Agenda Item # 6 
        Columbus Consolidated Government       
 Council Meeting       
 April 12, 2011       
 Agenda Report # 629       
 TO:   Mayor and Councilors       
 SUBJECT: Purchase Authorizations       
 INITIATED BY: Finance Department               
 (A) INMATE VANS (COMMERCIAL CUTAWAY) ? RFB NO. 11-0045       
 It is requested that Council approve the purchase of two (2) 2011 Commercial    
 Cutaway Vans from Rivertown Ford (Columbus, GA) in the amount of $69,060.00.        
 The vehicles will be used by the Rainwater Division of the Public Services    
 Department to transport Muscogee County Prison personnel and inmates to and    
 from correctional facilities. One of these units is a replacement vehicle.        
 Bid postcard invitations were mailed to ninety-one vendors and bid    
 specifications were posted on the web page of the Purchasing Division and the    
 Georgia Procurement Registry.  Six bids were received on March 16.  This bid    
 has been advertised, opened and reviewed.  The bidders were:   
 	Rivertown Ford   
 (Columbus, GA)	Wade Ford   
 (Smyrna, GA)	Carl Gregory Fleet Operations   
 (Auburn, AL)	Allan Vigil Ford   
 (Morrow, GA)	RBM of Atlanta   
 (Atlanta, GA)	Henna Chevrolet LP   
 (Austin, TX)*   
 OPTION 1: Cab and Chassis Only						   
 Cab and Chassis Only (Unit Price)	$21,097.00	$21,198.50	$21,708.22	21,860.00	$33,528.00	   
 $21,907.00   
 Total Price (2 Units)	$42,194.00	$42,397.00	$43,416.44	$43,720.00	$67,056.00	   
 $43,814.00   
 OPTION 2: Body Only	 					   
 Body Only (Unit Price)	NO BID	NO BID	NO BID	$19,302.00	NO BID	$19,302.00   
 Total Price (2 Units)	 	 	 	$38,604.00	 	$38,604.00   
 OPTION 3: Complete Unit (Unit Price)	$34,530.00	$40,499.00	$36,534.22	$41,162.00	   
 $53,804.00	$41,209.00   
 TOTAL PRICE (2 Units)	$69,060.00	$80,998.00	$73,068.44	$82,324.00	$107,608.00	$82,418.00       
 	  *Henna Chevrolet LP will accept order for ?Complete Unit? only.   
 The Commercial Cutaway Van is not listed on the Georgia Statewide Contract.       
 Funds are budgeted in the FY11 Budget:  Sewer Fund ? Public Services ? Sewer    
 Maintenance ? Light Trucks; 0202-260-3210-SWRM-7722.           
 (B) ASPHALT REMOVAL, SEEDING AND LANDSCAPING PROJECT ? COLUMBUS MAIN LIBRARY    
 SITE ? RFB NO. 11-0042       
 It is requested that Council authorize the execution of a construction contract    
 with McMath-Turner Construction Company, in the amount of $559,909.51, for    
 asphalt removal, seeding and landscaping at the rear of the Columbus Main    
 Library Site.  Newton Aaron & Associates, Inc., the contracted project manager,    
 documents that the Director of Chattahoochee Valley Libraries and the    
 Superintendent of Muscogee County School District have authorized this    
 recommendation.       
 The work includes, but is not limited to demolition, storm drainage system,    
 sanitary sewer systems, earthwork, erosion & sedimentation control, concrete    
 flatwork, permanent site grassing & stabilization, tree planting, and    
 miscellaneous items.       
 Bid postcard invitations were mailed to one hundred and thirty-one vendors and    
 bid specifications were posted on the web pages of the Purchasing Division and    
 the Georgia Procurement Registry.  Seven bids were received on March 9, 2011.     
 This bid has been advertised, opened and reviewed.  The bidders were:           
 Bidders	Base Bid	Alternate 1	Alternate 2	Total Bid   
 McMath-Turner Construction Co.   
 (Columbus, GA)	475,909.51	67,500.00	16,500.00	$559,909.51   
 Robinson Paving Company   
 (Columbus, GA)	485,489.85	64,500.00	20,000.00	569,989.85   
 United grading & Excavating   
 (East Point, GA)	524,927.05	97,500.00	27,500.00	649,927.05   
 Earth-Scapes, Inc.   
