329.12 of the Columbus City Code.

Initial screening will be based on the following criteria:

1. Experience of the Consultant as related to this type of work. 2. Qualifications of key personnel who will be involved with this project. 3. Quality of work previously performed by the consultant for this Department, other City Agencies and other previous clients.

Interested firms should apply to the Recreation and Parks Department with the following information:

1. Firm name, address, telephone number and contact person. 2. Year established. 3. Types of services for which it is qualified. 4. Names of principals in the firm with professional registrations. 5. Names and experience of key personnel assigned to this project. 6. Outside consultants, if any, who will be used on this project. 7. MBE/FBE participation in the project. 8. List of completed projects of similar nature with contact person for each. 9. City of Columbus Contract Compliance Certification Number or copy of completed application.

RFP Information Packet for this project and plans of the project site are available from 8 A.M. to 5 P.M., Monday through Friday, beginning Monday, May 15th, 2006, at the Administrative Annex, 200 Greenlawn Avenue, Columbus, OH 43223.

All questions regarding the submittal should be directed to Alan D. McKnight, Recreation and Parks Department, [email protected] or 614-645-3310.

All consultants will be subject to the provisions of the City of Columbus, Contract Compliance Program regarding equal employment opportunity.

BID NOTICES - PAGE # 18

Columbus City Bulletin (Publish Date 05/27/06) 189 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Thomas L. Kaplin, Chairman Wayne A. Roberts, Executive Director Recreation and Parks Commission Recreation and Parks Department ORIGINAL PUBLISHING DATE: May 12, 2006

BID OPENING DATE - June 5, 2006 4:00 pm

SA002027 - RFP-Sewer System Capacity Model

BID NOTICES - PAGE # 19

Columbus City Bulletin (Publish Date 05/27/06) 190 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

REQUEST FOR PROPOSALS FOR PROFESSIONAL SERVICES FOR SEWER SYSTEM CAPACITY MODEL - UPDATE 2006

The City of Columbus, Ohio is inviting professional engineering consulting firms, or teams including such firms, to submit Proposals to furnish professional services for the City of Columbus, Department of Public Utilities, Division of Sewerage and Drainage (DOSD), for an update of the City's SEWER SYSTEM CAPACITY MODEL (SSCM).

GENERAL PROGRAM DESCRIPTION

The City of Columbus, Department of Public Utilities, Division of Sewerage and Drainage operates and maintains an existing sewer system, which serves 22 municipalities, portions of Franklin County and the City of Columbus. DOSD operates and maintains two wastewater treatment plants, pump stations, two stormwater storage facilities and many control structures and devices.

The City of Columbus, initiated the Columbus Sewer Capacity Study (CSCS) over four phases (Phase I, Phase II, Phase III and the Sewer System Capacity Model (SSCM) Model Update) to evaluate the capacity of sanitary and combined sewerage systems and to investigate system performance using modern modeling techniques

Phase I - Performed desktop flow calculations for sanitary and combined sewers in the Scioto River Basin representing year 1988 conditions; paving the way for the hydraulic computer modeling techniques to follow

Phase II - Started development of the first SWMM model for sanitary and combined sewers; first in the Scioto basin and later for sewers in the Big Walnut basin representing system configurations up to year 1988 conditions

Phase III - Updated the SWMM model to year 1994 conditions

SSCM Model Update - Updated the SWMM model to year 2000 conditions

After completion of the SSCM, the City of Columbus, Ohio entered into two consent orders with the State of Ohio to address the capacity of the separate and combined collection systems and wastewater treatment plants including the operation, maintenance, management, capacity, and improvements of the City's collection systems and wastewater treatment facilities. Under these orders, the first Wet Weather Management Plan (WWMP) dated July 1, 2005, has been prepared. The SSCM was an integral part of the Plan.

The WWMP includes a large program of capital improvements, of which a portion must begin immediately and be completed in 2010. Annual updates to the WWMP are required to report the status of program elements and evaluate Plan recommendations in light of program achievements and improvements in technology.

To assist with the WWMP evaluation, the continual updating of the SSCM is required. To that end and to further refine our estimations of flows from future development, the City seeks to hire an experienced

BID NOTICES - PAGE # 20

Columbus City Bulletin (Publish Date 05/27/06) 191 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

professional engineering firm with specialized technical services to update the City's SSCM to year 2006 development and flow conditions.

SELECTION PROCESS

Proposals will be reviewed by the City, and one firm will be selected to negotiate a contract. Should negotiations fail with the selected firm, new negotiations may begin with the runner-up firm. Successive iterations of this procedure may be required until an acceptable contract is acquired.

Selection of professional services for this work shall conform to all applicable requirements of Columbus City Codes, 1959, particularly Title 39 and Section 329.14 thereof. All offerors and all subcontract entities proposed shall have City of Columbus Contract Compliance Certificate Numbers (CCCNs). Offerors shall include a listing of CCCNs for themselves and their proposed subcontractors in their Proposals, or shall include completed applications for certification. Applications for certification are available from:

EQUAL BUSINESS OPPORTUNITY COMMISSION OFFICE (EBOCO) Ginger Cunningham, Contract Compliance Investigator 109 North Front Street 4th Floor, Suite 429 Columbus, Ohio 43215 Telephone: 614-645-4764

The selection process will be conducted by an Evaluation Committee consisting of representatives from the Division of Sewerage and Drainage and from the EBOCO. The contact person for the selection will be:

Mr. C. Timothy Fallara, P.E. Division of Sewerage and Drainage Telephone: 614-645-6728

SELECTION SCHEDULE

1. All Offerors are required to obtain an information package containing instructions on the expected format for the Proposal. These may be obtained at:

SEWER PERMIT OFFICE Division of Sewerage and Drainage 910 Dublin Road, 3rd Floor Columbus, Ohio, 43215-9053

Information packages will be available beginning May 8, 2006. There is no charge for the information packages.

2. PRE-PROPOSAL MEETING: A Pre-proposal Informational Meeting is scheduled for May 19, 2006, at 9 am, at the Utility Complex, 1st floor Auditorium, 910 Dublin Rd, Columbus, OH. All prospective offerors are required to attend this meeting.

3. BID SUBMITTAL DEADLINE: Proposals will be received by the City until 4:00 p.m., June 5, 2006. No

BID NOTICES - PAGE # 21

Columbus City Bulletin (Publish Date 05/27/06) 192 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Proposals will be accepted thereafter. Direct Proposals to:

Mr. Herbert M. Johanson, P.E. Manager - Sewer Systems Engineering Division of Sewerage and Drainage 910 Dublin Road, 3rd Floor, Room 3118 Columbus, Ohio 43215-9053

4. Proposals shall be furnished in five (5) identical copies and clearly marked "Proposal for the Sewer System Capacity Model - Update 2006". Proposals shall be bound in plastic 3-ring binders and shall not exceed one hundred (100) pages in length.

5. After receipt of the Proposals, the Evaluation Committee will evaluate the submittals based on the criteria specified at the end of this document and will select one (1) qualified offeror for contract negotiations. If the Committee receives only one (1) proposal, they may select that proposal or re-advertise at its option.

6. The Committee may also request that some offerors make a presentation to the Committee to elaborate on their proposals and/or any other pertinent information.

7. The Committee will submit its selected offeror, along with a written explanation of the basis for the selection, to the Director of the Department of Public Utilities for final approval.

8. Contract negotiations will then commence with the selected offeror. If negotiations fail, negotiations will be terminated, and the City may enter into negotiations with the runner-up offeror.

EVALUATION CRITERIA

Each proposal will initially be evaluated as to whether the proposed team meets the established minimum qualifications to perform the work competently. Only teams meeting these minimum qualifications will be evaluated further using the points.

Minimum Qualifications The successful team must demonstrate experience with all aspects of modeling large scale collection systems comprising separate sanitary sewers, combined sewers and storm sewers.

Large scale collection systems are defined as follows: 1. Models with greater then 10,000 nodes, developed service area greater then 100,000 acres or service area population greater then 900,000.

2. Models containing the following key system components: main trunk sewers, relief sewers, storage facilities, pump stations, designed sanitary relief (DSR) structures, combined sewer overflow (CSO) structures and wastewater treatment plants.

3. Models that utilized a large network of more then 25 rain gauges and more then 100 flow monitors.

EVALUATION POINTS

BID NOTICES - PAGE # 22

Columbus City Bulletin (Publish Date 05/27/06) 193 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

If the above qualifications are met, the proposal will be evaluated based on the following points:

Proposal Quality (50)

A) Project Management (15) 1. Up to 5 points assigned for project managers education/training and experience on other large scale collection system models.

2. Up to 5 points assigned for education/training/experience of assigned Modeling Manager, Data Management Manager and identified key Senior Technical support staff.

3. Up to 5 points assigned for proposed management structure and defined roles of all task leaders for both the Prime and all other team members.

B) Demonstrated understanding of project (25) 1. Up to 5 points assigned for an approach to develop an effective flow monitoring program.

2. Up to 5 points assigned for an approach to provide each technical memorandum, especially the WWMP Modeling Review memoradum.

3. Up to 10 points assigned for an approach to develop, load and calibrate the new model.

4. Up to 5 points assigned for approach to identify, analyze and use all available existing data (models, flow, rainfall, GIS, etc.) and other sources of GIS data that may enhance and/or efficiently build the model.

C) Project schedule (5) All tasks are well conceived, organized, realistic, and meet DOSD requirements and goals. (5)

D) Unstated/special requirements (5) Does the proposal address any other "unstated" or "special" requirements/features beyond the scope that are feasible, attractive or applicable? (5)

E) Experience of Team (20)

Up to 4 points assigned for successful development and implementation of at least one large scale collection system model with 10,000 nodes, 100,000 acres or population greater then 900,000.

Up to 4 additional points assigned for successful development and implementation of at least two large scale collection system models with 10,000 nodes, 100,000 acres or population greater then 900,000.

Up to 2 additional points assigned for management and analysis of rainfall collected from more then 25 rain gauges.

Up to 2 additional points assigned for management and analysis of both dry and wet weather flow collected by more then 100 flow monitors.

Up to 2 additional points assigned for developing sewershed based RDII components using flow monitors

BID NOTICES - PAGE # 23

Columbus City Bulletin (Publish Date 05/27/06) 194 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

and calibrated radar rainfall data.

Up to 2 additional points assigned for modeling collections systems with designed sanitary relief (DSR) structures, combined sewer overflow structures, pump stations, storage facilities, waste water treatment plants and real time control structures.

Up to 2 additional points assigned for having employed innovative applications of graphical information system (GIS) technology for deriving, augmenting, applying, and/or accessing data for model use

F) Experience of Prime (10)

Up to 4 points assigned for having a history (a minimum of 5 years) of successful management of DOSD projects of comparable size and complexity.

Up to 4 additional points assigned for having a history (a minimum of 5 years) of successful management of projects of comparable size and complexity for other municipalities.

Up to 2 additional points assigned for having a history (a minimum of 5 years) of successful management of projects of large scale collectin system model projects with 10,000 nodes, 100,000 acres or population greater than 900,000.

G) Local Workforce (20)

At least 90% of the Team is paying City of Columbus income tax on the date the proposal is submitted (20)

At least 75% of the Team is paying City of Columbus income tax on the date the proposal is submitted (15)

At least 90% of the Team is assigned work in an office location within Franklin County but outside of the Columbus Corporate limits on the date the proposal is submitted (15)

At least 50% of the Team is paying City of Columbus income tax on the date the proposal is submitted (10)

Cheryl L. Roberto, Director Department of Public Utilities (City Bulletin Publication Dates: _4/22/06; 4/29/06) ORIGINAL PUBLISHING DATE: May 06, 2006

SA002035 - COLLECTION PROCESS

BID NOTICES - PAGE # 24

Columbus City Bulletin (Publish Date 05/27/06) 195 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Scope: It is the intent of the City of Columbus; Franklin County Municipal Court Clerk to obtain formal bids to establish a contract(s) for the purpose of collecting accounts receivable owed the Franklin County Municipal Court. The contract(s) will be awarded for three (3) years, with a possible one-year renewal agreement.

