Agenda Item # 11
Columbus Consolidated Government
Council Meeting
July 13, 2010
Agenda Report # 531
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) GRINDING & DISPOSAL OF YARD WASTE MATERIAL (ANNUAL CONTRACT) ? RFP NO.
10-0019
It is requested that Council approve the contract with Tag Grinding Services,
Inc., for Grinding and Disposal of Yard Waste Material on an ?as needed basis?.
The Contractor will operate a program that enables the contractor to grind and
dispose of yard waste material and split and grind stumps for Columbus
Consolidated Government. Operations will be conducted at the following
locations: Granite Bluff and Oxbow Meadows. These City-owned properties will
be provided at no cost to the Contractor to conduct grinding operations. The
Contractor will have the responsibility for marketing the end use of the
material produced.
The Contractor shall provide the following:
Furnish all necessary personnel, materials and equipment to provide the services
Operate the grinding facility in accordance with all applicable local, state
and federal laws, rules, regulations, ordinances and guidelines.
Process approximately 30,000 tons of yard trash per year, beginning July 2010.
Implement and operate all phases of the grinding facility.
Market and determine the end use of the material, and removal of the material
from the two designated sites.
Procure and pay all utilities associated with the operation of the grinding
facility.
Responsibility and liable for all phases of the operation of the grinding
facility.
The initial term of the contract shall be two years, with the option to renew
for three additional twelve-month periods. The contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
Request for proposals were posted on the City?s website and the Georgia
Procurement Registry. The RFP has been advertised, opened and reviewed. On
April 9, 2010 proposals were received from the following two offerors:
Tag Grinding Services, Inc. (Daviston, AL)
Southern Land Improvement (Newman, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Public Services. During the evaluation process, Tag
Grinding Services, Inc., was deemed most responsive to the RFP. The City?s
Procurement Ordinance Article 3-110, Competitive Sealed Proposals for the
procurement of Equipment, Supplies and Professional Services, governs the RFP
process. During the process of an RFP there is no formal opening, due to the
possibility of negotiated components of the proposal. In the event Council
does not approve the recommended offeror, no proposal responses or any
negotiated components are made public until after the award of the contract.
If Council does not approve the recommended offeror, negotiations will begin
with the next responsive offeror. Evaluation results and costs proposals have
been submitted to the City Manager in a separate memo for information purposes.
Funds will be budgeted each fiscal year for this on going service: Integrated
Waste Management ? Public Services ? Oxbow Meadows Landfill ? Contractual
Services; 0207-260-3550-OXBW-6319 and Integrated Waste Management ? Public
Services ? Granite Bluff Landfill ? Contractual Services;
0207-260-3540-BLUF-6319.
* * * * * *
(B) EMERGENCY CLEAN-UP & DEBRIS REMOVAL (ANNUAL CONTRACT) ? RFP NO. 10-0018
It is requested that Council approve the contract with D & J Enterprises, as
the primary contractor, and AshBritt, Inc., as the secondary contractor, for
Emergency Clean-up and Debris Removal Services. If the services are needed,
the Primary Contractor will be contacted first. If the Primary Contractor is
not available, then the City will contact the Secondary Contractor to render
the needed services. The Contractors will provide services and equipment for
emergency clean up and removal of debris that may result from natural (storms,
fallen trees, etc.) or man made disasters (terrorism, remnants of destroyed
building, etc.) on an ?as needed basis?.
Services will include removing debris from public Right-of-Way or specific
locations, which may require cutting large and small fallen trees, loading the
debris in transport vehicles, transporting and disposing of said debris at a
designated location. Services may also include removing debris due to a man
made disaster, which may require some demolition, loading, transporting and
disposing of said debris at a designated location. Disposing of all debris
will be in accordance with local, state and federal laws.
The City does not have the resources to perform a large scale clean up from a
major storm, or a possible disaster from a terrorist attack. Therefore, having
a contract in place for contingencies will help expedite the clean up and
provide the City with data for reimbursement from Federal Emergency Management
Agency (FEMA). Additionally, both vendors have the ability to provide ground
and aerial photos to provide before and after documentation of the affected
area.
