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



December 13, 2016



Agenda Report # 75



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) READY MIX CEMENT - (ANNUAL CONTRACT) - RFB NO. 17-0009



It is requested that Council approve the purchase of ready mix cement on an ?as

needed basis? from Argos Ready Mix, LLC. (Columbus, GA) for the estimated

annual contract value of $150,000.00. The Public Works Department will use the

ready mix cement for spot repairs on City roads. Last year the Public Services

Department spent over $125,000.00 for ready mix cement.



The contract term shall be for two (2) years, with the option to renew for

three (3) additional twelve-month periods, contingent upon the mutual agreement

of the City and the Contractor.



Bid specifications were posted on the web pages of the Purchasing Division and

the Georgia Procurement Registry. One (1) bid was received on November 23,

2016. This bid has been advertised, opened and reviewed. The bidder was:



Unit of

Measure Argos Ready Mix, LLC

(Columbus, GA)

1. Regular Mix, 3000 p.s.i. Per Cubic Yard $ 100.00

2. Class A Cement Per Cubic Yard $ 104.00

3. Grout Mix (Cement/Sand only) Per Cubic Yard $ 110.00

4. 3,000 p.s.i. Concrete w/peagravel Per Cubic Yard $ 110.00

5. 5,000 p.s.i. High Earley, Type 5,000 Per Cubic Yard $ 120.00

6. Concrete Expansion Joint Per Foot $ 0.40 per Foot

7. Calcium ? Liquid 2% Per Cubic Yard $ 6.00

8. Knob Blocks Each $ 40.00



In accordance with Section 3-108, Item H of the Procurement Ordinance, the

Purchasing Division performed due diligence by conducting a survey of

non-responsive firms to determine if it was necessary to revise the

specifications to encourage more competition. The Purchasing Division

contacted Ready Mix USA to see if they would be interested in bidding on this

contract; the vendor concurred, and the bid specifications and addendum were

email to the company. Consequently, an addendum was issued to extend the bid

due date to November 23, 2016. However, the City did not receive any

additional bid responses on the new bid due date..



Funds are budgeted each fiscal year for this ongoing expense: Various

departments: 6726 & 6728.



* * * * * *



(B) MOWERS AND ACCESSORIES ? GEORGIA STATE CONTRACT



It is requested that Council approve the purchase two (2) John Deere Z915B

commercial ZTrak mowers and one (1) 14 bushel 3-bag material collection system,

from Deere & Company (Cary, NC), at a unit price of $6,775.23 for the mowers,

and $2,309.23 for the material collection system, for a grand total amount of

$15,859.69, via Georgia State Contract #99999-001-SPD0000102-0027.



The equipment will be purchased utilizing funds donated by the Columbus Youth

Soccer Club as approved by Columbus Council on September 13, 2016 and will be

used for the maintenance and upkeep of Woodruff Farm Soccer Complex. This is

new equipment.



Funds are budgeted in the FY17 Budget: General Fund ? Public Works ? Street

Improvements ? Capital Expend-Over $5,000; 0101-260-2100-PSRV-7761.



* * * * * *



(C) ENGINEERING SERVICES FOR SLOPE FAILURE REPAIR ? RFP NO. 17-0006

It is requested that Council authorize the execution of a contract with Barge,

Waggoner, Sumner & Cannon, Inc. (Columbus, GA) for Engineering Services for

slope failure repairs.



In December 2015, the City received over twenty inches (20?) of rain, resulting

in slope failure at three (3) different locations. Barge, Waggoner, Sumner &

Cannon will evaluate and design repair methods for the following locations:



? Bradley Circle and Access Road to Riverwalk

? Lindsey Court and Terminal Court

? Riverbank along Riverwalk-South of Bull Creek Bridge



The scope of services shall include but not be limited to:

A. Condition Assessment

B. Concepts Development and Cost Assessments for alternatives for repair

C. Design and Specifications in accordance with Federal standards for FEMA

Grants

D. Permitting in accordance with FEMA requirements

E. Construction Services ? interpretation of plans and specifications, as

required.



During the review process, the committee decided to request addition evaluation

and design repair methods. Barge, Waggoner, Sumner & Cannon agreed to provide

the services for the additional locations:



? Cooper Creek Park Lake dam, Watershed #3: slope failure on the back side of

the dam.

? Columbus Riverwalk: slope failure by lamp post #374, #405, #445, and #612.



RFP Advertisement and Receipt of Proposals:

RFP specifications were posted on the web pages of the Purchasing Division and

the Georgia Procurement Registry on September 2, 2016. This RFP has been

advertised, opened and evaluated. One proposal was received on September 30,

2016.



In accordance with Section 3-108, Item H of the Procurement Ordinance, the

Purchasing Division performed due diligence by conducting a survey of

non-responsive firms to determine if it was necessary to revise the

specifications to encourage more competition. The following (5) firms were

surveyed:



1. Jacobs Engineering: ?Jacobs did not submit a proposal because we no longer

have a local presence in Columbus and believed this project would be better

handled by a local firm.?