Requests for a Statement of Qualifications will be received by the Franklin County Municipal Court Clerk of the City of Columbus, Ohio at 375 South High Street, 3rd Floor, until 4:00 p.m. Monday, June 5, 2006 for:

Collection Agencies

Five (5) copies of each Statement of Qualifications are required for submittal.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Franklin County Municipal Court Clerk, (614) 645-0241 a complete copy of the specifications will be mailed to those who request the mailing. ORIGINAL PUBLISHING DATE: May 16, 2006

BID OPENING DATE - June 6, 2006 11:00 am

SA002030 - r&p-building demolition

BID NOTICES - PAGE # 25

Columbus City Bulletin (Publish Date 05/27/06) 196 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the Recreation and Parks Commission of the City of Columbus, Ohio, at its office at 200 Greenlawn Ave., until 11:00 a.m. on Tuesday, June 6th , 2006, and publicly opened and read immediately thereafter for: Building Demolition, Former Barnett School Property

The work for which proposals are invited consists of all demolition services related to the removal of property located at the former Barnett Elementary School listed as 1184 Barnett Rd., Columbus, Oh. 43227.; an alternate bid will be for the removal of swimming pool and all buildings located at 3366 E. Deshler Ave, known as Liv Moor Pool, and other such work as may be necessary to complete the contract in accordance with the plans and specifications

Copies of the Project Manual/Specifications and the plans are on file and available to prospective bidders on 5/17/06 at Atlas Blueprint, 374 W. Spring St., Columbus, Ohio 43215, (614) 224-5149, www.atlasblueprint.com upon a non-refundable payment per bid set. Contact Atlas Blueprint for the cost. Payment shall be made payable to Atlas Blueprint. Questions about the project should be directed to ES Architecture, 614-764-1115

Proposals must be submitted on the proper forms, P-1 through P-35, contained in the Project Manual/Specifications. The Proposal section in its entirety must be submitted in a sealed envelope marked "Building Demolition, Former Barnett School Property."

PRE-BID CONFERENCE A Pre-bid Conference will be held Thursday, May 25th, 2006, at 1:30 pm at The Barnett property located at 1184 Barnett Rd. Bidders are strongly urged to attend. Failure to attend will not disqualify a bidder. However, bidders shall comply with and be responsible for the bid specifications and information discussed at the pre-bid conference

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a proposal bond, in the form provided in the Bid Submittal Documents with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall be expressed in dollars and cents and shall not be less than ten (10) percent of the bid, including all alternates submitted which increase the bid. A certified copy of the authority to act must accompany all bonds signed by an agent.

PREVAILING WAGE RATE Attention of the bidder is called to the special requirements included in the Bid Submittal Documents regarding prevailing rates of wages to be paid.

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract will be required to assure the faithful performance of the work. Bonds shall be with a surety or sureties licensed to conduct business in the State of Ohio, according to Section 103.5 of the City of Columbus Construction and Materials Specifications, latest edition.

BID NOTICES - PAGE # 26

Columbus City Bulletin (Publish Date 05/27/06) 197 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in these Bid Submittal Documents refer to the City of Columbus, Ohio Construction and Materials Specifications, latest edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of the Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad St., Room 301, Columbus, Ohio 43215 (614) 645-8290, at the offices of The Construction Inspection Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182, and at the office of the Director of Public Utilities, 910 Dublin Rd., 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS Each responsive bidder shall submit, with its bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification. Any questions or inquiries concerning this should be directed to the Equal Business Opportunities Commission Office, 109 N. Front Street, 4th Floor, Columbus, Ohio 43215 (614) 645-4764.

BID CANCELLATION AND REJECTIONS The right is reserved by the Executive Director of Recreation and Parks of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, and/or to advertise for new proposals, when it is in the best interests of the City.

SPECIAL REQUIREMENTS Particular attention is called to the statutory requirements of the State of Ohio relative to licensing of corporations organized under the laws of any other state.

OSHA/EPA/ADA REQUIREMENTS Contractors are subject to all applicable federal, state and local laws, ordinances, rules and regulations pertaining to services or products to be provided under this requirement.

Thomas L. Kaplin, President Recreation and Parks Commission

Wayne A. Roberts, Executive Director Recreation and Parks Department ORIGINAL PUBLISHING DATE: May 10, 2006

BID OPENING DATE - June 7, 2006 3:00 pm

BID NOTICES - PAGE # 27

Columbus City Bulletin (Publish Date 05/27/06) 198 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SA002026 - Dowtown Small Diameter Sewer Improvement

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the Director of Public Utilities of the City of Columbus, Ohio at the office of the Director of Public Utilities, 910 Dublin Road, Room 4105, until 3:00 p.m., Local Time, on Wednesday, June 7, 2006 and publicly opened and read at that hour and place for the following project: DOWNTOWN SMALL DIAMETER SANITARY SEWER IMPROVEMENTS, Capital Improvement Project No. 650404.18

The City of Columbus contact person for this project is C. Timothy Fallara, P.E., of the Division of Sewerage and Drainages Sewer Systems Engineering Section, (614) 645-6728. The work for which proposals are invited consists of various elements involved in the rehabilitation and separation of smaller diameter combined sewers located in downtown Columbus: 12", 15" 18", 24" and 48"diameter CIPP lining work; manhole repairs and lining, 12-inch diameter storm sewer construction; 4", 8" and 12"diameter waterline relocations; and all other such work as may be necessary to complete the contract in accordance with the plans (CC-14088) and specifications. Copies of the Contract Documents and plans are on file at the Division of Sewerage and Drainage, Sewer System Engineering Section, Permit Office, Room No. 3051, 910 Dublin Road, Columbus, Ohio 43215-9053. Bid packets will be available beginning Monday May 15, 2006. The first set is available to prospective bidders at no cost with the second and subsequent sets available at a cost of $25.00 per set on a no-refund basis. No partial units will be released.

Proposals must be submitted on the proper forms contained in the Bid Submittal Documents. The Bid Submittal Documents containing the Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked: DOWNTOWN SMALL DIAMETER SANITARY SEWER IMPROVEMENTS Capital Improvement Project No. 650404.18

PROJECT BIDDING - CURED-IN-PLACE PIPE This project has been designed utilizing cured-in-place pipe (CIPP) rehabilitation methods and materials. The City of Columbus, Division of Sewerage and Drainage, has evaluated and approved the following cured-in-place rehabilitation methods/materials for use within the sanitary sewer system:

INSITUFORM IN LINER USA CIPP CORP NATIONAL LINER SPINIELLO LINER UNITED LINER

Bidding on this project is strictly limited to Contractors proposing utilization of any of the approved systems. Contractor's proposals for other non-approved systems will be considered non-responsive.

BID NOTICES - PAGE # 28

Columbus City Bulletin (Publish Date 05/27/06) 199 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a Proposal bond, in the form provided in the Bid Submittal Documents with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall not be less than ten (10) percent of the bid including all alternates submitted which increase the bid. The bond must express the amount of the bond in dollars and cents in order to be considered responsive. All bonds signed by an agent must be accompanied by a certified copy of the authority to act.

PREVAILING WAGE RATE Attention of the bidder is called to the special requirements which are included in the Bid Submittal Documents regarding prevailing rates of wages to be paid.

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract with a surety or sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, latest edition, will be required to assure the faithful performance of the work.

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in these Bid Submittal Documents refer to the City of Columbus, Ohio Construction and Materials Specifications, latest edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad Street, 3rd Floor, Columbus, Ohio 43215 (614) 645-8290; at the offices of the Construction Inspection Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182; and at the office of the Director of Public Utilities, 910 Dublin Road, 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS Each responsive bidder shall submit, with his or her bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification.

NOTICE OF EQUAL BUSINESS OPPORTUNITY REQUIREMENTS A. Minority and Female Business Enterprise (MBE and FBE) Participation: Title 39 of the Columbus City Code (C.C.C.) provides for certification of minority business enterprises and female business enterprises. Under the current legislation, a minority business enterprise is defined as a for-profit business performing a commercially useful function which is owned and controlled by a person or persons having an African American ancestry. C.C.C. Section 3901.01(G). A female business enterprise is defined as a for-profit business performing a commercially useful function which is owned and controlled by one or more females of non-African American descent. C.C.C. Section 3901.01(F).

B. Specific Contract M/FBE goals: Specific Contract M/FBE goals shall not apply to this selection.

C. In collaboration with the Equal Business Opportunity Commission Office, the Department of Public Utilities encourages the utilization of city-certified minority, female and small business enterprises and

BID NOTICES - PAGE # 29

Columbus City Bulletin (Publish Date 05/27/06) 200 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

minority business registrants.

D. In addition to the current requirements of Title 39, Columbus City Codes, 1959, it is expected that all or part of this contract may be undertaken with State and/or Federal funding assistance. The City may, therefore, be required to conform to certain utilization goals in order to conform fully to those programs.

Documentation suggested: Include the name, description of the work, and the dollar value of all certified M/FBE's and MBR's included in the proposal.

For information related to minority, female and small business enterprises, please contract the Equal Business Opportunity Commission Office at (614) 645-4764 . BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Utilities of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, to hold bids for a period of 180 days after the bid opening, and/or to advertise for new proposals, when it is in the best interest of the City.

SUBSURFACE DATA No subsurface investigation was performed for this project.

CONTRACT COMPLETION The work under this contract shall be completed in a manner acceptable to the City within 210 calendar days after the effective date of the Notice to Proceed.

SPECIAL REQUIREMENTS Particular attention is called to the statutory requirements of the State of Ohio relative to licensing of corporations organized under the laws of any other state.

______Cheryl Roberto Director of Public Utilities ORIGINAL PUBLISHING DATE: May 06, 2006

SA002032 - Marsdale Ave Storm System Improvements

BID NOTICES - PAGE # 30

Columbus City Bulletin (Publish Date 05/27/06) 201 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the Director of Public Utilities of the City of Columbus, Ohio at the office of the Director of Public Utilities, 910 Dublin Road, Room 4002, until 3:00 p.m., Local Time, on Wednesday, June 7, 2006, and publicly opened and read at that hour and place for the following project:

MARSDALE AVENUE STORMWATER SYSTEM IMPROVEMENTS C.I.P. NO. 610706

The City of Columbus contact person for this contract is Mark Timbrook, P.E., of the Division of Sewerage and Drainage, (614) 645-0298. The work for which proposals are invited consists of the furnishing or construction of approximately 1300 feet of 30 inch, 500 feet of 24 inch and 1500 feet of 12-18 inch storm sewer along Marsdale Avenue, and such other work as may be necessary to complete the contract in accordance with the plans and specifications. Copies of the Contract Documents, the bid book and the plans (CC-13968), are on file at the Division of Sewerage and Drainage, Sewer System Engineering Section, Permit Office, Room No. 3051, 910 Dublin Road, Columbus, Ohio 43215-9053. The first set is available to prospective bidders at no cost with the second and subsequent sets available at a cost of $25.00 per set on a no-refund basis. No partial units will be released.

Proposals must be submitted on the proper forms contained in the Bid Submittal Documents and the Bid Submittal Documents containing the Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked:

MARSDALE AVENUE STORMWATER SYSTEM IMPROVEMENTS C.I.P. NO. 610706

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a Proposal bond, in the form provided in the Bid Submittal Documents with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall not be less than ten (10) percent of the bid including all alternates submitted which increase the bid. The bond must have an AMOUNT EXPRESSED IN DOLLARS AND CENTS in order to be responsive. All bonds signed by an agent must be accompanied by a certified copy of the authority to act.

PREVAILING WAGE RATE Attention of the bidder is called to the special requirements which are included in the Bid Submittal Documents regarding prevailing rates of wages to be paid.

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract with a surety or sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, latest edition, will be required to assure the faithful performance of the work.

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in these Bid Submittal Documents refer to the City of

BID NOTICES - PAGE # 31

Columbus City Bulletin (Publish Date 05/27/06) 202 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Columbus, Ohio Construction and Materials Specifications, latest edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad Street, 3rd Floor, Columbus, Ohio 43215 (614) 645-8290; at the offices of the Transportation Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182; and at the office of the Director of Public Utilities, 910 Dublin Road, 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS Each responsive bidder shall submit, with its bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification.

QUALIFICATION AND RESOURCE FACTORS FORM AND AFFIDAVIT OF BIDDER Each responsive bidder shall submit with its bid, a completed Qualification and Resource Factors Form and a completed and notarized Affidavit of Bidder.

BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Utilities of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, to hold bids for a period of 180 days after the bid opening, and/or to advertise for new proposals, when it is in the best interest of the City.

SUBSURFACE DATA Subsurface data was not obtained for project design purposes, and therefore is not available.

