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.