2. Stantec: ?This was a matter of competitiveness for us. We provide these

services but we would have to rely on resources in other states. And we didn't

feel we could be competitive with the way we would have to structure our team.?

3. Wolverton & Associates: ?We don't self-perform the services required for the

project. We passed the opportunity on to our geotechnical sub-consultants and

teaming partners. I am unsure why there was no interest there. For us, this

was a pass through project.?

4. Heath & Lineback Engineers: The firm did not provide a response to the

email.

5. AECOM: The firm did not provide a response to the email.



Based on the responses to the survey, the Purchasing Division determined that

revisions were not required to the specifications. The Purchasing Division

opened the one (1) proposal received from the following firm:



Barge, Waggoner, Sumner & Cannon, Inc. (Columbus, GA)



The following events took place after receipt of the proposal:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-/1st Evaluation Meeting 12/01/16 Due to only receiving one proposal, the

Pre-Evaluation and First Evaluation committee meetings were combined. The

Purchasing Manager advised evaluation committee members of the RFP rules and

process, and the project manager provided an overview. The proposal, which had

been previously disbursed to each committee member to review, was discussed.



Committee members requested the Purchasing Division to ask the firm to provide

the services for other slope failure locations.

Requested Additional Services and Cost Proposal 12/06/16 Request for additional services

and cost proposal was forwarded to the vendor.

Received Additional Services response and Cost Proposal 12/07/16 The firm submitted the

requested information and cost proposal, which was forwarded to the Committee.

Evaluation Ballots Sent to Committee 12/07/16 Evaluation ballots forwarded to the voting

committee members.

Recommendation received 12/07/16 Via email, the committee members unanimously voted to

award to the sole responsive firm.



Evaluation Committee:

The proposals were reviewed by the Evaluation Committee, which consisted of (2)

voting members from the Engineering Department and (1) voting member from the

Public Works Department.



Award Recommendation:

The evaluation committee unanimously recommends award of the contract to Barge,

Waggoner, Sumner & Cannon, Inc., the sole responding firm, as reflected by

their comments provided below:



1. The firm has been handling projects for Columbus Water Works to receive FEMA

funding, as well as similar projects in other cities.

2. Personnel from this firm have worked on similar type projects on the

Riverwalk for the City and on roadways in Fort Benning.

3. This firm has experience on numerous projects that involve State and Federal

Funding and the documentation and recordkeeping requirements.

4. Barge, Waggoner, Sumner & Cannon has experience that is specific to

repairing slope failures.

5. The firm is local and fully staffed to be able to execute this project in

the most expedient manner.



Vendor Experience/Qualifications:

Barge, Waggoner, Sumner & Cannon, Inc. is a 100% employee-owned

multidisciplinary engineering firm with 300 employees across offices in

Georgia, Tennessee, Alabama and Ohio, and has an office in Columbus, GA.

? Barge, Waggoner, Sumner & Cannon was founded in 1955. The present company

name has been used for the past 45 years.

? Barge, Waggoner, Sumner & Cannon provides planning, design, and construction

engineering services.

? The firm is ranked 201 in ENR?s 2016 list of Top 500 Design Firms, and its

annual revenue exceeds $60 million.

? The firm provides services, from conception to completion, for a wide variety

of public and private infrastructure projects.

? The principal for this project will be Ben Adams, PE, who is Vice President

of the Columbus, GA office.

? Building & Earth Sciences (Columbus, GA) will be a sub-consultant for the

project, and has provided services for the Ft. Benning 10th Division Road slope

failure, Ft. Benning Craig Drive slope failures, and Preserve Apartments slope

evaluation in Columbus.

? Barge, Waggoner, Sumner & Cannon has performed numerous projects for clients

wherein federal funding was involved. Such funding includes Economic

Development (EDA) grants, State Revolving Fund (SRF) loans, Community

Development Block Grants (CDBG), and Rural Development Agency (RDA) grants and

loans. All of these funding programs require compliance with certain federally

mandated provisions related to procurement, most notably Title 2, Title 215 and

Title 44, Subpart 13.36 of the Code of Federal Regulations.



The firm has numerous systems in place for such compliance in the performance

of professional engineering services. The primary systems include the firm?s

accounting software, file management system, file retrieval system, and

document retention and destruction policy.



The accounting system has the ability to segregate invoicing by event, type

activity, and project, and otherwise comply with FEMA reporting requirements.