CONTRACT COMPLETION The work under this contract shall be completed in a manner acceptable to the City within 90 calendar days after the effective date of the Notice to Proceed.

SPECIAL REQUIREMENTS Particular attention is called to the statutory requirements of the State of Ohio relative to licensing of corporations organized under the laws of any other state. ORIGINAL PUBLISHING DATE: May 12, 2006

SA002036 - PARSONS AVENUE WATER PLANT PAVING

BID NOTICES - PAGE # 32

Columbus City Bulletin (Publish Date 05/27/06) 203 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the Director of Public Utilities of the City of Columbus, Ohio at the office of the Director of Public Utilities until 3:00 P.M. local time, on June 7, 2006 and publicly opened and read at the hour and place for construction of the PARSONS AVENUE WATER PLANT MISCELLANEOUS IMPROVEMENTS - PAVING, Contract No. 1087 , Project No. 690291 . The work for which proposals are invited consists of furnishing of all materials; equipment and labor necessary to rehabilitation of asphalt parking lots and driveways. The work shall include the following tasks: pavement removal, sub-grade repair, pavement planing, surface course of asphalt concrete, pavement marking, and such other work as may be necessary to complete the contract in accordance with the plans and specifications. Copies of the Bid Submittal Documents will be on file and available to be purchased by prospective bidders on or after May 22, 2006 at Atlas Blueprint, 374 West Spring Street, Columbus, Ohio 43215 at 614-224-5149 or via PlanWell at www.altasblueprint.com upon payment of $20 per set. Payment shall be made payable to Atlas Blueprint. No refunds will be made.

Proposals must be submitted on the proper forms contained in the Bid Submittal Documents and the Bid Submittal Documents containing the Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked Bid for:

PARSONS AVENUE WATER PLANT MISCELLANEOUS IMPROVEMENTS - PAVING CONTRACT NO. 1087, PROJECT NO. 690291

CONTACT PERSON The City of Columbus Contact person for this project is Michael Hurd of the Division of Power and Water's, Water Supply Group, Technical Support Section, Phone (614) 645-7100, email - [email protected].

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a Proposal bond, in the form provided in the Bid Submittal Documents with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall not be less than ten (10) percent of the bid including all alternates submitted which increase the bid. All bonds signed by an agent must be accompanied by a certified copy of the authority to act.

PREVAILING WAGE RATE Attention of the bidder is called to the special requirements, which are included in the Bid Submittal Documents regarding prevailing rates of wages to be paid.

CONTRACT PERFORMANCE AND PAYMENT BOND

BID NOTICES - PAGE # 33

Columbus City Bulletin (Publish Date 05/27/06) 204 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

A contract performance and payment bond of 100 percent of the amount of the contract with a surety or sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, latest edition, will be required to assure the faithful performance of the work.

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in these Bid Submittal Documents refer to the City of Columbus, Ohio Construction and Materials Specifications, latest edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad St., 3rd Floor, Columbus, Ohio 43215 (614) 645-8290, at the offices of The Transportation Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182, and at the office of the Director of Public Utilities, 910 Dublin Rd., 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS Each responsive bidder shall submit, with its bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification.

BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Utilities of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, to hold bids for a period of sixty (60) days after the bid opening, and/ or to advertise for new proposals, when it is in the best interests of the City.

SPECIAL REQUIREMENTS Particular attention is called to the statutory requirements of the State of Ohio relative to licensing of corporations organized under the laws of any other state.

PRE-BID CONFERENCE: A pre-bid conference for this project will be held on May 30, 2006 at 9:00 a.m. at the Parsons Avenue Water Plant, 5600 Parsons Avenue, Lockbourne, Ohio 43137. This conference is not mandatory, however, bidders shall comply with and be responsible for the information discussed at the pre-bid conference.

CITY BULLETIN DATES

1). May 20, 2006 2). May 27, 2006

Each proposal shall contain the full name and address of every person, firm or corporation interested in the same, and if corporation, the name and address of the President and Secretary. EQUAL OPPORTUNITY CLAUSE: Each responsive bidder shall submit, with its bid, a contract compliance certification number or a completed application for certification. Compliance with the provisions of Article I, Title 39, is a condition of the contract. Failure to comply with this Article may result

BID NOTICES - PAGE # 34

Columbus City Bulletin (Publish Date 05/27/06) 205 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

in cancellation of the contract. WITHHOLDING OF INCOME TAX: All bidders are advised that in order for a contract to bind the City, each contract must contain the provisions found in Section 361.34 C.C.C. with regard to income taxes due or payable to the City of Columbus for wages, salaries and commissions paid to the contractor's employees as well as requiring those contractors to ensure that subcontractors withhold in a like manner. DELINQUENT PERSONAL PROPERTY TAX: All bidders are charged with notice of Section 5719.042 of the Ohio Revised Code and agree that if this contract is awarded to them, the successful bidder, prior to the time the contract is entered into, will submit to the City Auditor the affidavit required by said section of the Ohio Revised Code. Said affidavit, when filed with City Auditor, is thereby incorporated into and made a part of this contract and no payment shall be made with respect to this contract unless such statement has been so incorporated as a part thereof. LOCAL CREDIT: For all contracts EXCEPT PROFESSIONAL SERVICE CONTRACTS: In determining the lowest bid for purpose of awarding a contract not exceeding $20,000.00, a local bidder shall receive a credit equal to five percent (5%) of the lowest bid submitted by a non-local bidder. In determining the lowest bid for purposes of awarding a contract in excess of $20,000.00, a local bidder shall receive a credit equal to one percent (1%) or $20,000.00, whichever is less, of the lowest bid submitted by a non-local bidder. A local bidder is a person, corporation or business which (a) has listed its principal place of business as being located within the corporation limits of the City of Columbus or the County of Franklin in official documents filed with Secretary of State, State of Ohio, or a valid vendor's license which indicates its place of business is located within the corporation limits of the City of Columbus or County of Franklin. ORIGINAL PUBLISHING DATE: May 16, 2006

BID OPENING DATE - June 8, 2006 10:00 am

SA002005 - POLICE/GLASS FRAGMENT RETENTION FILM

BID NOTICES - PAGE # 35

Columbus City Bulletin (Publish Date 05/27/06) 206 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

1.1 Scope: The City of Columbus, Division of Police is obtaining proposals for the purchase and installation of glass fragment retention window film (or anti-shatter film) for Central Headquarters to provide shatter resistance protection to significantly reduce the potential of glass cut injuries in the event of an explosion or natural disaster.

1.2 Classification: The Division of Police would like protective film to be installed on all exterior windows and glass lobbies on all eight floors in the building.

1.3 Pre-bid Conference: A pre-bid conference and walk-through of entire building will be held Friday, May 12, 2006 10:00 a.m. (EST) City of Columbus Division of Police Headquarters Auditorium, 120 Marconi Blvd, 1st Floor, Columbus, Ohio 43215. Attendance at the Pre-Bid Conference is not mandatory, however this is the only opportunity to do a walk-through of this secured building. Blueprints will also be distributed at time of pre-bid.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Police Business Office, (614) 645-4964 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at Police Central Headquarters, Business Office, 120 Marconi Blvd. 7th Floor, Columbus, Ohio, 43215. Blueprints will be available after May 12 at an additional cost for mailing. ORIGINAL PUBLISHING DATE: April 27, 2006

SA002024 - Specialty & Industrial Gases UTC

1.1 Scope: It is the intent of the City of Columbus to obtain formal bids to establish an option contract(s) for the purchase of Specialty and Industrial Gases for use throughout various agencies within the City of Columbus. The proposed contract will be in effect through November 20, 2009. The City estimates spending $70,000.00 annually for this contract.

1.2 Classification: These specifications include gases such as acetylene, argon, air, carbon dioxide, carbon monoxide, chlorine, helium, hydrogen, hydrogen sulfide, methane, nitrogen, nitrous oxide, oxygen, P5, P10, propane, sulfur dioxide and sulfur hexaflouride in industrial cylinders and liquid containers. Gases have been separated into three (3) groups and will be awarded by overall lowest bidder in each group - Lab/Specialty Gases, Industrial/Shop Gases, and Calibration Gases. Bidders are also asked to submit a standard published price list for items not specifically noted.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215. ORIGINAL PUBLISHING DATE: May 13, 2006

BID NOTICES - PAGE # 36

Columbus City Bulletin (Publish Date 05/27/06) 207 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SA002034 - DOSD/COMPOST/FLUSHER TRUCK

1.1 Scope: These specifications describe a new, conventional type truck chassis and new Street Flusher Body in order to secure bids for the City of Columbus. The Street Flusher will be used by the Southwesterly Compost Facility of Sewerage & Drainage Division, City of Columbus to flush traffic routes within a composting facility for dust control and cleaning.

The Street Flusher shall be a current model in standard production by the manufacturer.

All parts not specifically mentioned that are necessary to provide a complete unit shall be included in the bid and conform in strength and quality of material and workmanship to what is usually provided to the trade in general.

Bids will be considered on any unit substantially complying with the specifications in this bid proposal. Each variation or substitution must be fully explained, including data and drawings where applicable, in a letter attached to this bid proposal.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 16, 2006

SA002037 - Police/Purchase of 40 Caliber Pistols +

1.1 Scope: The City of Columbus, Department of Public Safety, Division of Police is seeking the immediate purchase of 125 Semi-Automatic Pistols for the Division of Police. Pistols will be delivered upon execution of the contract to 2609 McKinley Avenue, Columbus, Ohio 43204.

1.2 Classification: Smith and Wesson Model #M&P (military & police) new 40 Caliber pistols with 3 magazines, Trigicon Nitesights, extended slide stops, and serial numbers to begin with CPD. This M&P model is a new design available from Smith and Wesson.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 16, 2006

BID NOTICES - PAGE # 37

Columbus City Bulletin (Publish Date 05/27/06) 208 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SA002038 - Fire/Night Vision Gear

1.1 It is the intent of these specifications to describe night vision equipment intended for use by the Division of Fire in sufficient detail to secure bids on comparable equipment. All parts not mentioned, which are necessary to provide a complete unit, shall be included in the bid and shall conform in strength and quality of workmanship to what is usually provided to the trade in general. The purchase will consist of a one-time purchase. ______

1.2 The City of Columbus is utilizing Homeland Security Grant Funds and will seek the bids, evaluate and recommend the award for purchase, based on this review. However, upon acceptance by the City of Columbus, the invoice will be approved by the City of Columbus for payment by Franklin County of Ohio. The City of Columbus is not responsible for payment.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 17, 2006

SA002054 - FUJITSU SCANNERS-AUDITOR/INCOME TAX

BID NOTICES - PAGE # 38

Columbus City Bulletin (Publish Date 05/27/06) 209 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

1.0 Scope and Classification

1.1 Scope

1.1.1 It is the intent of the City of Columbus, Department of the Auditor, Division of Income Tax to obtain bids to establish contract for the purchase of scanners for imaging documents.

1.2 Classification

1.2.1 We are in the beginning phase of imaging our documents and need to purchase 2 high volume/speed scanners and 3 mid-volume/speed scanners.

1.2.2 We are asking for bids for a quantity of two (2) FUJITSU FI 5900C AND a quantity of three (3) FUJITSU FI 5750C.

1.2.3 In order to take advantage of the promotion for the FI 5900C a contract will be entered into no later then June 30, 2006.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 23, 2006

SA002052 - PARSONS AVENUE ALLEYS

BID NOTICES - PAGE # 39

Columbus City Bulletin (Publish Date 05/27/06) 210 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the City of Columbus Transportation Division, 109 N. Front Street, 3rd Floor, Room 301, Columbus, Ohio 43215 until 3:00 P.M. local time, and publicly opened and read at 109 N. Front Street, 2nd Floor, Room 205 at 3:00 P.M. on June 8, 2006, for PARSONS AVENUE ALLEYS, 1580 Drawer A. The work for which proposals are invited consists of providing a "chip and seal" surface treatment to the existing alleys running parallel to Parsons Avenue on the east and west sides, and such other work may be necessary to complete the contract in accordance with the plans and specifications.

