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 # 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.

Back to List