 (Phenix City, AL)	623,035.62	45,000.00	20,000.00	688,035.62   
 Midland Contracting   
 (Columbus, GA)	622,800.00	61,915.00	20,620.00	704,815.00   
 Alexander Contracting Company, Inc.   
 (Fortson, GA)	646,733.00	61,425.00	15,000.00	723,158.00   
 Southeastern Site Development   
 (Newnan, GA)	669,109.93	65,500.00	17,000.00	751,609.93        
 	  Alternate 1: Contractor to provide a design-build irrigation system    
 to water the site.        
 	  Alternate 2: Contractor to provide one year of landscape maintenance    
 for the site.       
 The $559,909.51 bid amount is within the $611,049.00 budget outlined in the    
 Memorandum of Understanding between the City, the Library Board and the School    
 District.  If necessary, the $51,139.49 balance will be used for changes to the    
 contract due to unforeseen conditions or other reasons.  Funds are budgeted in    
 the FY11 Budget:  1999 Sales Tax Project Fund ? 1999 SPLOST - 99 SPLOST    
 Library/Other Projects ? General Construction; 0540 ? 695 ?2120 ? TXLB ? 7661 ?    
 50500-20080.        
 *  *  *  *  *  *       
 (C) HUBBARD ROAD BRIDGE REPAIR ? RFB NO. 11-0043       
 It is requested that Council authorize the execution of a construction contract    
 with GRC Stonewater, Inc., in the amount of $214,338.00, for Hubbard Road    
 Bridge repairs.  The work shall consist of rehabilitating an existing single    
 span bridge located on Hubbard Road.       
 Bid postcard invitations were mailed to twenty-five vendors and bid    
 specifications were posted on the web pages of the Purchasing Division and the    
 Georgia Procurement Registry.  Five bids were received on March 9, 2011.  This    
 bid has been advertised, opened and reviewed.  The bidders were:           
 Bidders	Total Bid   
 GRC Stonewater, Inc.  (Bremen, GA)	$  214,338.00   
 Southeastern Site Development (Newnan, GA)		238,245.10   
 Comanche Construction, Inc. (Marietta, GA)		261,987.00   
 Southern Concrete Construction Co. (Albany, GA)		297,955.80   
 Cline Service Corp. (Columbus, GA)		298,182.00        
 Funds are budgeted in the FY11 Budget:  1999 SPLOST Road/Bridge/Street -    
 Engineering/Architectural Services - Hubbard Road Bridge;    
 0540-695-2126-TXRB-6338-53029-20100.   
 *  *  *  *  *  *     
 (D) ATHLETIC UNIFORMS  (ANNUAL CONTRACT) ? RFB NO. 11-0046       
 It is requested that Council approve the annual contract for the purchase of    
 various sizes of youth & adult basketball uniforms from Columbus Trophy, on an    
 "as needed basis," for the estimated annual contract value of $9,500.00.  Based    
 on previous fiscal year usage, the Parks and Recreation Department estimates    
 spending approximately $9,500.00 for uniforms.         
 The Parks and Recreation Division anticipate purchasing approximately 500    
 athletic uniforms per year over a five (5) year period.  The Parks and    
 Recreation Division will utilize the uniforms to outfit participants in the    
 Columbus Youth Basketball League and the Adult Basketball Program.       
 The contract term will 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 contractor and the City.       
 Bid postcard invitations were mailed to thirty-six vendors and bid    
 specifications were posted on the web pages of the Purchasing Division and the    
 Georgia Procurement Registry.  Two bids were received on March 9, 2011.  This    
 bid has been advertised, opened and reviewed.  The bidders were:       
 Description/Vendor	Sizes	Columbus Trophy (Columbus, GA)	Home Team Athletic   
 			(Jacksonville, NC)   
 																																																																																																																																																																																																																																																																YOUTH & ADULT BASKETBALL PROGRAM   
 Youth Jersey	Small	8.22	10.45   
 Youth Jersey	Medium	8.22	10.45   
 Youth Jersey	Large	8.22	10.45   
 Adult Jersey	Small	8.82	10.85   
 Adult Jersey	Medium	8.82	10.85   
 Adult Jersey	Large	8.82	10.85   
 Adult Jersey	XL	8.82	10.85   
 Adult Jersey	2XL	10.02	10.85   
 Adult Jersey	3XL	11.02	12.85   
 Adult Jersey	4XL	12.02	13.85   
 Youth Shorts	Small	6.18	6.25   
 Youth Shorts	Medium	6.18	6.25   
 Youth Shorts	Large	6.18	6.25   
 Adult Shorts	Small	6.78	6.85   
 Adult Shorts	Medium	6.78	6.85   
 Adult Shorts	Large	6.78	6.85   
 Adult Shorts	XL	6.78	6.85   
 Adult Shorts	2XL	7.98	6.85   
 Adult Shorts	3XL	8.85	8.85   
 Adult Shorts	4XL	9.85	9.85       
 Funds are budgeted each fiscal year for this on going expense: General Fund -    
 Parks & Recreation ? Athletics - Uniforms; 0101-270-3410-ATHL-6781.       