Copies of the Contract Documents and the plans are on file in the office of the Transportation Division Administrator, 109 N. Front Street, 3rd Fl., Columbus, OH 43215 and are available to prospective bidders at the non-refundable cost of $10.00 for the bid package. A prospective bidder must verify that their name is added to an electronic log sheet upon receiving a copy of contract documents and plans. Your addition to the log is verified when you receive a computer generated receipt. The City of Columbus will use this log sheet in order to advise prospective bidders of any addendums to the contract and/or plans. Failure to be entered onto the electronic log sheet will result in rejection of any proposal and failure to refer to any addendum in a proposal will be considered non-responsive.

Proposals must be submitted on the proper forms contained in the Bid Submittal Documents and the Bid Submittal Documents containing the Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked Bid for PARSONS AVENUE ALLEYS.

All materials submitted in response to this advertisement for bids will become the property of the City and will not be returned. All materials submitted in response to this advertisement for bids will be considered public records subject to disclosure as contemplated by Ohio Revised Code Section 149.43. All materials received will be open to the public once the sealed proposals are publicly opened and read.

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a Proposal bond, in the form provided in the Bid Submittal Documents with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall be expressed in dollars and cents and shall not be less than ten (10) percent of the bid including all alternates submitted which increase the bid. All bonds signed by an agent must be accompanied by a certified copy of the authority to act.

PREVAILING WAGE RATE Bidders must comply with the prevailing wage rates on Public Improvements in Franklin County and the City of Columbus, Ohio as determined by the Ohio Bureau of Employment Services, Wage and Hour Division (614) 644-2239.

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract with a surety or sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, 2002 edition, will be required to assure the faithful performance of the work.

BID NOTICES - PAGE # 40

Columbus City Bulletin (Publish Date 05/27/06) 211 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SUBSURFACE DATA Subsurface data was not obtained for project.

PRE-BID CONFERENCE There will not be a pre-bid conference for this project.

CONTRACT COMPLETION The City will issue a Notice to Proceed on or about September 5, 2006. All work is to be complete by October 5, 2006.

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in the Bid Submittal Documents refer to the City of Columbus, Ohio, Construction and Materials Specifications, 2002 edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad St., 3rd Floor, Columbus, Ohio 43215 (614) 645-8290, at the offices of the Transportation Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182, and 109 N. Front St, 3rd Floor, Columbus, Ohio 43215 (614) 645-8376, and at the office of the Director of Public Utilities, 910 Dublin Rd., 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS AND EQUAL OPPORTUNITY CLAUSE Each responsive bidder shall submit, with their bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification. Any questions or inquiries concerning this should be directed to the Equal Business Opportunity Commission Office.

The City of Columbus encourages the participation of Minority and female owned business enterprises. Each bidder must identify any subcontractor(s) who are minority or female owned businesses (M/FBE's) as defined in Title 39 of the Columbus City Code along with the scope of work and anticipated cost.* This information is gathered and monitored by the Equal Business Opportunity Commission Office (EBOCO). Please contact EBOCO (614) 645-4764 for assistance with identifying potential M/FBE subcontractors. Equal Business Opportunity Office, 109 N. Front Street, 4th Floor, Columbus, Ohio 43215, (614) 645-4764.

*While the participation of minority and female owned businesses is encouraged the level of minority or female participation will not be a condition of the bid award.

BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Service of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, or to advertise for new proposals, when it is in the best interests of the City.

PLANS ARE AVAILABLE ON:

May 23, 2006 ORIGINAL PUBLISHING DATE: May 23, 2006

BID NOTICES - PAGE # 41

Columbus City Bulletin (Publish Date 05/27/06) 212 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

BID OPENING DATE - June 14, 2006 3:00 pm

SA002046 - Refugee Rd Pump Station Replacement

BID NOTICES - PAGE # 42

Columbus City Bulletin (Publish Date 05/27/06) 213 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the Director of Public Utilities of the City of Columbus, Ohio at the office of the Director of Public Utilities, 910 Dublin Road, Room 4002, until 3:00 p.m., Local Time, on Wednesday, JUNE 14, 2006, and publicly opened and read at that hour and place for the following project:

REFUGEE ROAD PUMP STATION REPLACEMENT C.I.P. NO. 712

The City of Columbus contact person for this contract is Paul B. Roseberry, P.E., of the Division of Sewerage and Drainage, (614) 645-3728. The work for which proposals are invited consists of the furnishing or construction of a Stormwater pumping station facility, portable generator, and related storm sewer construction, and such other work as may be necessary to complete the contract in accordance with the plans and specifications. Copies of the Contract Documents, the bid book in paper format and the plans (CC-12160) as TIFF images on CD (Compact Disc), are on file at the Division of Sewerage and Drainage, Sewer System Engineering Section, Permit Office, Room No. 3051, 910 Dublin Road, Columbus, Ohio 43215-9053. The first set is available to prospective bidders at no cost with the second and subsequent sets available at a cost of $25.00 per set on a no-refund basis. No partial units will be released. Full-sized sets of Construction Plans are not available.

Proposals must be submitted on the proper forms contained in the Bid Submittal Documents and the Bid Submittal Documents containing the Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked:

REFUGEE ROAD PUMP STATION REPLACEMENT C.I.P. NO. 712

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a Proposal bond, in the form provided in the Bid Submittal Documents with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall not be less than ten (10) percent of the bid including all alternates submitted which increase the bid. The bond must have an AMOUNT EXPRESSED IN DOLLARS AND CENTS in order to be responsive. All bonds signed by an agent must be accompanied by a certified copy of the authority to act.

PREVAILING WAGE RATE Attention of the bidder is called to the special requirements which are included in the Bid Submittal Documents regarding prevailing rates of wages to be paid.

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract with a surety or sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, latest edition, will be required to assure the faithful performance of the work. The Ohio Department of Transportation must also be listed as a party on said bond.

BID NOTICES - PAGE # 43

Columbus City Bulletin (Publish Date 05/27/06) 214 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in these Bid Submittal Documents refer to the City of Columbus, Ohio Construction and Materials Specifications, latest edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad Street, 3rd Floor, Columbus, Ohio 43215 (614) 645-8290; at the offices of the Transportation Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182; and at the office of the Director of Public Utilities, 910 Dublin Road, 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS Each responsive bidder shall submit, with its bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification.

QUALIFICATION AND RESOURCE FACTORS FORM AND AFFIDAVIT OF BIDDER Each responsive bidder shall submit with its bid, a completed Qualification and Resource Factors Form and a completed and notarized Affidavit of Bidder.

BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Utilities of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, to hold bids for a period of 180 days after the bid opening, and/or to advertise for new proposals, when it is in the best interest of the City.

SUBSURFACE DATA Subsurface data was obtained for project design purposes, and has been included for information only and indicates conditions existing at the time of the tests.

CONTRACT COMPLETION The work under this contract shall be completed in a manner acceptable to the City within 365 calendar days after the effective date of the Notice to Proceed.

SPECIAL REQUIREMENTS Particular attention is called to the statutory requirements of the State of Ohio relative to licensing of corporations organized under the laws of any other state.

PRE-BID MEETING There will be a pre-bid meeting to discuss the SCADA system on June 1, 2006 at 10:00 A.M. in the 1st floor conference room, SMOC Maintenance Complex, 1250 Fairwood Avenue, Columbus, Ohio. All bidders are responsible for information disseminated at this meeting. ORIGINAL PUBLISHING DATE: May 20, 2006

BID OPENING DATE - June 15, 2006 11:00 am

BID NOTICES - PAGE # 44

Columbus City Bulletin (Publish Date 05/27/06) 215 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SA002044 - TRANSPORTATION/TRENCHER w/TRAILER

1.1 Scope: It is the intent of the City of Columbus, Transportation Division to obtain formal bids to establish a contract for the purchase of a trencher with trailer for use in traffic maintenance operations.

1.2 Classification: The successful vendor shall be responsible for delivering the trencher with trailer to the City of Columbus, Transportation Division.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 19, 2006

SA002048 - Fire/Bomb Squad Body Armor

1.1 It is the intent of these specifications to describe tactical body armor vests intended for use by the Division of Fire in sufficient detail to secure bids on comparable equipment. All parts not mentioned, which are necessary to provide a complete unit, shall be included in the bid and shall conform in strength and quality of workmanship to what is usually provided to the trade in general. The purchase will consist of a one-time purchase.

1.2 The City of Columbus will seek the bids, evaluate and recommend for purchase, based on this review. However, upon acceptance by the City of Columbus the invoice will be sent to Franklin County for payment. The City of Columbus is not responsible for payment. The item(s) are going to be purchased with homeland security funds thru the county.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 23, 2006

BID NOTICES - PAGE # 45

Columbus City Bulletin (Publish Date 05/27/06) 216 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SA002050 - Fire/Bomb Disposal Helmets

1.1 It is the intent of these specifications to describe bomb disposal helmets intended for use by the Division of Fire in sufficient detail to secure bids on comparable equipment. All parts not mentioned, which are necessary to provide a complete unit, shall be included in the bid and shall conform in strength and quality of workmanship to what is usually provided to the trade in general. The purchase will consist of a one-time purchase.

1.2 The City of Columbus will seek the bids, evaluate and recommend for purchased, based on this review. However, upon acceptance by the City of Columbus the invoice will be sent to Franklin County for payment. The City of Columbus is not responsible for payment. The items are going to be purchased with homeland security funds thru the county.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 23, 2006

SA002053 - Fire/MIL-RUGGED REMOTE FIRING DEVICE

1.1 It is the intent of these specifications to describe a Mil-Rugged Remote Firing Device Electric/Shock Tube Initiation equipment intended for use by the Division of Fire in sufficient detail to secure bids on comparable equipment. All parts not mentioned, which are necessary to provide a complete unit, shall be included in the bid and shall conform in strength and quality of workmanship to what is usually provided to the trade in general. The purchase will consist of a one-time purchase.

1.2 The City of Columbus will seek the bids, evaluate and recommend for purchased, based on this review. However, upon acceptance by the City of Columbus the invoice will be sent to Franklin County for payment. The City of Columbus is not responsible for payment. The items listed will be purchased utilizing Homeland Security Funds.

If you have an interest in receiving this proposal, please FAX this form in its entirety to: Purchasing Office, (614) 645-7051 a complete copy of the specifications will be mailed to those who request the mailing and specifications are also available in person at 50 West Gay Street, Beacon Building - First Floor, Columbus, Ohio, 43215 ORIGINAL PUBLISHING DATE: May 23, 2006

BID NOTICES - PAGE # 46

Columbus City Bulletin (Publish Date 05/27/06) 217 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SA002043 - MCKINLEY AVENUE (OPWC)

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the City of Columbus Transportation Division, 109 N. Front Street, 3rd Floor, Room 301, Columbus, Ohio 43215 until 3:00 P.M. local time, and publicly opened and read at 109 N. Front Street, 2nd Floor, Room 205 at 3:00 P.M. on June 15, 2006, for McKinley Avenue (OPWC), 1755 DR. E, and CC-13703. The City of Columbus contact persons for this contract are Moe Tahari, P.E. Transportation Division, (614) 645-1650 and Paul Roseberry, P.E. Stormwater Management Section, (614) 645-3728. The work for which proposals are invited consists of widening McKinley Avenue (existing uncurbed road), existing 2 lane to a 3 lane curbed street, and reconstructing Hartford Avenue and John Street. This project also consists of installing storm sewers, sanitary sewers, related rehabilitation, relining, and such other work as may be necessary to complete the contract in accordance with the plans and specifications.

Copies of the Contract Documents and the plans are on file in the office of the Transportation Division Administrator, 109 N. Front Street, 3rd Fl., Columbus, Ohio 43215 and are available to prospective bidders at the non-refundable cost of $300 per full set and $100 per half size set.

A prospective bidder must verify that their name is added to an electronic log sheet upon receiving a copy of contract documents and plans. Your addition to the log is verified when you receive a computer generated receipt. The City of Columbus will use this log sheet in order to advise prospective bidders of any addendums to the contract and/or plans. Failure to be entered onto the electronic log sheet will result in rejection of any proposal and failure to refer to any addendum in a proposal will be considered non-responsive.

Proposals must be submitted on the proper forms contained in the Bid Submittal Documents and the Bid Submittal Documents containing the Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked for McKinley Avenue Project (OPWC), 1755 DR. E and CC-13703.

All materials submitted in response to this advertisement for bids will become the property of the City and will not be returned. All materials submitted in response to this advertisement for bids will be considered public records subject to disclosure as contemplated by Ohio Revised Code Section 149.43. All materials received will be open to the public once the sealed proposals are publicly opened and read.