The initial term of the contract shall be two years, with the option to renew
for three additional twelve-month periods. The contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
Request for proposals were posted on the City?s website and the Georgia
Procurement Registry. The RFP has been advertised, opened and evaluated. On
March 26, 2010, proposals were received from the following fifteen (15)
offerors:
D & J Enterprises (Auburn, AL) Grubbs Emergency Services, LLC (Brooksville, FL)
AshBritt, Inc. (Pompano Beach, FL) K & K Waste (Americus, GA)
Asplundh Environmental (Fairhope, AL) Phillips & Jordan, Inc. (Robbinsville, NC)
Bamaco, Inc. (Bunnell, FL) Storm Reconstruction (Mobile, AL)
Byrd Brothers Emergency Services, LLC (Wilson, NC) T. F. R. Enterprises, Inc.
(Leander, TX)
Ceres Environmental (Sarasota, FL) Tag Grinding Services (Daviston, AL)
Crowder Gulf (Theodore, AL) Unified Recovery Group (Baton Rouge, LA)
DRC Emergency Services, LLC (Pompano Beach, FL)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Public Services. During the evaluation process, D & J
Enterprises and AshBritt, Inc., were deemed most responsive to the RFP. The
City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals for
the procurement of Equipment, Supplies and Professional Services, governs the
RFP process. During the process of an RFP there is no formal opening, due to
the possibility of negotiated components of the proposal. In the event Council
does not approve the recommended offeror, no proposal responses or any
negotiated components are made public until after the award of the contract.
If Council does not approve the recommended offerors, negotiations will begin
with the next responsive offeror. Evaluation Results and Cost proposals have
been submitted to the City Manager in a separate memo for information purposes.
Funds will be available each fiscal year for this on-going expense: Integrated
Waste Management ? Public Services ? Pine Grove Landfill ? Contractual
Services; 0207-260-3560-PGRO-6319.
* * * * * *
(C) EMERGENCY PROCUREMENT OF STORM SEWER LINING AT 17TH STREET
It is requested that Council authorize the execution of a contract with
Reynolds Inliner, LLC, in the estimated amount of $161,000.00 ($140,000.00,
plus 15% contingency), to provide emergency storm sewer lining at 17th Street.
The exact cost for construction is unknown because sections of the sewer pipe
are inaccessible.
There is a sinkhole located close to the intersection of 17th Street and 17th
Avenue. After videoing the line, other section failures or impending failures
were located in the line. This storm sewer is in close proximity of Lakebottom
Park, which is a heavily traveled area. Therefore, the work needs to be
completed, as soon as possible, to minimize the need for open cutting. Some
open cutting will be required for sections of the pipe that have failed and
cannot be lined.
Reynolds Inliner will make point repairs and line the existing storm sewer
along 17th Street from the intersection of 15th Avenue to the outfall at
Weracoba Creek. The work encompasses the installation of approximately 1,300
feet of 24-inch Cured-In-Place-Pipe (CIPP) liner, point repairs, manhole height
adjustment and the installation of new manholes.
The City has two active contracts for storm drain rehabilitation services:
Reynolds Inliner (Resolution No. 145-10) and Instituform Technologies
(Resolution No. 85-10). Jordan, Jones & Goulding, Inc. (JJ&G), the contracted
engineering firm, attempted to obtain quotes from both active contractors; the
responses are listed below:
Reynolds Inliner:
Has inspected the pipe and can obtain the replacement pipe within four (4)
days, will immediately start the work after receiving a notice to proceed and
will complete the work for approximately $140,000.00.
Insituform Technologies:
Has not inspected the pipe and anticipated starting work on or about July 6,
2010.
As of June 25, 2010, the firm has not provided a quote but in comparing the
current contracts, the Engineering Department anticipates the cost would be
comparable to that of Reynolds Inliner.
Based on these findings, the City Manager has approved this emergency
procurement, per Article 3-115 of the Procurement Ordinance.