 * * * * * * * *       
 (E) MOBILE DATA TERMINALS FOR THE SHERIFF?S OFFICE        
 It is requested that Council authorize the purchase of eleven (11) MW810 mobile    
 data terminals with applicable software, in the amount of $124,375.57 from    
 Motorola Corporation.  The unit cost for the Mobile Data terminal/AVL is    
 $11,306.87.         
 The equipment will be installed in eleven pursuit vehicles purchased for the    
 Sheriff?s Office.        
 This purchase is part of a continuing project aimed at equipping all    
 appropriate public safety vehicles with advanced technology, in order to    
 maximize the efficiency of public safety response calls, for service, from the    
 public.  Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a    
 contract with Motorola to provide mobile data units for public safety    
 departments.  To maintain uniformity of the equipment, the City has continued    
 to purchase the equipment from Motorola.  Consequently, the vendor is    
 considered the only known source to provide the equipment, in accordance with    
 the Procurement Ordinance, Article 3-114.       
 Funds are budgeted in the FY11 Budget: LOST/Public Safety ? Sheriff ? Public    
 Safety/LOST ? Automobiles; 0102-550-9900-LOST-7721.       
 *  *  *  *  *  *  *  *  *   
 (F) ENGINEERING SERVICES FOR PINE GROVE LANDFILL - PHASE 4       
 It is requested that Council approve the proposal from Jacobs Engineering Group    
 (formerly known as Jordan, Jones and Goulding), in the amount of $49,500.00, to    
 provide engineering services related to the construction of Phase 4 of Pine    
 Grove Landfill, Cells 4A, 4B, 4C, 4D, 4E, 4F and 4G.       
 The Public Services Department estimates there are approximately three (3)    
 years of life remaining in Phases 1, 2 and 3 of Pine Grove Landfill combined.     
 More landfill space is needed to accommodate the needs of the City.  The    
 process of designing, permitting and constructing Phase 4 could take up to two    
 (2) years, leaving about one year of continued use of the existing landfill    
 cells.  The first step in construction of Phase 4 is to prepare the plans for    
 permitting and bid documents. The proposal presented here-in accomplishes    
 this.         
 Jacob Engineering Group will perform the following engineering services:   
 -Complete a new ground run topographic survey of the area, containing    
 approximately 21 acres.   
 -Prepare construction plans, specifications, and bid documents for construction    
 of the Cells in accordance with D&O plans for the Pine Grove facility.   
 -Prepare criteria and application form for pre-qualification of prime    
 contractors/bidders   
 -Provide assistance during the bid phase and post bid phase process       
 Jacobs Engineering Group (formerly known as Jordan Jones, and Goulding)    
 provided Engineering services for Phase 1 (2000), Phase 2 (2002), and Phase 3    
 (2005).   Therefore, the vendor is already familiar with the site and has vast    
 knowledge of EPA / EPD guidelines and updates.   
 Funds are budgeted in the FY11 Budget:  Integrated Waste Management Fund -    
 Capital Projects ? Integrated Waste Fund Supported Capital Projects  -    
 Engineering/Architect Services; 0207-660-4000-CPIW-6338-20709-20070.   
 *  *  *  *  *  *  *  *  *   
 (G) REIMBURSEMENT PAYMENT TO COLUMBUS LIONS       
 It is requested that Council authorize the reimbursement payment to The    
 Columbus Lions in the amount of $31,700.00 to cover the cost to replace the    
 indoor football carpet/turf at the Civic Center.       
 The old turf was not painted correctly when originally installed and could not    
 be cleaned properly.  Consequently, the turf has deteriorated, becoming a    
 safety hazard; and needs replacement.         