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a Proposal bond, in the form provided in the Bid Submittal Documents with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall be expressed in dollars and cents and shall not be less than ten (10) percent of the bid including all alternates submitted which increase the bid in order to be considered responsive. All bonds signed by an agent must be accompanied by a certified copy of the authority to act.

PREVAILING WAGE RATE

BID NOTICES - PAGE # 47

Columbus City Bulletin (Publish Date 05/27/06) 218 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Attention of the bidder is called to the special requirements, which are included in the Bid Submittal Documents regarding prevailing rates of wages to be paid. Bidders must comply with the prevailing wage rates on Public Improvements in Franklin County and the City of Columbus in the State of Ohio as determined by the Ohio Bureau of Employment Services, Wage and Hour Division (614-644-2239).

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract with a surety or sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, 2002 edition, will be required to assure the faithful performance of the work.

SUBSURFACE DATA Subsurface data was obtained for project design purposes. Copies of the report are attached herein.

PRE-BID CONFERENCE There will be a pre-bid conference May 31, 2006, 9:00 a.m., at 1800 E 17th Avenue in the Large Conference Room.

CONTRACT COMPLETION The contract completion date is 465 calendar days from Notice to Proceed

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in these Bid Submittal Documents refer to the City of Columbus, Ohio Construction and Materials Specifications, 2002 edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of these Bid Submittal Documents. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad St., 3rd Floor, Columbus, Ohio 43215 (614) 645-8290, at the offices of the Transportation Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182, 109 N. Front St, 3rd Floor, Columbus, Ohio 43215 (614) 645-8376, and at the office of the Director of Public Utilities, 910 Dublin Rd., 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS AND EQUAL OPPORTUNITY CLAUSE Each responsive bidder shall submit, with its bid, a City of Columbus Contract Compliance Certification Number or a completed application for certification. Any questions or inquiries concerning this should be directed to the Equal Business Opportunity Commission Office.

The City of Columbus encourages the participation of Minority and female owned business enterprises. Each bidder must identify any subcontractor(s) who are minority or female owned businesses (M/FBE's) as defined in Title 39 of the Columbus City Code along with the scope of work and anticipated cost.* This information is gathered and monitored by the Equal Business Opportunity Commission Office (EBOCO). Please contact EBOCO (614) 645-4764 for assistance with identifying potential M/FBE subcontractors. Equal Business Opportunity Office, 109 N. Front Street, 4th Floor, Columbus, Ohio 43215, (614) 645-4764.

*While the participation of minority and female owned businesses is encouraged the level of minority or female participation will not be a condition of the bid award.

BID NOTICES - PAGE # 48

Columbus City Bulletin (Publish Date 05/27/06) 219 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

QUALIFICATION AND RESOURCE FACTORS FORM AND AFFIDAVIT OF BIDDER Each responsive bidder shall submit with its bid, a completed Qualification and Resource Factors Form and a completed and notarized Affidavit of Bidder.

PROJECT BIDDING - CURED-IN-PLACE PIPE This project has been designed utilizing cured-in-place pipe (CIPP) rehabilitation methods and materials. The City of Columbus, Division of Sewerage and Drainage, has evaluated and approved the following cured-in-place rehabilitation methods/materials for use within the sanitary sewer system:

(1) INSITUFORM? (2) INLINER USA? (3) CIPP CORP? (4) NATIONAL LINER? (5) SPINIELLO LINER?

Bidding on this project is strictly limited to Contractors proposing utilization of any of the approved systems. Contractor's proposals for other non-approved systems will be considered non-responsive.

BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Service of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, to hold bids for a period of 180 days after the bid opening, or to advertise for new proposals, when it is in the best interests of the City.

SPECIAL REQUIREMENTS Particular attention is called to the statutory requirements of the State of Ohio relative to licensing of corporations organized under the laws of any other state.

OPWC REQUIREMENTS Each Proposal must contain the full name of the party or parties submitting the proposal and all persons interested therein. Each bidder must submit evidence of its experiences on projects of similar size and complexity.

All contractors and subcontractors involved with the project will, to the extent practicable use Ohio Products, materials, services, and labor in the implementation of their project. Additionally, contractor compliance with the equal employment opportunity requirements of Ohio Administrative Code Chapter 123, the Governor's Executive Order of 1972, and Governor's Executive Order 84-9 shall be required.

Bidders must comply with the prevailing wage rates on Public Improvements in Franklin County and the City of Columbus, Ohio as determined by the Ohio Bureau of Employment Services, Wage and Hour Division (614) 644-2239.

PLANS ARE AVAILABLE ON:

1) May 19, 2006 ORIGINAL PUBLISHING DATE: May 18, 2006

BID NOTICES - PAGE # 49

Columbus City Bulletin (Publish Date 05/27/06) 220 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

BID OPENING DATE - June 16, 2006 3:00 pm

SA002041 - Capacity and Energy RFP

BID NOTICES - PAGE # 50

Columbus City Bulletin (Publish Date 05/27/06) 221 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

CITY OF COLUMBUS DEPARTMENT OF PUBLIC UTILITIES DIVISION OF POWER AND WATER PROFESSIONAL SERVICES REQUEST FOR PROPOSALS (RFP): CAPACITY AND ENERGY

The City of Columbus, Ohio Department of Public Utilities (DPU) is soliciting Request for Proposal (RFP) waiving the provisions to Columbus City Code ? 329.14 in order to negotiate with several wholesale electric power generators, marketers, brokers, and suppliers to provide capacity and energy for the City's Division of Power and Water (DPAW). Qualified firms are invited to submit their RFP for consideration during the review and selection process.

The Division is a municipal electric utility, serving approximately 13,000 residential and commercial electric customers located in Columbus, Ohio. The Division had a 2005 system peak of 165 MW and expects, but can not guarantee, this peak to grow at approximately 3.3% annually over the next 10 years.

Scope of Services

The Division is seeking an energy supplier capable of providing reliable, low-cost energy to supply all of its energy and capacity needs. The Division desires to enter into a full-requirements contract for fixed-price power to meet all of its system needs. The Division is willing to contribute its current supply contracts to the selected energy Supplier if that results in a lower price to the Division. Accordingly, the Division requests that Suppliers submit two bids: one assuming the Supplier has access to the Division's power supply contracts-in accordance with the rights and obligations the Division enjoys under those contracts-and one assuming the Division retains its power supply contracts.

The Division is willing to accept alternative proposals. However, proposals are preferred wherein the Supplier agrees to provide the Division's entire electrical requirements for the term of the contract, regardless of actual load: i.e. a fixed-price, full-requirements contract. Power will be delivered to the AEP-City of Columbus interfaces set forth in Exhibit B ("Delivery Point"). All scheduling, transmission delivery, load and pricing risk up to the Delivery Point will remain with the Supplier.

Suppliers are requests to submit two bids: one assuming the Supplier has access to the Division's power supply contracts-in accordance with the rights and obligations the Division enjoys under those contracts-and one assuming the Division retains its power supply contracts. In its proposal where the Supplier assumes asset control, the Supplier will be responsible for all costs otherwise payable by the Division under those contracts and its pricing should reflect those costs. All power under those contracts would be delivered by the Division at the delivery point specific in the respective contract.

Fixed, annual prices, expressed in $/MWh are required. Alternative pricing proposals may be submitted in addition to the fixed $/MWh pricing, including a division of payment into capacity ($/kW-mo) and energy prices, non-fixed prices or seasonal prices. Any escalation or indexing of pricing shall be clearly identified, with the escalation mechanism or index specified.

The Division will also accept proposals wherein the Supplier limits its delivery obligation to a pre-defined level irrespective of actual Division demand. These proposals could range from single block power purchases to any combination of forwards and options that the Supplier feels would best suit the Division's needs. Such alternative proposals should state very clearly what portion of the demand profile and

BID NOTICES - PAGE # 51

Columbus City Bulletin (Publish Date 05/27/06) 222 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

transmission pricing risk would remain the responsibility of the Division. In making its submission, the Supplier should detail why it has chosen the particular structure submitted.

Any proposal which does not offer to meet the Division's full energy requirements must break the proposed pricing down into off-peak and on-peak periods based upon 5x16 on-peak and 5x8, 2x24 off-peak periods.

Columbus has set up an FTP site containing all RFP documents. The site can be accessed through the link below:

ftp://city.columbus.gov/external/electricity When the login screen appears use the following to login:

User Name: ELECTRICFTP

Password: electricity

Note that this is a passive FTP site so browsers must be set accordingly. Proposal packages for this submittal are also available in CD-ROM form beginning Tuesday May 16th, 2006 at DOE's Office, 3500 Indianola Avenue, Columbus, Ohio 43214.

Any questions respecting this RFP must be submitted in writing, as follows:

The ERORA Group: Larry Watson at [email protected] McNees Wallace & Nurick LLC: [email protected] and [email protected]

No Supplier is to contact the Division with questions.

SUBMITTAL REQUIREMENTS

The Notice of Intent to Bid Form, provided in Exhibit A, must be received via email no later than 3:00 pm on the date set forth above. Notices shall be sent to:

City of Columbus, Division of Power and Water: Cheryl Roberto, Director of Public Utilities: [email protected]

With a copy to both:

The ERORA Group: Larry Watson [email protected] McNees Wallace & Nurick LLC: [email protected] and [email protected]

SUBMITTAL DEADLINE: Proposals must be received no later than 3:00 pm on Friday June 16th, 2006 and delivered as follows:

To Division: Nine (9) hard copies (an original and eight (8) copies) enclosed in a sealed envelope, bearing on the outside the name and address of the Supplier making the proposal and marked "PROPOSAL FOR SUPPLY OF WHOLESALE ELECTRICITY" and addressed to Cheryl Roberto, Director of Public Utilities, City of

BID NOTICES - PAGE # 52

Columbus City Bulletin (Publish Date 05/27/06) 223 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Columbus, 910 Dublin Road, 4th floor, Columbus, Ohio 43215.

With an Electronic Copy to both: The ERORA Group: Larry Watson at [email protected] McNees Wallace & Nurick LLC: [email protected] and [email protected]

Terms of one, three and five years are required. However, alternative proposals of longer duration will also be considered.

SELECTION CRITERIA

Suppliers proposals will be evaluated on five criteria:

1. Supplier's historical reliability of service (15 points) 2. Supplier's current operational and deliverability capability (20 points) 3. Supplier's financial stability (10 points) 4. Proposed deal structure, contract flexibility, and the Division's residual risk profile (15 points) 5. Total delivered cost to the Division (40 points)

Each proposal will be given an ordinal ranking in each category. Based upon these rankings, the Division will commence negotiations with those Suppliers the Division determines, in its sole discretion, have the most favorable combination of attributes. Section 329.14 of the Columbus City Code, 1959 will be waived in order to negotiate with several bidders during the selection process.

A City of Columbus Contract Compliance Number ("CCN") is required of all venders of services or products, including electric suppliers, contracting with the City of Columbus. Therefore, it is recommended that all Suppliers have a valid CCN at the time proposals are submitted or include a CCN application with their proposal. Applications for certification may be obtained from the City of Columbus website (www.columbus.gov), or from:

City of Columbus Equal Business Opportunity Commission Office 109 North Front Street, 4th Floor Columbus, Ohio 43215-9020 (614-645-4764) ORIGINAL PUBLISHING DATE: May 18, 2006

BID OPENING DATE - June 23, 2006 3:00 pm

SA002047 - Server Room Upgrade RFP

BID NOTICES - PAGE # 53

Columbus City Bulletin (Publish Date 05/27/06) 224 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

REQUEST FOR PROPOSAL

FOR PROFESSIONAL SERVICES FOR FIRST FLOOR CONTROL ROOM AND FOURTH FLOOR SERVER ROOM UPGRADES COLUMBUS, OHIO DEPARTMENT OF PUBLIC UTILITIES

The City of Columbus, Ohio is soliciting proposals through the request for proposal (RFP) process to contract for the procurement of professional consulting services to study and make recommendations for upgrades and possible consolidation and relocation of the first floor control room and the fourth floor server room at 910 Dublin Road, Columbus, Ohio 43215. The first floor control room consists of SCADA computer equipment and a distribution monitoring desk. The fourth floor server control room contains servers, a universal power supply, wiring, switches, and other networking devices.