Funds are available in the FY11 Budget: Capital Projects ? Sewer Fund Supported
Capital Projects ? General Construction ? 17th St. Pipe Rehabilitation;
0508-660-2000-CPSW-7661-21105-20110.
* * * * * *
(D) VETERINARIAN SERVICES (ANNUAL CONTRACT) - RFB NO. 10-0059
It is requested that Council approve the contract for veterinarian services
with Affordable Veterinary Services, LLC, in the amount of $30.00 per hour, not
to exceed $700 per month, as well as, the provision of drugs and other medical
supplies on an ?as needed? basis for the estimated annual contract value of
$13,000.00 per year. The veterinarian will make three visits a week and
provide professional advice to kennel personnel as it relates to caring for, or
the euthanasia of injured or sick animals on a weekly basis. Drugs and other
medical supplies will be administrated to the animals as needed.
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 invitations were mailed to twenty (20) vendors, and specifications were
posted on the web page of the Purchasing Division. Two (2) bid responses were
received on June 9, 2010. This bid has been advertised, opened and reviewed.
The bidders were:
Vendor/Description Affordable Veterinary Services, LLC
(Columbus, GA) *Macon Road Veterinary Clinic (Columbus, GA)
Contractor?s Bid Fee $ 30.00 $ 50.00
Total Cost Of
Drugs & Medical Supplies
$ 4,270.10
$ 13,529.00
*Macon Road Veterinary Clinic failed to provide Qualification/Experience,
References and Georgia Security and Immigration Act Form; therefore, the vendor
was deemed non-responsive.
Funds are budgeted each fiscal year for this ongoing expense: General Fund -
Public Services - Special Enforcement - Veterinarian Services;
0101-260-2400-SPCL-6339.
* * * * * *
(E) CHANGE ORDER 2 FOR ENGINEERING SERVICES RELATED TO THE CLOSURE OF THE OLD
WILSON CAMP LANDFILL ? RFP NO. 06-0009
It is requested that Council authorize the execution of Change Order 2 with
Jordan, Jones & Goulding, Inc. (JJ&G), in an amount not to exceed $45,500.00,
for engineering services related to the closure of the Old Wilson Camp
Landfill.
Per Resolution No. 239-06, Council authorized the execution of the contract
with JJ&G. The scope of work for Change Order 2 is to prepare construction
drawings, specifications, and contract documents for the Satilla portion of the
landfill. The scope of work will also include providing bid assistance for
advertising, review and recommendations of a contractor. The project will
consist of a single set of contract documents with two divisions of work: the
riverbank restoration and the closure of the remainder of the landfill. The
construction documents will be based on the EPD approved Closure Plan dated
January 5, 2010.
Original contract amount $165,164.00
Changer Order 1 42,620.00
Change Order 2 45,5000.00
New contract amount $ 207,784.00
Funds are available in the FY11 Budget: Integrated Waste Management Fund ?
Capital Projects ? Integrated Waste Supported Capital Projects ? Engineering
Services ? Old Wilson Camp Landfill; 0207-
660-4000-CPIW-6338-20719-20100.
* * * * * *
(F) SURPLUS VEHICLES AND EQUIPMENT
It is requested that Council declare the vehicles and various equipment shown
on the attached list as surplus in accordance with Section 7-501 of the Charter
of Columbus Consolidated Government.
The surplus items will be disposed of by auction on July 24, 2010. Wayne Evans
Auction Company, the City?s contracted auctioneer, will conduct the auction.
The equipment has either been replaced or placed out of service due to excess
maintenance cost. City departments have had the opportunity to review these
items for functional worth.
Revenue from the auction will be deposited in the General Fund - Sale of
Surplus Equipment; 0101-099-1999-REVN-4907.
* * * * * * * * *
G) DECLARATION AND DONATION OF SURPLUS FIRE TRUCK
It is requested that Council declare one (1) Fire Truck (Vehicle #3137), as
surplus, in accordance with section 7-501 of the Charter of Columbus
Consolidated Government; and authorize the donation of the surplus vehicle to
the Talbotton Volunteer Fire Department of Talbot County.
