Agenda Item # 5
Columbus Consolidated Government
Council Meeting
August 10, 2010
Agenda Report # 541
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) WARM SPRINGS ROAD AND BLACKMON ROAD ROUNDABOUT ? RFB NO. 10-0063
It is requested that Council authorize the execution of a construction contract
with Southeastern Site Development, Inc., in the amount of $397,502.85, for the
Warm Springs Road and Blackmon Road Roundabout.
The work shall consist of constructing a roundabout at the intersection of Warm
Springs Road and Blackmon Road. The contractor shall maintain normal traffic
and public access to all residences located within the project area.
Bid invitations were mailed to forty-two vendors, and specifications were
posted on the web page of the Purchasing Division. Four bids were received on
July 21, 2010. This bid has been advertised, opened and reviewed. The bidders
were:
Bidder Total Bid
Southeastern Site Development, Inc. (Newnan, GA) $397,502.85
JHC Corporation (Palmetto, GA) 471,727.00
Robinson Paving Company (Columbus, GA) 476,106.75
McMath-Turner Construction (Columbus, GA) 579,066.04
Funds are budgeted in the FY11 Budget: 1999 SPLOST ? Road/Bridge/Street
Projects ? General Construction ? Warm Springs Roundabout;
0540-695-2126-TXRB-7661-50329-20080.
(B) DEMOLITION SERVICES (ANNUAL CONTRACT) ? RFP NO. 10-0012
It is requested that Council authorize the execution of an annual contract for
demolition services with D. H. Griffin Wrecking Company, Inc./DBA Reaves
Wrecking Company, Inc. The Contractor will provide all necessary equipment,
materials, transportation and labor for residential and commercial demolition
services for the Consolidated Government of Columbus, Georgia. This agreement
will include projects primarily from Inspections & Code, Community Reinvestment
and Right of Way Acquisition Division; however, the contract will also be
utilized as needed for various City departments.
The initial term of the contract shall be for two years, with the option to
renew for three additional twelve-month periods. The contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
Request for proposal specifications were posted on the City?s website and the
Georgia Procurement Registry. The RFP has been advertised, opened and
evaluated. Six proposals were received March 19, 2010, from the following
offerors.
Reaves Wrecking Company (Columbus, GA)
Abatech Services, Inc. (Snellville, GA
Cross Construction Services (Lutz, FL)
*Resurgence Demolition (Carrollton, GA)
*Warrior Restoration & Environment (Carrollton, GA)
*Flatrock Sand & Gravel (Columbus, GA)
*At the RFP opening the offerors proposals were deemed non-responsive to the
requirements of the RFP specifications for the following reasons:
Did not acknowledge Addenda 1 & 2
Incomplete Service Plans
Incomplete Qualifications/Experience
Incomplete Business requirements
Letters have been sent to each vendor detailing the reasons their proposals
were deemed non-responsive.
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Inspections & Code, Community Reinvestment and Right of
Way Acquisition Division. During the evaluation process, D. H. Griffin
Wrecking Co., Inc/DBA Reaves Wrecking Company was deemed most responsive to the
RFP. The City?s Procurement Ordinance Article 3-110, Competitive Sealed
Proposals for the procurement of Equipment, Supplies and Professional Services,
governs the RFP process. During the process of an RFP there is no formal
opening, due to the possibility of negotiated components of the proposal. No
proposal responses or any negotiated components are made public until after the
award of the contract. If Council does not approve the recommended offeror,
the Evaluation Committee will begin negotiation with the next highest ranked
offeror or re-advertised or begin a new RFP process. Cost proposals and
evaluation results have been submitted to the City Manager in a separate memo
for information purposes.
Funds are budgeted each fiscal year for this on-going expense, General Funds ?
Community Reinvestment ? Real Estate ? Demolition Services,
0101-245-2400-REAL-6381; General Funds ? Community Reinvestment ? Inspections &
Code Enforcement ? Demolition Services, 0101-240-2200-INSP-6381; General Funds
? Community Reinvestment ? Redevelopment ? Demolition Services,
0210-245-2100-RDEV-6381.