The intent of this contract is to evaluate all environmental control devices for both rooms including sensors, fire suppression and temperature controls, obtain recommendations for upgrades, review the continued use of Halon 1301 as a fire suppression agent, and study whether both rooms should be consolidated on the fourth floor of the 910 Dublin Road complex.

The RFP is available beginning May 22, 2006 by forwarding your request via E-mail to David E. Hupp at [email protected] or requesting the RFP in person at the Department's Fiscal Section, Utilities Complex, 910 Dublin Road, Room 4164 Attn: Joe Lombardi, Columbus, Ohio 43215.

Selection of professional services shall be in accordance with Section 329.14 of Columbus City Codes, 1959. Any agreement or contract entered into will be in accordance with the provisions of Chapter 329, of Columbus City Codes, 1959, the standard agreements for professional services of the Department of Public Utilities, and all other applicable rules and regulations

All offerors, and their proposed subcontractors, shall have valid City of Columbus Contract Compliance Numbers (CCCN) at the time their RFP is submitted. Applications for certification may be obtained from the City of Columbus website (www.columbus.gov), or from:

City of Columbus Equal Business Opportunity Commission Office 109 North Front Street, 4th Floor Columbus, Ohio 43215-9020 (614-645-4764)

All questions shall be submitted in writing to David E. Hupp, Administrator, Division of Operational Support, Department of Public Utilities, 910 Dublin Road, 4th Floor, Columbus, Ohio 43215, by fax at (614) 645-8019, or by e-mail at [email protected]. There is NO additional information package for this request.

Five (5) copies of the proposal document shall be submitted in a sealed envelope (or envelopes) to David Hupp, Administrator, Division of Operational Support, 4th Floor Utilities Complex, 910 Dublin Road, Columbus, Ohio 43215. The envelopes shall be clearly marked on the exterior to denote both the names of the submitting firm and the particular professional services contract for which the proposals are offered.

BID NOTICES - PAGE # 54

Columbus City Bulletin (Publish Date 05/27/06) 225 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

SUBMISSION DEADLINE Final date for submission of proposal documents will be no later than 3:00 PM (EDT) Friday June 23, 2006. Any submittals received after that time will not be considered.

CHERYL ROBERTO, Department of Public Utilities ORIGINAL PUBLISHING DATE: May 20, 2006

BID OPENING DATE - June 28, 2006 3:00 pm

SA002045 - Manhole Casting/Lid Replacement Project

BID NOTICES - PAGE # 55

Columbus City Bulletin (Publish Date 05/27/06) 226 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the Director of Public Utilities of the City of Columbus, Ohio at the office of the Director of Public Utilities, 910 Dublin Road, Room 4105, until 3:00 p.m., Local Time, on June 28, 2006 and publicly opened and read at that hour and place for the following project:

Manhole Casting and Lid Replacement CIP 650697

The work for which proposals are invited consists of replacement of manhole castings and lids, grade rings and minor brick work as scheduled and required. Detailed design drawings have not been prepared for this work. Work includes preparing maintenance of traffic drawings and obtaining street occupancy permits, and coordinating with effected public utilities for all locations. Copies of the Bidding Documents are on file at the Division of Sewerage and Drainage, Sewer System Engineering Section, Permit Office, Room No. 3044, 910 Dublin Road, Columbus, Ohio 43215-9053. The City of Columbus contact person for this project is John Newsome, P.E., of the Division of Sewerage and Drainages Sewer System Engineering Section, (614) 645-8460. Bid packets will be available beginning 06/02/06. Bid packets will be made available in a DVD format. Only electronic bid packets will be made available.

The Proposals shall be furnished in five identical copies and clearly marked "Manhole Casting and Lid Replacement, CIP 650697". The Proposals shall be bound in white plastic 3-"D" slant ring, loose leaf binders with insertable covers and spines. Proposals shall not exceed one hundred (100) pages in length.

A copy of the transmittal letter should be inserted into each binder. The proposals should contain the following sections, separated by tabbed dividers:

Section 1 - Project Approach Provide the following: 1. Organizational chart. 2. Qualification statements and resume's of firms and key personnel and major subcontractors. 3. Draft work plan. Work plan may include sequences, materials, product data, technical details, and /or preliminary MOT (schedules, details, examples, narratives). 4. Proposed modifications to the work described in the RFP and particularly SS-1. 5. Proposed contract duration.

Section 2 - Completed Bid Form (P-2-4).

Section 3 - Other Information Include any additional information you deem relevant.

Proposals will be evaluated based on the selection criteria as listed in the Columbus City Code, Title 3, Section 329.12. Proposals will be evaluated by a selection committee. The Design Builder receiving the highest combined score will be asked first to enter into negotiations with the City.

Evaluation criteria and point assignments are as follows:

Work Plan (50 points) Design Builder Team personnel and organization (15 points)

BID NOTICES - PAGE # 56

Columbus City Bulletin (Publish Date 05/27/06) 227 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Design Builder Bid Amount (15 points for low bid, 10 points for second low bid, 5 points for third low bid and 0 points for any thereafter) Design Builder team members' past performance with working with the City (10 points) Home Office Locations (5 points builder / 5 points design firm)

The City will negotiate the final scope of services and bid with the top ranked Design Builder. Upon successful completion of negotiations the City will enter into a contract with the selected Design Builder. If negotiations fail, the City will enter into negotiations with the second (and if need be subsequent) ranked offerer(s).

Proposals must be submitted on the proper forms contained in the Bid Package. The Bid Proposal must be submitted IN THEIR ENTIRETY in a sealed envelope marked: Manhole Casting and Lid Replacement CIP 650697

PROPOSAL GUARANTY The bidder is required to submit a Proposal Guaranty, consisting of either a Proposal bond, in the form provided in the Bid Packet with a surety or sureties licensed to conduct business in the State of Ohio, or a certified check drawn on a solvent bank made payable to the Treasurer - City of Columbus, Ohio. The amount of the guaranty shall not be less than ten (10) percent of the bid including all alternates submitted which increase the bid. The bond must express the amount of the bond in dollars and cents in order to be considered responsive. All bonds signed by an agent must be accompanied by a certified copy of the authority to act.

PREVAILING WAGE RATE Attention of the bidder is called to the special requirements which are included in the Bid Packet regarding prevailing rates of wages to be paid.

CONTRACT PERFORMANCE AND PAYMENT BOND A contract performance and payment bond of 100 percent of the amount of the contract with a surety or sureties licensed to conduct business in the State of Ohio according to Section 103.05 of the City of Columbus Construction & Materials Specifications, latest edition, will be required to assure the faithful performance of the work.

CONSTRUCTION AND MATERIAL SPECIFICATIONS Numbered paragraphs to which reference is made in the Bid Packet refer to the City of Columbus, Ohio Construction and Materials Specifications, latest edition and will become part of the terms and conditions of the contract to be awarded. Said specifications are hereby made a part of the Bid Packet. Bidders are required to examine Section 100, General Provisions, for the requirements necessary to submit a proposal. Copies of said Construction and Material Specifications may be examined and/or purchased at the office of the Director of Public Service, 90 W. Broad Street, 3rd Floor, Columbus, Ohio 43215 (614) 645-8290; at the offices of the Construction Inspection Division, 1800 E. 17th Avenue, Columbus, Ohio 43219 (614) 645-3182; and at the office of the Director of Public Utilities, 910 Dublin Road, 4th Floor, Columbus, Ohio 43215 (614) 645-6141.

CONTRACT COMPLIANCE REQUIREMENTS Each responsive bidder shall submit, with its bid, a City of Columbus Contract Compliance Certification

BID NOTICES - PAGE # 57

Columbus City Bulletin (Publish Date 05/27/06) 228 of 243 THE CITY BULLETIN BIDS WANTED - PURCHASING OFFICE AND OTHER DIVISIONS

Number or a completed application for certification.

NOTICE OF EQUAL BUSINESS OPPORTUNITY REQUIREMENTS A. Minority and Female Business Enterprise (MBE and FBE) Participation: Title 39 of the Columbus City Code (C.C.C.) provides for certification of minority business enterprises and female business enterprises. Under the current legislation, a minority business enterprise is defined as a for-profit business performing a commercially useful function which is owned and controlled by a person or persons having an African American ancestry. C.C.C. ?3901.01(G). A female business enterprise is defined as a for-profit business performing a commercially useful function which is owned and controlled by one or more females of non-African American descent. C.C.C. ?3901.01(F).

B. Specific Contract M/FBE goals: Specific Contract M/FBE goals shall not apply to this selection.

C. In collaboration with the Equal Business Opportunity Commission Office, the Department of Public Utilities encourages the utilization of city-certified minority, female and small business enterprises and minority business registrants.

D. In addition to the current requirements of Title 39, Columbus City Codes, 1959, it is expected that all or part of this contract may be undertaken with State and/or Federal funding assistance. The City may, therefore, be required to conform to certain utilization goals in order to conform fully to those programs.

Documentation suggested: Include the name, description of the work, and the dollar value of all certified M/FBE's and MBR's included in the proposal.

For information related to minority, female and small business enterprises, please contract the Equal Business Opportunity Commission Office at (614) 645-4764.

BID CANCELLATION AND REJECTIONS The right is reserved by the Director of Public Utilities of the City of Columbus, Ohio to cancel the Advertisement for Bids, to reject any and/or all bids, to waive technicalities, to hold bids for a period of 180 days after the bid opening, and/or to advertise for new proposals, when it is in the best interest of the City.

SUBSURFACE DATA No subsurface investigation was performed for this project.

CONTRACT COMPLETION The work under this contract shall be completed in a manner acceptable to the City within 360 calendar days after the effective date of the Notice to Proceed.

SPECIAL REQUIREMENTS Particular attention is called to the statutory requirements of the State of Ohio relative to licensing of corporations organized under the laws of any other state.

______Cheryl Roberto Director of Public Utilities ORIGINAL PUBLISHING DATE: May 20, 2006

BID NOTICES - PAGE # 58

Columbus City Bulletin (Publish Date 05/27/06) 229 of 243

Public Notices

The link to the Columbus City Health Code pdf shall constitute publication in the City Bulletin of changes to the Columbus City Health Department's Health Code. To go to the Columbus City Health Code, click here (pdf).

The Columbus City Code's "Title 7 -- Health Code" is separate from the Columbus City Health Code. Changes to "Title 7 -- Health Code" are published in the City Bulletin. To go to the Columbus City Code's "Title 7 -- Health Code," click here (html).

Columbus City Bulletin (Publish Date 05/27/06) 230 of 243 Office of City Clerk 90 West Broad Street City of Columbus Columbus OH 43215-9015 City Bulletin Report columbuscitycouncil.org

Legislation Number: PN0021-2006

Drafting Date: 01/18/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Commission 2006 Meeting Schedule Contact Name: Brenda Moore Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The 2006 regular monthly meetings of the Brewery District Commission will be held on the dates listed below at 6:15 p.m. at 109 N. Front Street, Columbus, Ohio 43215, in the ground floor Community Training Center. Copies of the agenda may be obtained by calling 645-8620 or by e-mail [email protected]. A Sign Language Interpreter, to “Sign” this meeting , will be made available for anyone with a need for this service, provided the Historic Preservation Office is made aware of this need and given a reasonable notice of at least forty-eight (48) hours prior to the scheduled meeting time. To schedule an interpreter, please call 645-8620 or TDD 645-6802.

Application Deadlines Hearing Dates

January 19, 2006 February 2, 2006 February 16, 2006 March 2, 2006 March 23, 2006 April 6, 2006 April 20, 2006 May 4, 2006 May 18, 2006 June 1, 2006 June 22, 2006 July 6, 2006 July 20, 2006 August 3, 2006 August 24, 2006 September 7, 2006 September 21, 2006 October 5, 2006 October 19, 2006 November 2, 2006 November 22, 2006 December 7, 2006 December 21, 2006 January 4, 2007 January 18, 2007 February 1, 2007

Legislation Number: PN0022-2006

Drafting Date: 01/18/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Commission 2006 Meeting Schedule Contact Name: Brenda Moore Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The 2006 regular monthly meetings of the Victorian Village Commission will be held on the dates listed below at 6:15 p.m. at 109 N. Front Street, Columbus, Ohio 43215, in the ground floor Community Training Center. Copies of the agenda may be obtained by calling 645-8620 or by e-mail [email protected]. A Sign Language Interpreter, to “Sign” this meeting , will be made available for anyone with a need for this service, provided the Historic Preservation

Columbus City Bulletin (Publish Date 05/27/06) 231 of 243 Office is made aware of this need and given a reasonable notice of at least forty-eight (48) hours prior to the scheduled meeting time. To schedule an interpreter, please call 645-8620 or TDD 645-6802.