 Funds are budgeted in the FY11 Budget:  Civic Center Fund ? Civic Center ? AF2    
 Football ? Contractual Services; 0757 ? 160 ? 2200 -CIVC ? 6319.       
 *  *  *  *  *  *       
 (H) FULL SIZE 4x4 SPORT UTILITY VEHICLES ? RFB NO. 11-0056        
 It is requested that Council authorize the purchase of two (2) full size 4x4    
 sport utility vehicles from Georgia Department of Public Safety, 1122    
 Procurement Program, in the amount of $71,784.74.       
 The State and Local Equipment Procurement Program (1122 Procurement Program)    
 was established by Section 1122 of the fiscal year 1994 National Defense    
 Authorization Act. It authorizes state and local government agencies to    
 purchase equipment through certain Federal procurement channels equipment for    
 counter-drug, homeland security, and emergency response activities.  These    
 Federal procurement channels include the U.S. General Services Administration?s    
 (GSA) Multiple Awards Schedule (MAS) Program.       
 The sport utility vehicles will be used by the Columbus Office of Homeland    
 Security to improve the Hazardous Devices Response Team?s ability to prevent,    
 protect against, respond to and recover from terrorist attacks, major    
 disasters, and other emergencies in accordance with the goals and objectives of    
 the State Strategic Plan. Each vehicle will be equipped with all the necessary    
 Hazardous Devices Response tools and personal protective equipment to    
 effectively respond to multiple incidents throughout the HDRT coverage area.    
 These vehicles will also reduce the response time to an incident, therefore    
 reducing the cost of emergency personnel, closure of incident location and    
 recovery from an incident.          
 Bid postcard invitations were mailed to one hundred and fifty-seven vendors and    
 bid specifications were posted on the City?s website and the Georgia    
 Procurement Registry.  Bid responses were received on April 6, 2011 from three    
 bidders.  This bid has been advertised, opened and reviewed.  The bidders were:       
 Vendors	Unit Price	(2 Units)   
 		Total Price   
 1. Allan Vigil Ford of Fayetteville (Fayetteville, GA) 1	$32,687.24	$65,374.48   
 2. Hardy Chevrolet Inc. (Dallas, GA)	$38,033.00	$76,066.00   
 3. Jim Ellis Chevrolet (Atlanta, GA)	$38,640.00	$77,280.00       
 	    1The denoted vendor failed to meet all vehicle specifications.    
 Therefore, the vendor was deemed incomplete.       
 The Georgia Department of Public Safety, 1122 Procurement Program, unit price    
 for a full size 4x4 sport utility vehicle is $35,892.34 per Order No. 5200.       
 Funds are budgeted in the FY11 Budget:  Multi-Gov?T Project Fund ? Homeland    
 Security ? FY10 DHS State Homeland Security Grant ? Light Trucks, 0216 ? 450 ?    
 2131 ? EDOG ? 7722.       
 *  *  *  *  *  *       
 (I) OFFICIAL TAX MATTER NOTICES ? RFB NO. 11-0052        
 It is requested that Council authorize the purchase of printing and mailing    
 services from Dove Mailing, Inc. (Atlanta, GA), in the amount of $30,782.00.       
 The printing and mailing services will be used by the Muscogee County Board of    
 Tax Assessors to print and mail approximately 68,500 official tax matter    
 notices to citizens of Muscogee County.        
 Bid postcard invitations were mailed to sixty-nine vendors and bid    
 specifications were posted on the City?s website and the Georgia Procurement    
 Registry.  Bid responses were received on March 30, 2011 from nine bidders.     
 This bid has been advertised, opened and reviewed.  The bidders were:       
 Vendors	Unit Price   
 1.  Dove Mailing, Inc. (Atlanta, GA)	$30,782.00   
 2.  Ace Mailing Services, Inc. d/b/a World Marketing Atlanta (Smyrna, GA)	   
 $30,825.00   
 3.  Peregrin Corporation Business Products & Services (Monroe, LA)	$31,579.00   
 4.  PBD Worldwide Fulfillment Services (Alpharetta, GA)	$32,032.00   
 5.  Harris Computer Systems (Statesboro, GA)	$32,695.00   
 6.  The Data Center, LLC (Salt Lake City, UT)1	$32,880.00   
 7.  Accudata Mailing Services (Augusta, GA)	$32,880.00   
 8.  Data Supplies, Inc. (Columbus, GA)	$33,653.37   
 9.  Manatron (Portage, MI)	$39,935.50       
 	    1The denoted vendor failed to provide all submission requirements.    
