Columbus, Georgia

Georgia's First Consolidated Government

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

Council Members



CITY MANAGER'S AGENDA

7/24/2012





I. FY13 PUBLIC DEFENDER CONTRACT:



Authorization is requested to enter into an agreement for Indigent

Defense Services with the Circuit Public Defender Office of the Chattahoochee

Judicial Circuit in the amount of $1,324,670 from July 2012 to June 2013 and

authorize payment to Georgia Public Defender Standards Council (GPDSC) for

$828,291 and for $41,415, 5% administrative fee (GPDSC payment is included in

the total amount of $1,324,670). An agenda report, contract and resolution are

attached. Click link to access documents. (Approved)





II. PROPERTY EXCHANGE - LIBERTY DISTRICT:



Authorization is requested to execute a landswap to acquire property

that will be used to promote redevelopment of the Liberty District as follows:

The property consists of .55 acres of property owned by the City located along

7th Avenue for property owned by Holsey Chapel CME Church located at 821 ? 8th

Street. The property gained by the City will be .46 acres at a cost of $31,000

plus .55 acres of City owned property. The property appraisals support the

exchange. An agenda report, map and resolution are attached. Click

link to access documents. (Approved)





III. CRIMINAL JUSTICE COORDINATING COUNCIL:



Authorization is requested to accept $5,965 from the Criminal Justice

Coordinating Council for the operation of Juvenile Drug Court Programs. An

agenda report and resolution are attached. Click link to access

documents. (Approved)





IV. ADULT FELONY DRUG COURT GRANT:



Authorization is requested to submit an application and if approved,

accept $6,936 from the Criminal Justice Coordinating Council for the operation

of the Muscogee County Adult Felony Drug Court, from July 1, 2012 to September

30, 2012. An agenda report and resolution are attached. Click link to

access documents. (Approved)











CITY MANAGER'S AGENDA

7/24/2012

Page 2









V. PURCHASES: Click link to access documents.



Authorization is requested of items "A" and "H":



A. Membership Dues for Georgia Municipal Association (Approved)

B. Annual Software License Maintenance for Permitting (Approved)

System and Business License System

C. Change Order 5 - Asphalt Removal, Seeding and Landscaping Project

(Approved)

D. Mobile Data Computers - Police Department (Approved)

E. Annual Software Support and License Renewal Fee (Approved)

for Land Records Imaging and Indexing System (Approved)

F. Fire/EMS Patient Care Software (Approved)

G. Mobile Data Terminal (MDT) Hardware Maintenance Support (Approved)

H. Donation and Purchase of Scoreboard for Memorial Stadium (Approved)









CITY MANAGER'S AGENDA

7/24/2012

Page 3





Emergency Purchase ? Information Only



Emergency Purchase of Tray Washer for Muscogee County Jail:



On July 17, 2012 the Sheriff?s Department requested the emergency purchase of a

replacement dishwasher (tray-washer) for the Muscogee County Jail.



The current dishwasher was in need of major mechanical repairs due to the

recent failure of some of its major components (motor, conveyor & gearbox).

Over the past year it has had multiple on site repairs and incurred

considerable repair cost. As a result, a replacement dishwasher was included

in the Sheriff?s Department L.O.S.T FY13 capital outlay budget.



The Sheriff?s Department requested to purchase a tray washer because the

conveyor system is more durable and efficient in handling the meal trays than

the current dishwasher. Insinger is the manufacturer of tray washers,

specifically designed to handle meal trays for large facilities. The

Sheriff?s Department obtained quotes from the following vendors who could

supply this equipment:



Columbus Store Equipment (Columbus Georgia) *$56,654.40

Federal Supply USA (Waukegan, IL) 50,979.60

Cooks Direct (Warrenville, Il) 52,470.50

*Freight to be determined



The quotes from Federal Supply and Cook's did not address fabrication cost.

The existing stainless tables will require modification on both the inlet and

outlet side to work with the new machine. In addition, their quotes did not

address electrical modifications due to the switch from a dishwasher to a tray

washer, nor fabrication that will be required to the existing exhaust

ventilation system. All those issues have been identified and addressed in the

quote from Columbus Store Equipment. Therefore, the Sheriff?s Department

recommended the quote from Columbus Store Equipment, because the vendor

addressed all the requirements to provide and install the equipment. The

emergency purchase was further requested because the new tray washer is built

when ordered, and that process takes approximately four to six weeks from the

time the vendor receives the purchase order.



The Sheriff's Office understands this purchase exceeds the amount approved for

a "dishwasher" by $21,654. This shortfall will come from the $22,000 approved

for a kitchen kettle also approved in the FY13 L.O.S.T budget. Freight charges

will be determined and added when delivered. The kettle replacement will be

deferred until FY14.



The City Manager approved the emergency on July 17, 2012.



Funds are budgeted in the FY13 Budget: Public Safety LOST Fund ? Sheriff -

Public Safety LOST - Capital Expenses over $5,000 0102-550-9900-LOST-7761.



* * * * * * * * *



2. Electrical Fire at City Fleet Maintenance Shop



On July 19, 2012, around 1:00 am, a small electrical fire broke out in the

upstairs area at the Fleet Maintenance Shop. The sprinkler system was

activated. The fire damage was minimal, however, the water damage was

extensive. Approximately three (3) offices and a small break-room received

damage and require clean up



The Public Services Department requested approval to secure a restoration

company to aid in the clean up. The City Manager approved the emergency on

July 19, 2012.