Application Deadlines Hearing Dates

January 26, 2006 February 9, 2006 February 23, 2006 March 9, 2006 March 30, 2006 April 13, 2006 April 27, 2006 May 11, 2006 Mary 25, 2006 June 8, 2006 June 29, 2006 July 13, 2006 July 27, 2006 August 10, 2006 August 31, 2006 September 14, 2006 September 28, 2006 October 12, 2006 October 26, 2006 November 9, 2006 November 30, 2006 December 14, 2006 December 28, 2006 January 11, 2007 January 25, 2007 February 8, 2007

Legislation Number: PN0023-2006

Drafting Date: 01/18/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Historic Resources Commission 2006 Meeting Schedule Contact Name: Brenda Moore Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The 2006 regular monthly meetings of the Historic Resources Commission will be held on the dates listed below at 6:15 p.m. at 109 N. Front Street, Columbus, Ohio 43215, in the ground floor Community Training Center. Copies of the agenda may be obtained by calling 645-8620 or by e-mail [email protected]. A Sign Language Interpreter, to “Sign” this meeting , will be made available for anyone with a need for this service, provided the Historic Preservation Office is made aware of this need and given a reasonable notice of at least forty-eight (48) hours prior to the scheduled meeting time. To schedule an interpreter, please call 645-8620 or TDD 645-6802.

Application Deadlines Hearing Dates

February 2, 2006 February 16, 2006 March 2, 2006 March 16, 2006 April 6, 2006 April 20, 2006 May 4, 2006 May 18, 2006 June 1, 2006 June 15, 2006 July 6, 2006 July 20, 2006 August 3, 2006 August 17, 2006 September 7, 2006 September 21, 2006 October 5, 2006 October 19, 2006 November 2, 2006 November 16, 2006 December 7, 2006 December 21, 2006 January 4, 2007 January 18, 2007

Columbus City Bulletin (Publish Date 05/27/06) 232 of 243 Legislation Number: PN0024-2006

Drafting Date: 01/18/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Commission 2006 Meeting Schedule Contact Name: Brenda Moore Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The 2006 regular monthly meetings of the Italian Village Commission will be held on the dates listed below at 6:15 p.m. at 109 N. Front Street, Columbus, Ohio 43215, in the ground floor Community Training Center. Copies of the agenda may be obtained by calling 645-8620 or by e-mail [email protected]. A Sign Language Interpreter, to “Sign” this meeting , will be made available for anyone with a need for this service, provided the Historic Preservation Office is made aware of this need and given a reasonable notice of at least forty-eight (48) hours prior to the scheduled meeting time. To schedule an interpreter, please call 645-8620 or TDD 645-6802.

Application Deadlines Hearing Dates

January 3, 2006 January 17, 2006 February 7, 2006 February 21, 2006 March 7, 2006 March 21, 2006 April 4, 2006 April 18, 2006 May 2, 2006 May 16, 2006 June 6, 2006 June 20, 2006 July 3, 2006 July 18, 2006 August 1, 2006 August 15, 2006 September 5, 2006 September 19, 2006 October 3, 2006 October 17, 2006 November 7, 2006 November 21, 2006 December 5, 2006 December 19, 2006 January 2, 2007 January 16, 2007

Legislation Number: PN0025-2006

Drafting Date: 01/18/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Commission 2006 Meeting Schedule Contact Name: Brenda Moore Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The 2006 regular monthly meetings of the German Village Commission will be held on the dates listed below at 4:00 p.m. the German Village Meeting Haus, 588 S. Third Street, Columbus, Ohio 43215. Copies of the agenda may be obtained by calling 645-8620 or by e-mail at [email protected]. A Sign Language Interpreter, to “Sign” this meeting , will be made available for anyone with a need for this service, provided the Historic Preservation Office is made aware of this need and given a reasonable notice of at least forty-eight (48) hours prior to the scheduled meeting time. To schedule an interpreter, please call 645-8620 or TDD 645-6802.

Columbus City Bulletin (Publish Date 05/27/06) 233 of 243 Application Deadlines Hearing Dates

December 20, 2005 January 3, 2006 January 24, 2006 February 7, 2006 February 21, 2006 March 7, 2006 March 21, 2006 April 4, 2006 April 18, 2006 May 2, 2006 May 23, 2006 June 6, 2006 June 20, 2006 July 11, 2006 July 18, 2006 August 1, 2006 August 22, 2006 September 12, 2006 September 19, 2006 October 3, 2006 October 24, 2006 November 14, 2006 November 21, 2006 December 5, 2006 December 19, 2006 January 9, 2007 January 23, 2007 February 6, 2007

Legislation Number: PN0026-2006

Drafting Date: 01/18/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Historic Resources Commission 2006 Business Meeting Schedule Contact Name: Brenda Moore Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The 2006 regular monthly business meetings of the Historic Resources Commission will be held on the dates listed below at 12:00 noon. at 109 N. Front Street, Columbus, Ohio 43215, in the 1st Floor Conference Room. Copies of the agenda may be obtained by calling 645-8620 or by e-mail [email protected]. A Sign Language Interpreter, to “Sign” this meeting , will be made available for anyone with a need for this service, provided the Historic Preservation Office is made aware of this need and given a reasonable notice of at least forty-eight (48) hours prior to the scheduled meeting time. To schedule an interpreter, please call 645-8620 or TDD 645-6802.

Business Meeting Dates

January 12, 2006 February 9, 2006 March 9, 2006 April 13, 2006 May 11, 2006 June 8, 2006 July 13, 2006 August 10, 2006 September 14, 2006 October 12, 2006 November 9, 2006 December 14, 2006

Legislation Number: PN0027-2006

Drafting Date: 01/18/2006 Current Status: Clerk's Office for Bulletin

Columbus City Bulletin (Publish Date 05/27/06) 234 of 243 Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Italian Village Commission 2006 Business Meeting Schedule Contact Name: Brenda Moore Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The 2006 regular monthly business meetings of the Italian Village Commission will be held on the dates listed below at 12:00 noon. at 109 N. Front Street, Columbus, Ohio 43215, in the 1st Floor Conference Room. Copies of the agenda may be obtained by calling 645-8620 or by e-mail [email protected]. A Sign Language Interpreter, to “Sign” this meeting , will be made available for anyone with a need for this service, provided the Historic Preservation Office is made aware of this need and given a reasonable notice of at least forty-eight (48) hours prior to the scheduled meeting time. To schedule an interpreter, please call 645-8620 or TDD 645-6802.

Business Meeting Dates

January 10, 2006 February 14, 2006 March 14, 2006 April 11, 2006 May 9, 2006 June 13, 2006 July 11, 2006 August 8, 2006 September 12, 2006 October 10, 2006 November 14, 2006 December 12, 2006

Legislation Number: PN0028-2006

Drafting Date: 01/18/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Victorian Village Commission 2006 Business Meeting Schedule Contact Name: Brenda Moore Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The 2006 regular monthly business meetings of the Victorian Village Commission will be held on the dates listed below at 12:00 noon. at 109 N. Front Street, Columbus, Ohio 43215, in the 1st Floor Conference Room. Copies of the agenda may be obtained by calling 645-8620 or by e-mail [email protected]. A Sign Language Interpreter, to “Sign” this meeting , will be made available for anyone with a need for this service, provided the Historic Preservation Office is made aware of this need and given a reasonable notice of at least forty-eight (48) hours prior to the scheduled meeting time. To schedule an interpreter, please call 645-8620 or TDD 645-6802.

Business Meeting Dates

January 5, 2006 February 2 2006

Columbus City Bulletin (Publish Date 05/27/06) 235 of 243 March 2, 2006 April 6, 2006 May 4, 2006 June 1, 2006 July 6, 2006 August 3, 2006 September 7, 2006 October 5 2006 November 2 2006 December 7, 2006

Legislation Number: PN0029-2006

Drafting Date: 01/18/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: German Village Commission 2006 Business Meeting Schedule Contact Name: Brenda Moore Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The 2006 regular monthly business meetings of the German Village Commission will be held on the dates listed below at 12:00 noon. at 109 N. Front Street, Columbus, Ohio 43215, in the 1st Floor Conference Room. Copies of the agenda may be obtained by calling 645-8620 or by e-mail [email protected]. A Sign Language Interpreter, to “Sign” this meeting , will be made available for anyone with a need for this service, provided the Historic Preservation Office is made aware of this need and given a reasonable notice of at least forty-eight (48) hours prior to the scheduled meeting time. To schedule an interpreter, please call 645-8620 or TDD 645-6802.

Business Meeting Dates

January 31, 2006 February 28, 2006 March 28, 2006 April 25, 2006 May 30, 2006 June 27, 2006 July 25, 2006 August 29, 2006 September 26, 2006 October 31 2006 November 28, 2006 December 26, 2006

Legislation Number: PN0038-2006

Drafting Date: 01/25/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Southwest Area Commission 2006 Meeting Schedule

Columbus City Bulletin (Publish Date 05/27/06) 236 of 243 Contact Name: Bonita Lee Contact Telephone Number: 614-645-7964 Contact Email Address: [email protected] Body The Southwest Area Commission meets on the third Wednesday each month at New Horizons Church, 1663 Harrisburg Pike with the exception that the commission does not meet in December. For more information contact Bonita Lee at [email protected].

2006 Meeting Schedule: February 15 March 15 April 19 May 17 June 21 July 19 August 16 September 20 October 18 November 15

Legislation Number: PN0039-2006

Drafting Date: 01/25/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: Greater Area Commission 2006 Meeting Schedule Contact Name: Bonita Lee Contact Telephone Number: 614-645-8620 Contact Email Address: [email protected] Body The Greater Hilltop Area Commission meets on the first Tuesday of each month at the Hilltop Branch Library, 511 S. Hague Avenue at 7:00 p.m. with the exception of July (Independence Day) and November (Election Day). For more information contact Bonita Lee at [email protected].

February 7 March 7 April 4 May 2 June 6 July 11 August 1 September 5 October 3 November 14 December 5

Legislation Number: PN0060-2005

Drafting Date: 02/23/2005 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Columbus City Bulletin (Publish Date 05/27/06) 237 of 243 Title Notice/Advertisement Title: Published Columbus City Health Code Contact Name: Richard Hicks Contact Telephone Number: 654-6189 Contact Email Address: [email protected] Body"The Columbus City Health Code is updated and maintained by the Columbus Health Department. To view the most current City Health Code, please visit: http://www.publichealth.columbus.gov/

Legislation Number: PN0103-2006

Drafting Date: 05/19/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: NOTICE OF PROPOSED IMPROVEMENT AND ESTIMATED ASSESSMENTS TO BE LEVIED THEREFORE Contact Name: Kim Taylor Contact Telephone Number: 645-8623 Contact Email Address: [email protected] Body As a result of petitions received in the Office of the City Clerk, City of Columbus, on October 6, 1999, where upon over 60 percent of the property owners on North High Street between Arcadia Avenue and Torrence Road requested the construction of improvements to the right of way, including new sidewalks, new curbs, mast-arm signal poles, ornamental pedestrian nodes, and all new lighting poles, you are hereby notified that the Council of the City of Columbus, Ohio, by Resolution No. 0060X-2004, duly adopted at its meeting on July 21, 2004 and resolved that it is necessary to construct the improvements in the North High Street area, as described above, under special assessment improvement procedure, in accordance with the plans, specifications, and estimate of cost of said improvement approved by the administrator, transportation Division, and the Director of Public Service and on file in the office of said Administrator, 109 North Front Street, and any additional information desired may be obtained from said office.

The aforesaid resolution also provided that the improvements shall be constructed as shown on the plans designated by Drawing No. 1815 Dr. E. of the files of the Administrator of the Transportation Division of the Department of Public Service and provide that the whole cost of said improvement, $936,973.07 shall be assessed per linear feet of frontage on N. High Street.