The fire truck is no longer practical for use by Columbus Fire and Emergency
Medical Services. Therefore, the vehicle should be declared surplus. The
Department maintains a listing of volunteer agencies requesting surplus
equipment. Talbotton Volunteer Fire Department is the next entity on the list
requesting surplus equipment.
* * * * * * * * *
H) EMERGENCY PURCHASE OF ARENA LIGHTING SYSTEM UPGRADE FOR CIVIC CENTER
It is requested that Council approve payment to Payne-Sparkman Manufacturing,
Inc., in the amount of $36,801.00 for the emergency purchase of an upgrade to
the arena lighting system for the Civic Center.
Payne-Sparkman Manufacturing initially installed the system in the Civic Center
14 years ago. This system is their sole creation. Half of the system is now
being replaced to upgrade to computer program (from a DOS version to a WINDOWS
version) and replace the "talking components" that will tell the lights to come
on or go off. The vendor is the only company that can replace, "part for
part", equipment currently in the building, and any new equipment installed
must match up to existing equipment.
While the actual light fixtures are operational; the computer, software,
communication nodes, and communication controllers are failing and are
undependable. This equipment controls all event lights and seating lights in
the arena. To expedite the upgrade, in preparation for upcoming events, the
emergency purchase was approved by the City Manager on April 19, 2010.
Funds were encumbered for the emergency purchase from the FY10 Budget: Civic
Center Fund ? Public Services ? Other Maintenance/Repairs ? Bldg
Maintenance/Parks & Rec; 0757 ?260 ?3710 ? REPA ? 6527.67.
* * * * * *
(I) UPGRADE AND MAINTENANCE OF THE SECURITY LOCKING SYSTEM AT MUSCOGEE COUNTY
PRISON
It is requested that Council approve the purchase of an upgrade of the security
locking system at Muscogee County Prison from Grayco Detention Equipment, Inc.
(Surfside Beach, SC), in the amount of $93,520.46, as well as, ongoing
maintenance.
The upgrade of the system will repair or replace the existing electronic door
security system at the Muscogee County Prison with a new sloped-front
hard-wired flat-panel graphic system. This will combine the North Control A,
B, C and D, E, F into a single panel, and also combine the South Control G, H,
I and J, K, L into a single panel. The upgrade will reduce the number of
control panels from 6 to 4. The control panel user interface will consist of a
graphic of the area along with firm, tactile, heavy-duty pushbuttons and
heavy-duty indication LEDs. The four control panels include:
Main Control
Front Control
North Section A, B, C, D, E, F
South Section G, H, I, J, K, L
The cost for the system upgrade is based on the existing contract rates with
Grayco Detention Equipment, Inc., per annual contract, RFB No. 08-0027;
authorized per Resolution No. 41-08, for preventive maintenance and repair
services for security locking systems at the Muscogee County Jail.
Consequently, after completion of the upgrade, the ongoing maintenance service
for Muscogee County Prison will be added to the current annual contract.
Funds are budgeted for the system upgrade in the FY11 Budget: Other LOST Fund
? MCP ? Public Safety - LOST ? Capital Expenditures Over $5,000;
0102-420-9900-7761. Funding for the maintenance will be budgeted each fiscal
year for this ongoing expense: General Fund ? MCP ? Building Maintenance;
0101-420-1000-6519.
* * * * * * * * * * *
(J) ATTORNEY FEES
It is requested that Council approve payment of contingent attorney fees to
Page, Scrantom, Sprouse, Tucker & Ford, P.C., which may be incurred for legal
services rendered regarding various City issues during Fiscal Year 2011.
Funds are available in the FY11 Budget: General Fund - City Attorney -
Consulting; 0101-120-1000-ATTY-6315.
?ITEM A?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH TAG GRINDING
SERVICES, INC., TO PROVIDE GRINDING AND DISPOSAL OF YARD WASTE MATERIAL ON AN
?AS NEEDED BASIS?.