 Therefore, the vendor was deemed incomplete.       
 Funds are budgeted in the FY11 Budget:  General Fund ? Boards and Commissions ?    
 Tax Assessor ? Contractual Services, 0101 ? 290 ? 1000 ? TAXA ? 6319. However    
 payment will be supplemented from Contingency.   
 ?ITEM A?       
 A RESOLUTION       
 NO._____________           
 A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) COMMERCIAL CUTAWAY VANS FROM    
 RIVERTOWN FORD (COLUMBUS, GA), IN THE AMOUNT OF $69,060.00.       
 WHEREAS, one of the units is a replacement vehicle. The vehicles will be used    
 by the Rainwater Division of the Public Services Department.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 That the City Manager is hereby authorized to purchase two (2) 2011 Commercial    
 Cutaway Vans from Rivertown Ford (Columbus, GA) in the amount of $69,060.00.     
 Funds are budgeted in the FY11 Budget:  Sewer Fund ? Public Services ? Sewer    
 Maintenance ? Light Trucks; 0202-260-3210-SWRM-7722.   
 	 __________________             
 	Introduced at a regular meeting of the Council of Columbus, Georgia,    
 held the _________ day of ____________, 2011 and adopted at said meeting by the    
 affirmative vote of  _________ members of said Council.       
 Councilor Allen voting __________.   
 Councilor Baker voting  __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Henderson voting __________.   
 Councilor Huff voting __________.   
 Councilor McDaniel voting __________.   
 Councilor Thomas voting __________.   
 Councilor Turner Pugh voting __________.   
 Councilor Woodson voting __________.           
 _______________________________ _____________________________   
 Tiny B. Washington, Clerk of Council   Teresa Pike Tomlinson, Mayor       
 ?ITEM B?       
 A RESOLUTION       
 NO._____________       
 A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH    
 MCMATH-TURNER CONSTRUCTION COMPANY, IN THE AMOUNT OF $559,909.51, FOR ASPHALT    
 REMOVAL, SEEDING, AND LANDSCAPING AT THE REAR OF THE COLUMBUS MAIN LIBRARY SITE.       
 WHEREAS, Newton Aaron & Associates, Inc., the contracted project manager,    
 documents that the Director of Chattahoochee Valley Libraries and the    
 Superintendent of Muscogee County School District have authorized this    
 recommendation; and,       
 WHEREAS, the work includes, but is not limited to demolition, storm drainage    
 system, sanitary sewer systems, earthwork, erosion & sedimentation control,    
 concrete flatwork, permanent site grassing & stabilization, tree planting, and    
 miscellaneous items.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to execute a construction    
 contract with McMath-Turner Construction Company, in the amount of $559,909.51,    
 for asphalt removal, seeding and landscaping at the rear of the Columbus Main    
 Library Site.  The $559,909.51 bid amount is within the $611,049.00 budget    
 outlined in the Memorandum of Understanding between the City, the Library Board    
 and the School District.  If necessary, the $51,139.49 balance will be used for    
 changes to the contract due to unforeseen conditions or other reasons.  Funds    
 are budgeted in the FY11 Budget:  1999 Sales Tax Project Fund ? 1999 SPLOST -    
 99 SPLOST Library/Other Projects ? General Construction; 0540 ? 695 ?2120 ?    
 TXLB ? 7661 ? 50500-20080.   
 ______________________________       
     Introduced at a regular meeting of the Council of Columbus, Georgia, held    
 the _________ day of ____________, 2011 and adopted at said meeting by the    
 affirmative vote of  _________ members of said Council.       
 Councilor Allen voting __________.   
 Councilor Baker voting  __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting                     .   
 Councilor Henderson voting __________.   
 Councilor Huff voting __________.   
 Councilor McDaniel voting __________.   
 Councilor Thomas voting __________.   
 Councilor Turner Pugh voting __________.   
 Councilor Woodson voting __________.               
 _______________________________ _____________________________   
 Tiny B. Washington, Clerk of Council   Teresa Pike Tomlinson, Mayor   
 ?ITEM C?       
 A RESOLUTION       
 NO._____________           
 A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH GRC    
 STONEWATER, INC., IN THE AMOUNT OF $214,338.00, FOR HUBBARD ROAD BRIDGE REPAIRS.       