* * * * * *
(C) TRANSLATION SERVICES ?GEORGIA STATEWIDE CONTRACT
It is requested that Council approve the usage of the Translation Services
contract with the following suppliers: Interpreters Unlimited, Inc.; Carmazzi,
Inc.; LATN, Inc. and Language Line Services, Inc., via the Georgia State
Contract Numbers 99999-SPD-S20110701-0001; 99999-SPD-S20110701-0002;
99999-SPD-S20110701-0003 and 99999-SPD-S20110701-0004. The Translation
Services will be utilized on an ?as needed basis?.
The statewide contract is available on a convenience basis to other
Governmental Entities such as state authorities, local government,
municipalities, cities, townships, counties and other political subdivisions of
the State of Georgia
The purpose of the contract is to provide person-to-person, person-to-phone,
written and voice-over response translation services for the following core
languages: Spanish, French, Italian, Portuguese, Haitian Creole, Bosnian,
Croatian, Serbian, Hemispheric Indigenous Languages, Chinese, Hmong,
Vietnamese, Cantonese, Japanese, Korean, Khmer (Cambodian), Thai, Laotian,
Mandarin, Arabic, African Dialects, Russian and Polish. Other languages may be
available.
The contract effective date is July 1, 2010 through June 30, 2016.
Funds are budgeted each fiscal year for this on-going expense for various
Departments.
* * * * * *
(D) ELECTRICAL FIXTURES, PARTS & SUPPLIES (ANNUAL CONTRACT) - RFB NO. 10-0062
It is requested that Council approve the purchase of electrical fixtures, parts
and supplies from Interstate Electrical Supply for the estimate annual contract
value of $36,650.80. The items will be procured on an ?as needed? basis, for
use throughout City-owned buildings.
The contract period is for two years, with the option to renew for three
additional twelve-month periods. Renewal is contingent upon mutual agreement
of the City and the Contractor.
Bid specifications were posted on the City?s website and the Georgia
Procurement Registry. One bid was received July 14, 2010. This bid has been
advertised, opened and reviewed. The bidder was:
VENDORS/DESCRIPTION TOTAL
AMOUNT PERCENTAGE
DISCOUNT FOR ITEMS NOT LISTED
1. Interstate Electrical Supply $ 36,650.80 20%
Funds are budgeted each fiscal year for these ongoing expenses: General Fund -
Public Services - Other Maintenance/Repairs - Parks & Recreation, Public Safety
and General Government; 0101-260-3710-REPA-6527, 6528 & 6529.
* * * * * *
(E) ANNUAL MAINTENANCE FOR CISCO/AVVID IP PHONE SYSTEM
It is requested that Council approve payment to AT&T for the annual maintenance
for all Cisco equipment and software license renewals, included in the IP
Telephony network in twelve locations: the Government Center, Annex, Public
Safety Complex, Fox Recreation Center, Trade Center, Public Services
Administration Building, Fleet Maintenance, Facilities Maintenance, Signal
Shop, Storage Warehouse, METRA, and the Animal Control Facility. The annual
cost of network and equipment coverage, known as AT&T DataCare, is $109,458.36.
The AT&T DataCare IP Telephony Manager is a continuance of the existing
Cisco/AT&T hardware and software maintenance purchased with the new Cisco AVVID
IP Phone System through AT&T (formerly BellSouth). The maintenance is
renewable each year on or before the anniversary date of July 1st.
Only AT&T has a complete end-to-end solution for all voice and data issues from
both an equipment and network perspective including the AT&T CO (Central
Office) network. Consequently, this maintenance and service is available only
through AT&T and deemed an only known source per the Procurement Ordinance
3-114.
Funds are budgeted in the FY11 Budget: General Fund - Information Technology ?
Computer Equipment Maintenance; 0101-210-1000-ISS-6511.
* * * * * *
(F) EMERGENCY STORM DRAIN REPAIR ON 11TH STREET
It is requested that Council approve payment to Robinson Paving Company
(Columbus, GA) in the amount of $34,794.55 for construction services required
for an emergency storm drain repair on 11th Street.
On Tuesday morning, June 1, 2010, the Engineering Department was notified of a
sink-hole which developed on 11th Street between Front Avenue and Broadway.
