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 # 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.

Back to List