The department contacted Servpro, who was on the site by 12:40 that

afternoon. The City?s Claims Service Coordinator, Tripp Childs, from J. Smith

Lanier was also on site to assess the damage.



The total cost of the damage has not been determined at this time.















Bid Advertisements

(Schedule opening bid dates)







July 25, 2012

1. Masonry Products (Re-Bid) (Annual Contract) ? RFB No. 12-0061

Scope of RFB

Provide masonry products to include: portland cement (Type 1), concrete ready

mix w/gravel, brick sand, concrete sand, brick, 3 hole (Grade SW), brick,

8? (Grade SW), concrete building brick (Grade A), concrete blocks (Type 1,

Grade N), mound mix (Top Dressing) and fire brick, 8? on an ?as needed? basis

to the Columbus Consolidated Government (the City) to be utilized by Public

Services Department and Park Services. The contract term will be for two years

with the option to renew for three additional twelve-month periods. The

contract will be awarded to a Primary and Secondary Contractor.



2. Office Supplies (Annual Contract) ? RFB No. 12-0060

Scope of RFB

Provide various office supplies on an ?as needed basis? to various departments

of Columbus Consolidated Government. Contract term shall be for two years,

with the option to renew for three (3) additional twelve-month periods.



3. Lawn Maintenance Equipment (Annual Contract) ? RFB No. 12-0062

Scope of RFB

Provide edgers, line trimmers, various types of mowers, back pack blowers and

chain saws on an ?as needed? basis to Columbus Consolidated Government (the

City) to be utilized by various City Departments. The contract term will be

for two years, with the option to renew for three additional twelve-month

periods.







CITY MANAGER'S AGENDA

7/24/2012

Page 4



4. Landfill Compactor ? RFB No. 12-0057

Scope of RFB

Provide one (1) Landfill Compactor to be used by the Landfill Division of

Public Services.



August 1, 2012

1. Watershed Fertilization (Annual Contract) ? RFB No. 13-0002

Scope of RFB

Provide erosion control at various watershed lakes. The contract term shall be

for three (3) years, with the option to renew for two (2) additional

twelve-month periods.





August 8, 2012

1. Storm Drain Rehabilitation Priority 1 Pipes ? Contract 4 ? RFB No. 13-0003

Scope of RFB

The project consists of the following major elements: performing

cured-in-place rehabilitation of 3,800 feet of 12 to 18-inch pipe, 4,000 feet

of 24 to 36-inch pipe and 1,000 feet of 42 to 60-inch pipe; performing CCTV

inspection of 1,200 feet of 10 to 24-inch pipe and 1,900 feet of 30 to 60-inch

pipe; and miscellaneous point repairs, manhole height adjustments and

installation of manholes. Alternate bids will be received for cured-in-place

rehabilitation of 30 feet of 48x24-inch and 1,900 feet of 72x48-inch sewers.

The City will only consider bids from pre-qualified contractors.



2. Ball Field Soil Conditioner (Annual Contract) ? RFB No. 13-0007

Scope of RFB

Provide ball field soil conditioner to be used by the Parks and Recreation

Department. This product is used to prepare the ball fields for play after it

has rained. The contract period shall be for two (2) years, with the option to

renew for three (3) additional twelve-month periods.









CITY MANAGER'S AGENDA

7/24/2012

Page 6





August 15, 2012

1. Veterans Parkway Streetscape Improvements Phase III ? RFB No. 13-0004

Scope of RFB

The Project consists of the following major elements: Roadway Improvements:

erosion control, clearing and grubbing, grading of new medians to include 530

CY of graded aggregate base course, 1,900 LF of 30-inch concrete curb and

gutter, 330 LF of 18-inch concrete storm drain pipe, 28 catch basins, 3,200 SY

concrete sidewalks/driveways, 20 TN recycled asphalt concrete; Signing and

Marking: 260 SF of highway signs, 144 LF of galvanized steel posts, 5,600 LF

of thermoplastic striping, and thermoplastic pavement markings; Landscaping:

1,300 SY of Corner Plaza paving, planting of 84 Quercus Nuttallii and 44

Lagerstroemia (furnished by others), 8,020 SY of Bermuda sod; Signalization:

3,900 LF total of 3-inch and 6-inch directional bore, 8 strain poles with

30-foot to 60-foot mast arms, 2 traffic installation areas, 5,800 LF non-metal

rigid conduit.



Prior to submitting a Bid in an amount greater than $2,000,000.00, the Bidder

shall have prequalified with the Georgia Department of Transportation and

received a Certificate of Qualification in accordance with its Rules and

Regulations. If the bid is $2,000,000 or less, the bidder must be prequalified

or a registered subcontractor by Georgia DOT.



August 17, 2012

1. On-Call Services for Installation or Replacement of Sidewalks and ADA Ramps

located throughout Columbus, GA (Annual Contract) ? RFP No. 13-0001

Scope of RFP

Install or replace sidewalks, ADA ramps and minor concrete work, such as

driveway aprons, concrete islands, curb and gutter, etc., throughout

Columbus-Muscogee County, on an as-needed basis. The City intends to contract

with at least three vendors to provide the services on a rotation basis.



2. On-Call Services for Installation or Replacement of Storm Sewer / Combined

Sewer Systems located throughout Columbus, GA (Annual Contract) ? RFP No.

13-0002

Scope of RFP

Install or replace elements of storm sewer / combined sewer systems located

throughout Columbus-Muscogee County, on an as-needed basis. The City intends

to contract with at least three vendors to provide the services on a rotation

basis.

Attachments


No attachments for this document.

Back to List