The sink-hole extended beyond the centerline of the road, requiring the road to
be closed. After investigation, it was determined that due to the depth of the
sink-hole and conflicts with utilities, Public Services would be unable to make
the repair. On June 2, 2010, the Engineering Department solicited quotes from
the following contractors: Robinson Paving Company, McMath-Turner and
Alexander Contracting. Quotes were based on hourly rates, materials cost-plus
basis, equipment, start date and estimated completion date. The quotes
offered by Robinson Paving and McMath-Turner were comparable; Alexander
Contracting did not respond. The Engineering Department recommended Robinson
Paving Company who was available to start the work immediately and complete the
work in the shortest time frame, five days. The City Manager approved the
emergency construction on June 3, 2010.
Funds were designated in the FY10 budget for this emergency: Special
Project/Capital Project Fund ? Capital Projects ? Sewer Fund Supported ?
Drainage/Street Improvements ? 11th Street Sinkhole;
0508-660-2000-CPSF-7622-21104-20100.
* * * * * *
(G) EMERGENCY REPAIR OF BOILER AT GOVERNMENT CENTER
It is requested that Council approve payment to Banks Boiler Services, Inc.,
(Albany, GA) in the amount of $35,700.00 for emergency repairs required for the
boiler at the Government Center.
The boiler at the Government Center provides heat to the tower and the two
wings. The boiler is utilized throughout the year, on a minimal basis in the
Spring and Summer months and at full capacity during Fall/Winter. During
routine maintenance, the Facilities Maintenance Division identified that the
boiler would need some major repairs before the building required heating, at
full capacity, in the Fall/Winter. The required repairs should extend the
life of this boiler by five to seven years. If the repairs are not made now,
replacing the boiler is estimated to cost $174,000.
The work will take approximately 30 days to complete, therefore a vendor needed
to start work, immediately, to order the parts that need to be replaced. The
City Manager approved the emergency purchase on July 19, 2010.
Per Facilities Maintenance, Banks Boiler Services, Inc., was selected to
perform the work because they are the only vendor who has worked on the City?s
boiler and is familiar with the equipment and the City?s schematics.
Funds are budgeted in the FY11 Budget: General Fund ? Public Services ? Other
Maintenance/Repairs ? Building Maintenance/General Government ? Government
Center 10th Street; 0101-260-3710-REPA-6521.
* * * * * *
(H) COMMERCIAL ZERO-TURN-RADIUS MOWERS ? GEORGIA STATEWIDE CONTRACT
It is requested that Council approve the purchase of seven (7) commercial
zero-turn-radius mowers, via Georgia State Contract, SWC80775, from The Whitson
Company d/b/a Power Tool Company, (Johnson City, TN) in the amount of
$58,238.18.
The mowers will be used by the Right-of-Way Maintenance Division of the Public
Services Department to handle the Riverwalk Maintenance, as well as, replace
older mowers in the fleet.
Purchase via Georgia Statewide Contract is requested due to the immediate need
for the mowers by the Right-of-Way Maintenance Division. The City received
twenty (20) bids on March 31, 2010 for the mowers. Beginning with the lowest
bidder, Public Services reviewed the bid responses up to the eleven (11) lowest
bidders, recommending award to the vendor with the eleventh lowest bid price,
who met specifications. On May 17, 2010 Purchasing gave written notification
to the other ten (10) non-recommended vendors to inform them why their bid did
not meet specifications. Of the ten (10) bidders, two (2) contested the reasons
provided by Public Services for non-recommendation. After further
communication with the two vendors it was determined the best way to resolve
the matter was to have a mow-off demonstration with the two (2) non-recommended
vendors and the recommended vendor. It was also determined that Purchasing
should ask these vendors to confirm their bid prices were still valid since 5
months had lapsed since the bid opening. When Purchasing contacted the three
(3) vendors about the demonstration and confirmation of the prices, the
recommended vendor informed that the mower originally bid was no longer
available and he was substituting another mower, dramatically increasing his
price. The price increase by the recommended vendor further complicated the bid
review process, moving four (4) other vendors, who previously had a higher bid
price, into the review process, because their bid price was now lower than the
recommended vendor. These changes completely altered the scope of the bid
evaluation process. If the City tried to continue the bid process Public
Services would basically have to go back through the review process, further
delaying the purchase of the mowers.
Due to the length of time already expired and the changes that occurred in the
bid process which were beyond the City?s control, Purchasing recommended the
following to Public Services: 1) Re-bid, if there was no immediate need for the
mowers; 2) If the need for the mowers was more immediate, consider purchasing
via Georgia State Contract. Public Services confirmed there is immediate need
for the mowers as the Right of Way Maintenance Division has had several mowers
out for repairs.