 WHEREAS, the work shall consist of rehabilitating an existing single span    
 bridge located on Hubbard Road.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to execute a construction    
 contract with GRC Stonewater, Inc., in the amount of $214,338.00, for Hubbard    
 Road Bridge repairs.  Funds are budgeted in the FY11 Budget:  1999 SPLOST    
 Road/Bridge/Street - Engineering/Architectural Services - Hubbard Road Bridge;    
 0540-695-2126-TXRB-6338-53029-20100.       
 ______________________________       
     Introduced at a regular meeting of the Council of Columbus, Georgia, held    
 the _________ day of ____________, 2011 and adopted at said meeting by the    
 affirmative vote of  _________ members of said Council.       
 Councilor Allen voting __________.   
 Councilor Baker voting  __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting                     .   
 Councilor Henderson voting __________.   
 Councilor Huff voting __________.   
 Councilor McDaniel voting __________.   
 Councilor Thomas voting __________.   
 Councilor Turner Pugh voting __________.   
 Councilor Woodson voting __________.               
 _______________________________ _____________________________   
 Tiny B. Washington, Clerk of Council   Teresa Pike Tomlinson, Mayor       
 ?ITEM D?       
 A RESOLUTION   
 NO.______       
 	A RESOLUTION AUTHORIZING AN ANNUAL CONTRACT FOR PURCHASE OF VARIOUS    
 SIZES OF YOUTH & ADULT BASKETBALL UNIFORMS FROM COLUMBUS TROPHY, FOR THE    
 ESTIMATED ANNUAL CONTRACT VALUE OF $9,500.00.       
 	WHEREAS, the Parks and Recreation Department anticipates purchasing    
 approximately 500 athletic uniforms per year over a five (5) year period.  The    
 Parks and Recreation Department will utilize the uniforms to outfit    
 participants in the Columbus Youth Basketball League and the Adult Basketball    
 Program; and,       
 	WHEREAS, the contract period will 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.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to purchase various sizes of    
 youth & adult basketball uniforms from Columbus Trophy in the estimated annual    
 contract amount of $9,500.00.    Funds are budgeted in each fiscal year for    
 this on going expense: General Fund - Parks & Recreation ? Athletics -    
 Uniforms; 0101-270-3410-ATHL-6781.       
 _________________________________________       
     Introduced at a regular meeting of the Council of Columbus, Georgia, held    
 the _________ day of ____________, 2011 and adopted at said meeting by the    
 affirmative vote of  _________ members of said Council.        
 Councilor Allen voting __________.   
 Councilor Baker voting  __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting                     .   
 Councilor Henderson voting __________.   
 Councilor Huff voting __________.   
 Councilor McDaniel voting __________.   
 Councilor Thomas voting __________.   
 Councilor Turner Pugh voting __________.   
 Councilor Woodson voting __________.               
 _______________________________ _____________________________   
 Tiny B. Washington, Clerk of Council   Teresa Pike Tomlinson, Mayor   
 ?ITEM E?   
 A RESOLUTION       
 NO.____________       
 	A RESOLUTION AUTHORIZING THE PURCHASE OF ELEVEN (11) MW810 MOBILE DATA    
 TERMINALS WITH APPLICABLE SOFTWARE, IN THE AMOUNT OF $124,375.57 FROM MOTOROLA    
 CORPORATION.  THE UNIT COST FOR THE MOBILE DATA TERMINAL/AVL IS $11,306.87.         
 WHEREAS, the equipment will be installed in eleven pursuit vehicles purchased    
 for the Sheriff?s Office; and,    
 WHEREAS, this purchase is part of a continuing project aimed at equipping all    
 appropriate public safety vehicles with advanced technology, in order to    
 maximize the efficiency of public safety response calls, for service, from the    
 public.  Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a    
 contract with Motorola to provide mobile data units for public safety    
 departments.  To maintain uniformity of the equipment, the City has continued    
 to purchase the equipment from Motorola.  Consequently, the vendor is    
 considered the only known source to provide the equipment, in accordance with    
 the Procurement Ordinance, Article 3-114.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to purchase eleven (11)    
 MW810 mobile data terminals with applicable software, in the amount of    
 $124,375.57 from Motorola Corporation.  Funds are budgeted in the FY11 Budget:    
 LOST/Public Safety ? Sheriff ? Public Safety/LOST ? Automobiles;    
 0102-550-9900-LOST-7721.   