WHEREAS, an RFP was administered (RFP No. 10-0019) and two proposals were
received; and,
WHEREAS, the proposal submitted by Tag Grinding Services, Inc., met all
proposal requirements and was evaluated most responsive to the RFP; and,
WHEREAS, the initial term of the contract shall be for two years, with
the option to renew for three (3) additional twelve-month periods. The
contract renewal will be 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 execute a contract with Tag
Grinding Services, Inc., to provide Grinding and Disposal of Yard Waste
Material on an ?as needed basis?. Funds will be budgeted each fiscal year for
this on going service: Integrated Waste Management ? Public Services ? Oxbow
Meadows Landfill ? Contractual Services; 0207-260-3550-OXBW-6319 and Integrated
Waste Management ? Public Services ? Granite Bluff Landfill ? Contractual
Services; 0207-260-3540-BLUF-6319.
________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM B?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH D & J
ENTERPRISES, AS THE PRIMARY CONTRACTOR, AND ASHBRITT, INC., AS THE SECONDARY
CONTRACTOR, TO PROVIDE EMERGENCY CLEAN-UP AND DEBRIS REMOVAL ON AN ?AS NEEDED
BASIS?.
WHEREAS, an RFP was administered (RFP No. 10-0018) and fifteen proposals were
received; and,
WHEREAS, the proposal submitted by D & J Enterprises, Primary Contractor, and
AshBritt, Inc., Secondary Contractor, met all proposal requirements and were
evaluated most responsive to the RFP; and,
WHEREAS, the initial term of the contract shall be for two years, with
the option to renew for three (3) additional twelve-month periods. The
contract renewal will be 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 execute a contract with D & J
Enterprises as the Primary Contractor, and AshBritt, Inc., as the Secondary
Contractor, to provide Emergency Clean-up and Removal of Debris on an ?as
needed basis?. Funds will be available each fiscal year for this on going
service: Integrated Waste Management ? Public Services ? Pine Grove Landfill ?
Contractual Services; 0207-260-3560-PGRO-6319.
________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM C?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH REYNOLDS INLINER,
LLC, IN THE ESTIMATED AMOUNT OF $161,000 ($140,000 PLUS 15% CONTINGENCY), TO
PROVIDE EMERGENCY STORM SEWER LINING AT 17TH STREET. THE EXACT COST FOR
CONSTRUCTION IS UNKNOWN BECAUSE SECTIONS OF THE SEWER PIPE ARE INACCESSIBLE.
WHEREAS, there is a sinkhole located close to the intersection of 17th Street
and 17th Avenue. After videoing the line, other section failures or impending
failures are located in the line. This storm sewer is in close proximity of
Lakebottom Park, which is a heavily traveled area. Therefore, the work needs
to be completed as soon as possible to minimize the need for open cutting.
Some open cutting will be required for sections of the pipe that have failed
and cannot be lined; and,
WHEREAS, the City has two active contracts for storm drain rehabilitation
services: Reynolds Inliner (Resolution No. 145-10) and Instituform
Technologies (Resolution No. 85-10). Jordan, Jones & Goulding (JJ&G), the
contracted engineering firm, attempted to obtain quotes from both active
contractors. Reynolds Inliner submitted the most responsive quote; and,
WHEREAS, based on these findings, the City Manager has approved this
emergency procurement, per Article 3-115 of the Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Reynolds Inliner, LLC, in the estimated amount of $161,000 ($140,000.00 plus
15%) contingency), to provide emergency storm sewer lining at 17th Street.
Funds are available in the FY11 Budget: Capital Projects ? Sewer Fund Supported
Capital Projects ? General Construction ? 17th St. Pipe Rehabilitation;
0508-660-2000-CPSW-7661-21105-20110.
______________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM D?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE CONTRACT FOR VETERINARIAN SERVICES WITH
AFFORDABLE VETERINARY SERVICES, LLC, IN THE AMOUNT OF $30.00 PER HOUR, NOT TO
EXCEED $700 PER MONTH, AS WELL AS, THE PROVISION OF DRUGS AND OTHER MEDICAL
SUPPLIES, ON AN ?AS NEEDED? BASIS, FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF
$13,000.00 PER YEAR.