Funds were budgeted in the FY10 Budget and will be carried over to FY11 for
five (5) mowers: Paving Fund ? Public Services ? Right of Way Maintenance;
Rolling Stock; 0203 ? 260 ? 3120 ? ROWM ? 7726. Funds are budgeted in the
FY11 Budget for two (2) mowers: Paving Fund ? Public Services ? Right of Way
Maintenance; Rolling Stock; 0203 ? 260 ? 3120 ? ROWM ? 7726.
* * * * * *
(I) CONCRETE RAILROAD CROSSING PANELS (ANNUAL CONTRACT) ? RFB NO. 10-0061
It is requested that Council approve the purchase of concrete railroad crossing
panels from Omega Industries for the estimated annual contract value of
$297,750.00. The Contractor will provide concrete panels with attached rubber
sets and deflector plates to be purchased by the Engineering Department on an
?as needed basis?. The items will replace existing wooden/asphalt at various
railroad crossings. The concrete railroad crossing panels will enable vehicles
to cross the railroads more smoothly.
The contract term shall be for two years, with the option to renew for three
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the City and the Contractor.
Bids specification were posted on the City?s website and the Georgia
Procurement Registry. This bid has been advertised, opened and reviewed. Two
bids were received July 21, 2010, from the following vendors:
Omega Industries (Vancouver, WA) $297,750.00
*Omni Products (McHenry, IL) $155,420.00
*Vendor?s bid was deemed non-responsive to the bid specifications at the bid
opening for the following reasons:
Did not acknowledge Addenda 1 & 2
a) Addendum 2 included a Revised Pricing Page, which changed the item
description and how vendors submitted the unit cost per line item.
Did not provide shop drawings and certifications
Did not provide manufacturer?s warranty
Did not include a copy of business license
Funds are budgeted each fiscal year for this on-going expense: 1999 Sales Tax
Project Fund ? 1999 SPLOST ? 99 SPLOST Road/Bridge/Street ? Road Maintenance
Materials, 0540-695-2126-TXRB-6726-50313-20040.
(J) REMOVAL & RECYCLING/REUSE, SCRAP METAL, BULKY ITEMS & SIMILAR MATERIAL FROM
THE COLUMBUS LANDFILL (ANNUAL CONTRACT) - RFB NO. 11-0004
It is requested that Council approve the contract from Star Recycling, Inc.,
for the removal, recycling/reuse, scrap metal, bulky items and similar material
from the Columbus Landfill at the rate of $93.69 per ton. The per ton rate
will be paid by the Contractor to the City, and will be deposited into the
Government Wide Revenue Account.
Public Services estimates approximately 50 tons of scrap metal is received
monthly. Typical items are refrigerators, stoves, washers, dryers, furnaces,
air conditioners, heat pumps, hot water heaters and large metal auto parts.
The contract term shall be for three years, with the option to renew for two
additional twelve-month periods, contingent upon the mutual agreement of the
City and Contractor.
Bid specifications were posted on the City?s website. One bid was received July
21, 2010. This bid has been advertised, opened and reviewed. The bidder was:
PER TON RATE
Star Recycling, Inc. (Birmingham, AL) $93.69
Revenue will be deposited into the Integrated Waste - Government Wide Revenue
Account ? Recycling Fees; 0207-099-1999-REVN-4558.
?ITEM A?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
SOUTHEASTERN SITE DEVELOPMENT, INC., IN THE AMOUNT OF $397,502.85, FOR THE WARM
SPRINGS ROAD AND BLACKMON ROAD ROUNDABOUT.
WHEREAS, the work shall consist of constructing a roundabout at the
intersection of Warm Springs Road and Blackmon Road. The contractor shall
maintain normal traffic and public access to all residences located within the
project area.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction contract
with Southeastern Site Development, Inc., in the amount of $397,502.85, for the
Warm Springs Road and Blackmon Road Roundabout. Funds are budgeted in the FY11
Budget: 1999 SPLOST ? Road/Bridge/Street Projects ? General Construction ? Warm
Springs Roundabout; 0540-695-2126-TXRB-7661-50329-20080.