The estimated amount of the assessment proposed to be levied against each lot or parcel of land is on file in the City Clerk's Office and the amount or amounts proposed to be levied against the lots or parcels of land standing in your name are as follows:

Mark E. Fessler et al 2910 N. High St. 010-043224 50.55 $4,145.91 Michael C Irwin/Gloria E Pados Irwin 2922 N. High St. 010-040593 45 $3,690.72 Michael C Irwin/Gloria E Pados Irwin 2934 N. High St. 010-007322 50 $4,100.80 Michael C Irwin/Gloria E Pados Irwin 2934 N. High St. 010-016112 37.5 $3,075.60 Michael C Irwin/Gloria E Pados Irwin 2928 N. High St. 010-024421 37.5 $3,075.60 J P Faulkner 3003 N. High St. 010-055903 65 $5,331.04

Columbus City Bulletin (Publish Date 05/27/06) 238 of 243 Richard P and Regina Hinterschied 3013 N. High St. 010-055904 47.5 $3,895.76 Richard P and Regina Hinterschied 0000 N. High St. 010-003021 70 $5,741.12 Richard P and Regina Hinterschied 3021 N. High St. 010-018914 55 $4,510.88 Melissa M Leibold 3014 N. High St. 010-052797 50 $4,100.80 Melissa M Leibold 3006 N. High St. 010-050424 50 $4,100.80 Melissa M Leibold 3002 N. High St. 010-020633 45 $3,690.72 Clintonville Corporation 3020 N. High St. 010-052796 42 $3,444.67 Kathleen Glover 3040 N. High St. 010-011315 92.7 $7,602.88 Kathleen Glover 10 E. Weber Rd 010-042471 72 $5,905.15 Marjorie J O'Neil 3151 N. High St. 010-021958 61.86 $5,073.51 LRES Investments LLC 3150 N. High St. 010-038349 123.48 $10,127.34 George M. Wolfe 3212 N. High St. 010-031798 40 $3,280.64 Evelyn Wasserstrom Tr 3291 N. High St. 010-055942 40 $3,280.64 Beverly B & Gary E Young 3434 N. High St. 010-007695 98 $8,037.57 Christina G, Spiros & Nicoleta E 3363 N. High St. 010-010845 38.45 $3,153.52 Spantithos/ Constantina V. Wurst Franklin County Commissioners 3454 N. High St. 010-042811 49 $4,018.78 Franklin County Commissioners 3468 N. High St. 010-042812 50 $4,100.80 Cornerstone Living Ltd 3474 N. High St. 010-039884 49 $4,018.78 R & M Family LP 3417 N. High St. 010-047824 348 $28,541.57 Emerald Light Investments 3489 N. High St. 010-038837 91 $7,463.46 Ville Real Estate LLC 3535 N. High St. 010-058689 80 $6,561.28 Ric Properties Ltd 3550 N. High St. 010-020420 100 $8,201.60 David R. Grieve 2761 N. High St. 010-037915 100 $8,201.60 Tony Sekulovski/Theodore Nedelfoff 2754 N. High St. 010-087969 162.9 $13,360.41 Columbus Cascade Co. 2848 N. High St. 010-015653 40 $3,280.64 Columbus Cascade Co. 2848 N. High St. 010-047680 80 $6,561.28 East Broad Plaza 2800 N. High St. 010-036059 365 $29,935.84 Tamarack Circle 3301 N. High St. 010-005317 62.5

Columbus City Bulletin (Publish Date 05/27/06) 239 of 243 $5,126.00 Gay & High Holding Company 3274 N. High St. 010-055936 38 $3,116.61

The owner of any lot or parcel so to be assessed who objects to the amount of apportionment of such assessment shall file an objection, in writing, with the City Clerk within two (2) weeks from the date of the service of this notice, and any owner who fails to do so shall be deemed to have waived any objection to such assessment to the extent of the amount estimated. See Columbus City Charter Section 171.

Attention is directed to section 174 of the Columbus City Charter, which provides as follows:

"An owner of any lot or of land bounding or abutting upon the proposed improvement, claiming that damage will be sustained by reason of the improvement, shall file such claim with the City Clerk within two weeks after the service of this notice or the completion of the publication hereinbefore provided. Such claim shall be in writing and shall set forth the amount of damages claimed, with a general description of the property with respect to which it is claimed the damage will accrue. Any owner who fails so to do shall be deemed to have waived such damages, and shall be barred from filing a claim or receiving damages therefor. This provision shall apply to all damages which will obviously result from the improvement, but shall not deprive the owner of the right to recover damages, arising, without the owner's fault, from acts of the city or of its agents. If, subsequent to the filing of such claim, the owner sells the property, or any part thereof, the right of damages, if any, shall follow the ownership of the land without other transference of the claim.

Information regarding the construction plans or petition process may be obtained by calling Mark Richard, P.E., with the Transportation Division, at 614-645-5675.

PLEASE NOTE: The Board of Revision has very limited authority to recommend that an estimated assessment be changed. The Board IS authorized to consider issues such as a calculation error (for example, the front footage of the property to be assessed is inaccurate) or an invalid petition (for example, signatures on a petition are those of tenants rather than property owners). However, the Board IS NOT authorized to consider issues such as the property owner's ability to afford the estimated assessment or the property owner's desire not to take part in the planned improvement.

Andrea Blevins City Clerk

Legislation Number: PN0104-2006

Drafting Date: 05/22/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title

Contact Name: Lois Washnock Contact Telephone Number: 614.645.7531 Contact Email Address: [email protected] Body During its regular meeting held on May 22, 2006, the Civil Service Commission passed a motion to abolish the specification for the classification Electricity Division Administrator and amend Rule XI accordingly (Class Code 0160).

During its regular meeting held on May 22, 2006, the Civil Service Commission passed a motion to abolish the specification for the classification Communication Systems Technician and amend Rule XI accordingly (Class Code 3674).

Columbus City Bulletin (Publish Date 05/27/06) 240 of 243 Legislation Number: PN0106-2006

Drafting Date: 05/24/2006 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: City Council Zoning Agenda for 6/5/2006 Contact Name: Adam Knowlden Contact Telephone Number: (614) 645-4605 Contact Email Address: [email protected] Body REGULAR MEETING NO. 29 CITY COUNCIL (ZONING) JUNE 5, 2006 6:30 P.M. COUNCIL CHAMBERS

ROLL CALL

READING AND DISPOSAL OF THE JOURNAL

EMERGENCY, TABLED AND 2ND READING OF 30 DAY LEGISLATION

ZONING: MENTEL, CHR. BOYCE HABASH HUDSON O'SHAUGHNESSY TAVARES THOMAS

0142-2006 To rezone 5500 BROADVIEW ROAD (43230), being 5.5± acres located on the north side of Broadview Road, 120± feet east of Woodville Drive, From: R, Rural District, To: PUD-6, Planned Unit Development District. (Rezoning # Z05-076)

0570-2006 To grant a Variance from the provisions of Sections 3332.037, R-2F, Residential District uses; 3332.21, Building lines; 3332.25, Maximum side yards required; 3342.15, Maneuvering; 3342.19, Parking space; 3342.28 Minimum number of parking spaces required, of the Columbus City Codes for the property located at 34 WEST TULANE ROAD (43202), to conform an existing four-unit dwelling with reduced development standards in the R-2F, Residential District (Council Variance CV05-060).

0705-2006 To grant a Variance from the provisions of Sections 3332.037, R-2F, Residential District uses; 3332.21, Building lines; 3332.25, Maximum side yards required; 3332.26 Minimum side yard permitted, of the Columbus City Codes for the property located at 43-49 WEBER ROAD (43202), to conform an existing four-unit dwelling with reduced development standards in the R-2F, Residential District (Council Variance CV05-061).

0683-2006 To grant a Variance from the provisions of Section 3332.037, R-2F, Residential District use, of the Columbus City Codes for property located at 2590 NEIL AVENUE (43202), to conform an existing four-unit dwelling in the R-2F, Residential District. (Council Variance CV05-057). (TABLED 5/22/2006)

0684-2006 To grant a Variance from the provisions of Section 3332.037, R-2F, Residential District use, of the Columbus City Codes for property located at 2596 NEIL AVENUE (43202), to conform an existing four-unit dwelling in the

Columbus City Bulletin (Publish Date 05/27/06) 241 of 243 R-2F, Residential District. (Council Variance CV05-058). (TABLED 5/22/2006)

0685-2006 To grant a Variance from the provisions of Section 3332.037, R-2F, Residential District use, of the Columbus City Codes for property located at 2602 NEIL AVENUE (43202), to conform and existing four-unit dwelling in the R-2F, Residential District. (Council Variance CV05-059). (TABLED 5/22/2006)

0749-2006 To rezone 4600 WINCHESTER PIKE (43232) being 2.1± acres located at the northeast corner of South Hamilton Road and Winchester Pike, From: C-2 and C-5, Commercial Districts, To: CPD, Commercial Planned Development District. (Rezoning # Z05-044)

0772-2006 To grant a Variance from the provisions of Sections 3332.033, R-2, Residential District, for the property located at 2440 GROVEPORT PIKE (43207), to conform an existing three-family dwelling in the R-2, Residential District (Council Variance # CV06-004).

0960-2006 To rezone 2195 WRIGHT BROTHERS AVENUE (43217), being 6.89± acres located at the southeast corner of Wright Brothers Avenue and B Miller Street, From: R, Rural District To: M-1, Manufacturing District (Rezoning # Z06-017).

0764-2006 To grant a Variance from the provisions of Sections 3353.03(H), Permitted Uses; 3353.05, C-2 District Development Limitations and 3342.15, Maneuvering, for property located at 111 NORTH WOODS BOULEVARD (43235), being 2.24 + acres on the east side of North Woods Boulevard, 10± feet south of North Woods Drive, to permit ground level residential use and second floor residential use not located over a commercial use, thereby permitting dwelling units in the CPD, Commercial Planned Development District.

0625-2006 To rezone 5598 OLENTANGY RIVER ROAD (43235), being 4.38± acres located east of the intersection of Olentangy River Road and Meeklyn Drive, From: R , Rural, RR, Rural Residential, LRR, Limited Rural Residential, and R-1, Residential Districts, To: L-R-1, Limited Residential District (Rezoning # Z05-031). (TABLED 4/24/2006)

Legislation Number: PN0211-2005

Drafting Date: 10/07/2005 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title Notice/Advertisement Title: 2006 Meeting Schedule - City of Columbus Records Commission Contact Name: Thamie Freeze Contact Telephone Number: 614-645-7293 Contact Email Address: [email protected] Body CITY BULLETIN NOTICE MEETING SCHEDULE CITY OF COLUMBUS RECORDS COMMISSION

Columbus City Bulletin (Publish Date 05/27/06) 242 of 243 The regular meetings of the City of Columbus Records Commission for the calendar year 2006 are scheduled as follows:

Monday, February 6, 2006

Monday, May 8, 2006

Monday, September 25, 2006

These meetings will take place at: City Hall, 90 West Broad Street, 2nd Floor, in the City Council Conference Room (226). They will begin promptly at 10:00 am.

Every effort will be made to adhere to the above schedule, but the City of Columbus Records Commission reserves the right to change the date, time or location of any meeting; or to hold additional meetings. To confirm the meeting date, time and locations or to obtain agenda information, contact the Office of the City of Columbus Records Commission Coordinator at (614) 645-7293.

Advertise: 10/2005 to 10/2006

Legislation Number: PN0247-2005

Drafting Date: 12/07/2005 Current Status: Clerk's Office for Bulletin

Version: 1 Matter Type: Public Notice

Title OFFICIAL NOTICE - CIVIL SERVICE COMMISSION

Notice/Advertisement Title: OFFICIAL NOTICE-CIVIL SERVICE COMMISSION Contact Name: Lois Washnock Contact Telephone Number: 614.645.7531 Contact Email Address: [email protected] Body OFFICIAL NOTICE CIVIL SERVICE COMMISSION COMPETITIVE EXAMINATION ANNOUNCEMENTS

APPLY ON-LINE 24 HOURS A DAY, 7 DAYS A WEEK OR APPLY IN PERSON 9:00 A.M. to 4:00 P.M. MONDAY, WEDNESDAY or THURSDAY.

The Civil Service Commission continuously administers competitive examinations. Information regarding examinations, for which the Civil Service Commission is currently accepting applications, is located on our website at www.csc.columbus.gov and is also posted at the Commission offices located at 50 West Gay Street, 6th Floor, Columbus, Ohio. Please note that all visitors to the Beacon Building are required to produce a picture ID, authenticating their identity, in order to visit the applications area. Applicants interested in City jobs should check our website or visit the Commission offices.

Columbus City Bulletin (Publish Date 05/27/06) 243 of 243