WHEREAS, the veterinarian will make three visits a week and provide
professional advice to kennel personnel as it relates to caring for, or the
euthanasia of injured or sick animals on a weekly basis; and,
WHEREAS, drugs and other medical supplies will be administrated to the animals
as needed; and,
WHEREAS, 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.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into a contract for
veterinarian services with Affordable Veterinary Services, LLC, in the amount
of $30.00 per hour, not to exceed $700 per month, as well as, the provision of
drugs and other medical supplies, on an ?as needed? basis, for the estimated
annual contract value of $13,000.00 per year. Funds are budgeted each fiscal
year for this ongoing expense: General Fund - Public Services - Special
Enforcement - Veterinarian Services; 0101-260-2400-SPCL-6339.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
__________day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM E?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER 2 WITH JORDAN, JONES &
GOULDING, INC. (JJ&G), IN AN AMOUNT NOT TO EXCEED $45,500.00, FOR ENGINEERING
SERVICES RELATED TO THE CLOSURE OF THE OLD WILSON CAMP LANDFILL.
WHEREAS, Per Resolution No. 239-06, Council authorized the execution of the
contract with JJ&G; and,
WHEREAS, the scope of work for Change Order 2 is to prepare construction drawings,
specifications, and contract documents for the Satilla portion of the
landfill. The scope of work will also include providing bid assistance for
advertising, review and recommendations of a contractor. The project will
consist of a single set of contract documents with two divisions of work: the
riverbank restoration and the closure of the remainder of the landfill. The
construction documents will be based on the EPD approved Closure Plan dated
January 5, 2010.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute Change Order 2
with Jordan, Jones & Goulding (JJ&G), in an amount not to exceed $45,500.00,
for engineering services related to the closure of the Old Wilson Camp
Landfill. Funds are available in the FY11 Budget: Integrated Waste Management
Fund ? Capital Projects ? Integrated Waste Supported Capital Projects ?
Engineering Services ? Old Wilson Camp Landfill;
0207-660-4000-CPIW-6338-20719-20100.
____________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM F?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE DECLARATION OF VEHICLES AND VARIOUS EQUIPMENT
SHOWN ON THE ATTACHED LIST AS SURPLUS EQUIPMENT IN ACCORDANCE WITH SECTION
7-501 OF THE CHARTER OF COLUMBUS CONSOLIDATED GOVERNMENT.
WHEREAS, the surplus items will be disposed of by auction on July 24, 2010.
Wayne Evans Auction Company, the City?s contracted auctioneer, will conduct the
auction. The equipment has either been replaced or placed out of service due
to excess maintenance cost. City departments have had the opportunity to
review these items for functional worth.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to declare the vehicles and
equipment shown on the attached list as surplus in accordance with Section
7-501 of the City Charter. Revenue from the auction will be deposited in the
General Fund - Sale of Surplus Equipment; 0101-099-1999-REVN-4907.
_________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING TO DECLARE ONE (1) FIRE TRUCK (VEHICLE #3137),
AS SURPLUS, IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS
CONSOLIDATED GOVERNMENT; AND AUTHORIZE THE DONATION OF THE SURPLUS VEHICLE TO
THE TALBOTTON VOLUNTEER FIRE DEPARTMENT OF TALBOT COUNTY.
WHEREAS, the fire truck is no longer practical for use by Columbus Fire and
Emergency Medical Services. Therefore, the vehicle should be declared surplus;
and,
WHEREAS, the department maintains a listing of volunteer agencies requesting
surplus equipment. Talbotton Volunteer Fire Department is the next entity on
the list requesting surplus equipment.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to declare one (1) Fire
Truck (Vehicle #3137), as surplus, in accordance with section 7-501 of the
Charter of Columbus Consolidated Government; and authorize the donation of the
surplus vehicle to the Talbotton Volunteer Fire Department of Talbot County.
_________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM H?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING PAYMENT TO PAYNE-SPARKMAN MANUFACTURING, INC.,
IN THE AMOUNT OF $36,801.00 FOR THE EMERGENCY PURCHASE OF AN UPGRADE TO THE
ARENA LIGHTING SYSTEM FOR THE CIVIC CENTER.