______________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM B?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH D. H. GRIFFIN
WRECKING CO., INC./DBA REAVES WRECKING COMPANY, INC., TO PROVIDE DEMOLITION
SERVICES ON AN ?AS NEEDED BASIS?.
WHEREAS, an RFP was administered (RFP No. 10-0012) and six proposals were
received; and,
WHEREAS, the proposal submitted by D. H. Griffin Wrecking Co./ DBA Reaves
Wrecking Company, Inc., met all proposal requirements and was evaluated most
responsive to the RFP; and,
WHEREAS, the initial term of the contract shall be for two years, with
the option to renew for three (3) additional twelve-month periods. The
contract renewal will be contingent upon the mutual agreement of the City and
the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with D. H.
Griffin Wrecking Company, Inc./DBA Reaves Wrecking Company, Inc., to provide
Demolition Services on an ?as needed basis?. Funds are budgeted each fiscal
year for this on-going expense, General Funds ? Community Reinvestment ? Real
Estate ? Demolition Services, 0101-245-2400-REAL-6381; General Funds ?
Community Reinvestment ? Inspections & Code Enforcement ? Demolition Services,
0101-240-2200-INSP-6381; General Funds ? Community Reinvestment ? Redevelopment
? Demolition Services, 0210-245-2100-RDEV-6381, and Right-of-Way Acquisition -
Various Project: Special Project-Capital Project Fund ? Capital Projects ?
Paving Fund Supported Capital Project, 0508-660-300; 1999 Sales Tax Project
Fund ? 1999 SPLOST ? 99 SPLOST Road/ Bridge/Street, 0540-695-2126.
_____________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM C?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE USAGE OF THE TRANSLATION SERVICES
CONTRACT WITH THE FOLLOWING SUPPLIERS: INTERPRETERS UNLIMITED, INC.; CARMAZZI,
INC.; LATN, INC. AND LANGUAGE LINE SERVICES, INC., VIA TH GEORGIA STATE
CONTRACT NUMBERS 99999-SPD-S20110701-0001; 99999-SPD-S20110701-0002;
99999-SPD-S20110701-0003 and 99999-SPD-S20110701-0004. THE TRANSLATION
SERVICES WILL BE UTILIZED ON AN "AS NEEDED" BASIS.
WHEREAS, the statewide contract is available on a convenience basis to other
Governmental Entities such as state authorities, local government,
municipalities, cities, townships, counties and other political subdivisions of
the State of Georgia; and,
WHEREAS, the purpose of the contract is to provide person-to-person,
person-to-phone, written and voice-over response translation services for the
following core languages: Spanish, French, Italian, Portuguese, Haitian Creole,
Bosnian, Croatian, Serbian, Hemispheric Indigenous Languages, Chinese, Hmong,
Vietnamese, Cantonese, Japanese, Korean, Khmer (Cambodian), Thai, Laotian,
Mandarin, Arabic, African Dialects, Russian and Polish. Other languages may be
available.
WHEREAS, the contract effective date is July 1, 2010 through June 30,
2016.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract for
the usage of the Translation Services with the following suppliers:
Interpreters Unlimited, Inc.; Carmazzi, Inc.; LATN, Inc. and Language Line
Services, Inc., via the Georgia State Contract numbers
99999-SPD-S20110701-0001; 99999-SPD-S20110701-0002; 99999-SPD-S20110701-0003
and 99999-SPD-S20110701-0004. Funds are budgeted each fiscal year for this
on-going expense for various Departments.
____________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ELECTRICAL FIXTURES, PARTS AND
SUPPLIES FROM INTERSTATE ELECTRICAL SUPPLY FOR THE ESTIMATE ANNUAL CONTRACT
VALUE OF $36,650.80.
WHEREAS, the items will be procured on an as needed basis; and,
WHEREAS, the contract period will be two years, with the option to renew for
three additional twelve month period. Contract renewals are contingent upon
the mutual agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase electrical fixtures,
parts and supplies from Interstate Electrical Supply for the estimate annual
contract value of $36,650.80. Funds are budgeted each fiscal year for these
ongoing expenses, General Fund - Public Services - Other Maintenance/Repairs -
Parks & Recreation, Public Safety and General Government;
0101-260-3710-REPA-6527, 6528 & 6529.