 ______________________________       
     Introduced at a regular meeting of the Council of Columbus, Georgia, held    
 the _________  day of ____________, 2011 and adopted at said meeting by the    
 affirmative vote of  _________  members of said Council.       
 Councilor Allen voting __________.   
 Councilor Baker voting  __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting                     .   
 Councilor Henderson voting __________.   
 Councilor Huff voting __________.   
 Councilor McDaniel voting __________.   
 Councilor Thomas voting __________.   
 Councilor Turner Pugh voting __________.   
 Councilor Woodson voting __________.           
 _______________________________  _____________________________   
 Tiny B. Washington, Clerk of Council    Teresa Pike Tomlinson, Mayor   
 ?ITEM F?   
 A RESOLUTION       
 NO.____________       
 	A RESOLUTION AUTHORIZING ACCEPTANCE OF A PROPOSAL FROM JACOBS    
 ENGINEERING GROUP (FORMERLY KNOWN AS JORDAN, JONES AND GOULDING), IN THE AMOUNT    
 OF $49,500.00, TO PROVIDE ENGINEERING SERVICES RELATED TO THE CONSTRUCTION OF    
 PHASE 4 OF PINE GROVE LANDFILL, CELLS 4A, 4B, 4C, 4D, 4E, 4F    
 AND 4G.       
 WHEREAS, Jacob Engineering Group will perform various engineering services for    
 the permitting, design, preparation of constructions plans, pre-qualification    
 phase, bid phase and post bid phase of Pine Grove Landfill Cells 4A, 4B, 4C,    
 4D, 4E, 4F AND 4G; and,        
 WHEREAS, Jacobs Engineering Group (formerly known as Jordan Jones, and    
 Goulding) has provided Engineering services for Phase 1 (2000), Phase 2 (2002),    
 and Phase 3 (2005).   Therefore, the vendor is already familiar with the site    
 and has vast knowledge of EPA / EPD guidelines and updates.         
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to accept the proposal from    
 Jacobs Engineering Group (formerly known as Jordan, Jones and Goulding), in the    
 amount of $49,500.00, to provide engineering services related to the    
 construction of Phase 4 of Pine Grove Landfill, Cells 4A, 4B, 4C, 4D, 4E, 4F    
 and 4G.  Funds are budgeted in the FY11 Budget:  Integrated Waste Management    
 Fund - Capital Projects ? Integrated Waste Fund Supported Capital Projects  -    
 Engineering/Architect Services; 0207-660-4000-CPIW-6338-20709-20070.   
 ______________________________       
     Introduced at a regular meeting of the Council of Columbus, Georgia, held    
 the _________  day of ____________, 2011 and adopted at said meeting by the    
 affirmative vote of  _________  members of said Council.       
 Councilor Allen voting __________.   
 Councilor Baker voting  __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting                     .   
 Councilor Henderson voting __________.   
 Councilor Huff voting __________.   
 Councilor McDaniel voting __________.   
 Councilor Thomas voting __________.   
 Councilor Turner Pugh voting __________.   
 Councilor Woodson voting __________.           
 _______________________________  _____________________________   
 Tiny B. Washington, Clerk of Council    Teresa Pike Tomlinson, Mayor       
 ?ITEM G?   
 A RESOLUTION       
 NO.____________       
 	A RESOLUTION AUTHORIZING REIMBURSEMENT PAYMENT TO THE COLUMBUS LIONS IN    
 THE AMOUNT OF $31,700.00 TO COVER COST TO REPLACE THE INDOOR FOOTBALL    
 CARPET/TURF AT THE CIVIC CENTER.       
 	WHEREAS, the old turf was not painted correctly when originally    
 installed and could not be cleaned properly.  Consequently, the turf has    
 deteriorated, becoming a safety hazard; and needs replacement; and,         
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to reimburse The Columbus    
 Lions in the amount of $31,700.00 to cover the cost to replace the indoor    
 football carpet/turf at the Civic Center.  Funds are budgeted in the FY11    
 Budget:  Civic Center Fund ? Civic Center ? AF2 Football ? Contractual    
 Services; 0757 ? 160 ? 2200 -CIVC ? 6319.   
 ______________________________       
     Introduced at a regular meeting of the Council of Columbus, Georgia, held    
 the _________  day of ____________, 2011 and adopted at said meeting by the    
 affirmative vote of  _________  members of said Council.       
 Councilor Allen voting __________.   
