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.