________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM E ?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING PAYMENT TO AT&T FOR THE ANNUAL MAINTENANCE FOR ALL
CISCO EQUIPMENT AND SOFTWARE LICENSE RENEWALS, INCLUDED IN THE IP TELEPHONY
NETWORK IN TWELVE LOCATIONS: THE GOVERNMENT CENTER, ANNEX, PUBLIC SAFETY
COMPLEX, FOX RECREATION CENTER, TRADE CENTER, PUBLIC SERVICES ADMINISTRATION
BUILDING, FLEET MAINTENANCE, FACILITIES MAINTENANCE, SIGNAL SHOP, STORAGE
WAREHOUSE, METRA, AND THE ANIMAL CONTROL FACILITY. THE ANNUAL COST OF NETWORK
AND EQUIPMENT COVERAGE, KNOWN AS AT&T DATACARE, IS $109,458.36
WHEREAS, the AT&T DataCare IP Telephony Manager is a continuance of the
existing Cisco/AT&T hardware and software maintenance purchased last year with
the new Cisco AVVID IP Phone System through AT&T (formerly BellSouth). The
maintenance is renewable each year on or before the anniversary date of July
1st. Only AT&T has a complete end-to-end solution for all voice and data
issues from both an equipment and network perspective including the AT&T CO
(Central Office) network. Consequently, this maintenance and service is
available only through AT&T and deemed an only known source per the Procurement
Ordinance 3-114.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to AT&T in the
amount of $109,458.36 for the annual maintenance for all Cisco equipment and
software license renewal (AT&T Datacare), included in the IP telephony network
in twelve locations: the Government Center, Government Center Annex, Public
Safety Complex, Fox Recreation Center, the Trade Center, Public Services
Administration Building, Fleet Maintenance, Facilities Maintenance, Signal
Shop, Storage Warehouse, METRA, and the Animal Control Facility. Funds are
budgeted in FY11 Budget: Information Technology ? Computer Equipment;
0101-210-1000-ISS-6511.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM F?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING PAYMENT TO ROBINSON PAVING COMPANY (COLUMBUS, GA) IN
THE AMOUNT OF $34,794.55 FOR CONSTRUCTION SERVICES REQUIRED FOR AN EMERGENCY
STORM DRAIN REPAIR ON 11TH STREET.
WHEREAS, on Tuesday morning, June 1, 2010, the Engineering Department
was notified of a sink-hole which developed on 11th Street between Front Avenue
and Broadway. The sink-hole extended beyond the centerline of the road,
requiring the road to be closed. After investigation, it was determined that
due to the depth of the sink-hole and conflicts with utilities, Public Services
would be unable to make the repair; and,
WHEREAS, on June 2, 2010, the Engineering Department solicited quotes
from the following contractors: Robinson Paving Company, McMath-Turner and
Alexander Contracting. Quotes were based on hourly rates, materials cost-plus
basis, equipment, start date and estimated completion date. The quotes
offered by Robinson Paving and McMath-Turner were comparable; Alexander
Contracting did not respond; and,
WHEREAS, the Engineering Department recommended Robinson Paving Company
who was available to start the work immediately and complete the work in the
shortest time frame, five days. The City Manager approved the emergency
construction on June 3, 2010.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager, is hereby authorized to make payment to Robinson Paving
Company (Columbus, GA) in the amount of $34,794.55 for construction services
required for an emergency storm drain repair on 11th Street. Funds were
designated in the FY10 budget for this emergency: Special Project/Capital
Project Fund ? Capital Projects ? Sewer Fund Supported ? Drainage/Street
Improvements ? 11th Street Sinkhole; 0508-660-2000-CPSF-7622-21104-20100.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM G?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING PAYMENT TO PAYMENT TO BANKS BOILER SERVICES, INC.,
(ALBANY, GA) IN THE AMOUNT OF $35,700.00 FOR EMERGENCY REPAIRS REQUIRED FOR THE
BOILER AT THE GOVERNMENT CENTER.