 Councilor Baker voting  __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting                     .   
 Councilor Henderson voting __________.   
 Councilor Huff voting __________.   
 Councilor McDaniel voting __________.   
 Councilor Thomas voting __________.   
 Councilor Turner Pugh voting __________.   
 Councilor Woodson voting __________.           
 _______________________________  _____________________________   
 Tiny B. Washington, Clerk of Council    Teresa Pike Tomlinson, Mayor       
 ?ITEM H?    	   
 A RESOLUTION       
 NO._____________       
 A RESOLUTION AUTHORIZING PURCHASE OF TWO FULL SIZE 4X4 SPORT UTILITY VEHICLES    
 FROM GEORGIA DEPARTMENT OF PUBLIC SAFETY, 1122 PROCUREMENT PROGRAM, IN THE    
 AMOUNT OF $71,784.74.       
 	WHEREAS, the State and Local Equipment Procurement Program (1122    
 Procurement Program) was established by Section 1122 of the fiscal year 1994    
 National Defense Authorization Act. It authorizes state and local government    
 agencies to purchase equipment through certain Federal procurement channels    
 equipment for counter-drug, homeland security, and emergency response    
 activities.  These Federal procurement channels include the U.S. General    
 Services Administration?s (GSA) Multiple Awards Schedule (MAS) Program.       
 WHEREAS, the Full Size 4x4 Sport Utility Vehicles will be used by the Columbus    
 Office of Homeland Security to improve the Hazardous Devices Response Team?s    
 ability to prevent, protect against, respond to and recover from terrorist    
 attacks, major disasters, and other emergencies in accordance with the goals    
 and objectives of the State Strategic Plan.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to purchase two (2) Full    
 Size 4x4 Sport Utility Vehicles from Georgia Department of Public Safety, 1122    
 Procurement Program, in the amount of $71,784.74.  Funds are budgeted in the    
 FY11 Budget:  Multi-Gov?T Project Fund ? Homeland Security ? FY10 DHS State    
 Homeland Security Grant ? Light Trucks, 0216 ? 450 ? 2131 ? EDOG ? 7722.       
 __________________________         
 	Introduced at a regular meeting of the Council of Columbus, Georgia,    
 held the _________  day of ____________, 2011 and adopted at said meeting by    
 the affirmative vote of  _________  members of said Council.       
 Councilor Allen voting __________.   
 Councilor Baker voting  __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting                     .   
 Councilor Henderson voting __________.   
 Councilor Huff voting __________.   
 Councilor McDaniel voting __________.   
 Councilor Thomas voting __________.   
 Councilor Turner Pugh voting __________.   
 Councilor Woodson voting __________.           
 _______________________________ _____________________________   
 Tiny B. Washington, Clerk of Council   Teresa Pike Tomlinson, Mayor   
 ?ITEM I?    	   
 A RESOLUTION       
 NO._____________       
 A RESOLUTION AUTHORIZING THE PURCHASE OF PRINTING AND MAILING SERVICES FROM    
 DOVE MAILING, INC. (ATLANTA, GA), IN THE AMOUNT OF $30,782.00.       
 	WHEREAS, the printing and mailing services will be used by the Muscogee    
 County Board of Tax Assessors to print and mail approximately 68,500 official    
 tax matter notices to citizens of Muscogee County.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to purchase printing and    
 mailing services from Dove Mailing, Inc., (Atlanta, GA), in the amount of    
 $30,782.00.  Funds are budgeted in the FY11 Budget:  General Fund ? Boards and    
 Commissions ? Tax Assessor ? Contractual Services, 0101 ? 290 ? 1000 ? TAXA ?    
 6319.   
 ____________________________       
 	Introduced at a regular meeting of the Council of Columbus, Georgia,    
 held the _________  day of ____________, 2011 and adopted at said meeting by    
 the affirmative vote of  _________  members of said Council.       
 Councilor Allen voting __________.   
 Councilor Baker voting  __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting                     .   
 Councilor Henderson voting __________.   
 Councilor Huff voting __________.   
 Councilor McDaniel voting __________.   
 Councilor Thomas voting __________.   
 Councilor Turner Pugh voting __________.   
 Councilor Woodson voting __________.           
 _______________________________ _____________________________   
 Tiny B. Washington, Clerk of Council   Teresa Pike Tomlinson, Mayor
        
Attachments
        
    No attachments for this document.