Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016

Council Members

Agenda Item # 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.

Back to List