WHEREAS, the boiler at the Government Center provides heat to the tower and the two
wings. The boiler is utilized throughout the year, on a minimal basis in the
Spring and Summer months and at full capacity during Fall/Winter. During
routine maintenance, the Facilities Maintenance Division identified that the
boiler would need some major repairs before the building required heating, at
full capacity, in the Fall/Winter. The required repairs should extend the
life of this boiler by five to seven years. If the repairs are not made now,
replacing the boiler is estimated to cost $174,000; and,
WHEREAS, the work will take approximately 30 days to complete,
therefore a vendor needed to start work, immediately, to order the parts that
need to be replaced. The City Manager approved the emergency purchase on July
19, 2010; and,
WHEREAS, per Facilities Maintenance, Banks Boiler Services, Inc., was selected
to perform the work because they are the only vendor who has worked on the
City?s boiler and is familiar with the equipment and the City?s schematics.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager, is hereby authorized to make payment to Banks Boiler
Services, Inc., (Albany, GA) in the amount of $35,700.00 for emergency repairs
required for the boiler at the Government Center. Funds are budgeted in the
FY11 Budget: General Fund ? Public Services ? Other Maintenance/Repairs ?
Building Maintenance/General Government ? Government Center 10th Street;
0101-260-3710-REPA-6521.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM H?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF SEVEN COMMERCIAL ZERO-TURN-RADIUS
MOWERS VIA GEORGIA STATE CONTRACT, SWC80775, FROM THE WHITSON COMPANY D/B/A/
POWER TOOL COMPANY, (JOHNSON CITY, TN) IN THE AMOUNT OF $58,238.18.
WHEREAS, the Commercial Zero-Turn-Radius Mowers will be used by the
Right-of-Way Maintenance Division of the Public Services Department to handle
the Riverwalk Maintenance, as well as, replace older mowers in the fleet.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase seven (7) Commercial
Zero-Turn-Radius Mowers via Georgia State Contract, SWC80775, from The Whitson
Company d/b/a Power Tool Company, (Johnson City, TN) in the amount of
$58,238.18. Funds were budgeted in the FY10 Budget and will be carried over to
FY11 for five (5) mowers: Paving Fund ? Public Services ? Right of Way
Maintenance; Rolling Stock; 0203 ? 260 ? 3120 ? ROWM ? 7726. Funds are
budgeted in the FY11 Budget for two (2) mowers: Paving Fund ? Public Services
? Right of Way Maintenance; Rolling Stock; 0203 ? 260 ? 3120 ? ROWM ? 7726.
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ________________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM I?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF CONCRETE RAILROAD CROSSING PANELS, ON
AN ?AS NEEDED BASIS,? FROM OMEGA INDUSTRIES FOR THE ESTIMATED ANNUAL CONTRACT
VALUE OF $297,750.00
WHEREAS, the Contractor will provide concrete railroad crossing panels with
attached rubber sets and deflector plates to be purchased by the Engineering
Department on an ?as needed basis?. The items will replace existing
wooden/asphalt panels at various railroad crossings. The concrete panels will
enable vehicles to cross the railroad more smoothly; and,
WHEREAS, the contract term shall be for two years, with the option to renew for
three additional twelve month periods. Contract renewal will be contingent
upon the mutual agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase railroad
crossing panels on an ?as needed basis? from Omega Industries, Inc., for the
estimated annual contract value of $297,750.00. Funds are budgeted each fiscal
year for this on-going expense: 1999 Sales Tax Project Fund ? 1999 SPLOST ? 99
SPLOST Road/Bridge/Street ? Road Maintenance Materials:
0540-695-2126-TXRB-6726-50313-20040.
________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM J?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING A CONTRACT WITH STAR RECYCLING, INC., FOR THE REMOVAL,
RECYCLING/REUSE, SCRAP METAL, BULKY ITEMS AND SIMILAR MATERIAL FROM THE
COLUMBUS LANDFILL, PAYING THE CITY AT A RATE OF $93.69 PER TON.
WHEREAS, the Contractor will remove, recycle/reuse, scrap metal, bulky items
and similar material from the Columbus Landfill; and,
WHEREAS, the typical items are refrigerators, stoves, washers, dryers,
furnaces, air conditioners, heat pumps, hot water heaters and large metal auto
parts; and,
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into a contract
with Star Recycling, Inc., for the Removal, Recycling/Reuse, Scrap Metal, Bulky
Items and Similar Material from the Columbus Landfill at a rate of $93.69 per
ton to be received as revenue for the City. Revenue will be deposited into the
Integrated Waste - Government Wide Revenue Account ? Recycling Fees;
0207-099-1999-REVN-4558.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
Attachments
No attachments for this document.