WHEREAS, Payne-Sparkman Manufacturing initially installed the equipment in the
Civic Center 14 years ago. This system is their sole creation. Half of the
system is now being replaced to upgrade to computer program (from a DOS version
to a WINDOWS version) and replace the "talking components" that will tell the
lights to come on or go off. The vendor is the only company that can replace,
"part for part", equipment currently in the building, and any new equipment
installed must match up to existing equipment; and,
WHEREAS, while the actual light fixtures are operational; the computer,
software, communication nodes, and communication controllers are failing and
are undependable. This equipment controls all event lights and seating lights
in the arena; and,
WHEREAS, to expedite the upgrade, in preparation for upcoming events, the
emergency purchase was approved by the City Manager on April 19, 2010.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to
Payne-Sparkman Manufacturing, Inc., in the amount of $36,801.00 for the
emergency purchase of an upgrade to the arena lighting system for the Civic
Center. Funds were encumbered for the emergency purchase from the FY10
Budget: Civic Center Fund ? Public Services ? Other Maintenance/Repairs ? Bldg
Maintenance/Parks & Rec; 0757 ?260 ?3710 ? REPA ? 6527.67.
__________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2010 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM I?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE PURCHASE OF AN UPGRADE OF THE SECURITY LOCKING
SYSTEM AT MUSCOGEE COUNTY PRISON FROM GRAYCO DETENTION EQUIPMENT, INC.
(SURFSIDE BEACH, SC), IN THE AMOUNT OF $93,520.46, AS WELL AS, ONGOING
MAINTENANCE.
WHEREAS, the upgrade of the system will repair or replace the existing
electronic door security system at the Muscogee County Prison with a new
sloped-front hard-wired flat-panel graphic system. This will combine the North
Control A, B, C and D, E, F into a single panel, and also combine the South
Control G, H, I and J, K, L into a single panel. The upgrade will reduce the
number of control panels from 6 to 4. The control panel user interface will
consist of a graphic of the area along with firm, tactile, heavy-duty
pushbuttons and heavy-duty indication LEDs; and,
WHEREAS, the cost for the system upgrade is based on the existing contract
rates with Grayco Detention Equipment, Inc., per annual contract, RFB No.
08-0027; authorized per Resolution No. 41-08, for preventive maintenance and
repair services for security locking systems at the Muscogee County Jail.
Consequently, after completion of the upgrade, the ongoing maintenance service
for Muscogee County Prison will be added to the current annual contract.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase an upgrade of the
security locking system at Muscogee County Prison from Grayco Detention
Equipment, Inc. (Surfside Beach, SC), in the amount of $93,520.46, as well as,
ongoing maintenance. After completion of the system upgrade, the ongoing
maintenance service for Muscogee County Prison will be added to the current
annual contract, RFB No. 08-0027; authorized per Resolution No. 41-08. Funds
are budgeted for the system upgrade in the FY11 Budget: Other LOST Fund ? MCP
? Public Safety - LOST ? Capital Expenditures Over $5,000; 0102-420-9900-7761.
Funding for the maintenance will be budgeted each fiscal year for this ongoing
expense: General Fund ? MCP ? Building Maintenance; 0101-420-1000-6519.
_______________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM J?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING PAYMENT OF CONTINGENT ATTORNEY FEES TO PAGE,
SCRANTOM, SPROUSE, TUCKER & FORD, P.C., WHICH MAY BE INCURRED FOR LEGAL
SERVICES RENDERED REGARDING VARIOUS CITY ISSUES DURING FISCAL YEAR 2011.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to pay contingent attorney
fees to Page, Scrantom, Sprouse, Tucker & Ford, P.C., which may be incurred for
legal services rendered regarding various City issues during Fiscal Year 2011.
Funds are available in the FY11 Budget: General Fund - City Attorney -
Consulting; 0101-120-1000-ATTY-6315.
_________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
Attachments
No attachments for this document.