Client Work History:

o Columbus Water Works (Columbus, GA) ? (02/2016 ? present)

Rehabilitate the South Columbus Water Resource Facility Headworks, due to

damage to the plant that occurred during a flood event. FEMA was involved, and

FEMA guidelines had to be followed in order to receive FEMA funding. Barge,

Waggoner, Sumner & Cannon coordinated with FEMA to confirm applicable

provisions were followed when producing the procurement documents. The firm

advertised and bid the project with requirements that the bidder confirm that

MBE, WBE and labor surplus area firms are used when possible.



o Tennessee Valley Authority (Muscle Shoal, AL) ? (2012 ? 2014)

The Pond Creek project addressed a ?-mile slope failure along a solid waste

management unit adjacent to the old stream alignment. Barge, Waggoner, Sumner

& Cannon performed an evaluation of options, which included rip rap or

shotcrete armoring, regrading, and hydorseeding and relocation of the stream

away from the solid waste management unit altogether. The firm provided

natural channel design and construction observation, and modeled and mapped

three miles of Pond Creek and prepared the LOMR application to document the

FEMA map revisions.



o Ryman Hospitality Properties (Nashville, TN) ? (2010 - 2012)

Barge, Waggoner, Sumner & Cannon has been a long-term consultant to Opryland

since the 1960s and provided permitting, surveying, and civil engineering

support. The firm assisted with raising the existing levee to protect Opryland

from a 100-year flood event and with preparing the FEMA LOMR documentation in

the 2000s. When the facility was flooded in May 2010 from a 500-year flood

event, the firm again assisted in raising the levee to protect against another

storm of that magnitude and provided LOMR documentation to reflect the new

500-year levee system.



o Metro Water Services (Nashville, TN) ? (2011 ? current ongoing contract)

In May 2010, Nashville suffered a 500-year flood that damaged several of Metro

Water Services? critical assets. The flood was declared a federal disaster,

which initiated FEMA?s Public Assistance Program for recovery and mitigation

costs. Barge, Waggoner, Sumner & Cannon prepared Hazard Mitigation Proposals

in compliance with FEMA?s requirement for obtaining available funding to avert

or significantly reduce the reoccurrence of similar damages to the same assets

from similar future events. The scope of work included Hazard Mitigation

Proposal development for two (2) wastewater facilities and twelve (12) pump

stations.



The RFP process is governed by the City?s Procurement Ordinance Article 3-110,

Competitive Sealed Proposals for the procurement of Equipment, Supplies and

Professional Services and Article 3-111 Architectural/Engineering and Land

Surveying Services. During the RFP process, there is no formal opening due to

the possibility of negotiated components of the proposal. In the event City

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

Therefore, the evaluation results and cost information has been submitted to

the City Manager in a separate memo for informational purposes.



The costs for these projects will be reimbursed by FEMA. The initial payments

will be disbursed from Special Projects/Capital Projects Fund - Capital

Projects; 0508 ? 660.



* * * * * *



(D) TASER TRAINING CARTRIDGES FOR POLICE DEPARTMENT



It is requested that Council approve the purchase 1,200 Taser Training

Cartridges from Taser International (Scottsdale, AZ) for the amount of

$29,667.79.



The training cartridges will be used to train Police Officers in the proper use

of the Tasers. The Police Department will use the Tasers as an additional tool

in the Less Lethal Program. Tasers provide an option that could prevent the

necessity for ?deadly force,? thereby possibly preventing serious injury to an

officer, or a citizen taken into custody.



Taser International is the manufacturer of the Taser training cartridges.

Therefore, this purchase is considered an only know source procurement, per the

Procurement Ordinance, Section 3-114.



Funds are available in the FY17 Budget: General Fund ? Police ? Support

Services ? Operating Materials; $5,000; 0101 ? 400 ? 2200 ? STAF ? 6728.



* * * * * *

(E) FUEL PURCHASES



It is requested that Council approve payment for fuel purchases awarded to the

vendor submitting the lowest, responsive, responsible quote, via the daily fuel

quote process.



The Finance Department receives daily fuel quotes from various vendors to

provide Unleaded, Diesel, Ethanol and other related fuel. The daily quote

process ensures the City receives the lowest possible price for fuel each day.

Participating vendors are instructed to submit their, per gallon, quotes by 9

am each day. The quotes are awarded by individual fuel type to the lowest

bidder. The vendor submitting the lowest, responsible, responsive quote is the

vendor from whom the City purchases fuel for that specific day. Fuel is

purchased by the Public Works, METRA, and Parks and Recreation Departments, and

is used to fuel all City vehicles. Additionally, the Water Works has

requested to receive a copy of the City?s daily fuel quotes.



Invoices for fuel can reach up to approximately $15,000. In the past, fuel

purchases did not require Council approval. However, on November 15, 2016,

Council reduced the approval threshold from $25,000 to $10,000. Therefore,

Council approval is now required. This agenda item and attached resolution is

needed to cover future purchases, so that payments to vendors are not delayed

and the City continues to receive fuel in a timely manner. Otherwise, if

payments are not remitted in a timely manner, fuel deliveries will not be made.



Funds are budgeted, as needed, for this ongoing expenses in various Department

Budgets for Motor Fuel, 6746.



* * * * * *



(F) RECURRING COSTS FOR E911 SERVICES



It is requested that Council approve payments to AT&T (Atlanta, GA) for

recurring costs for E911 services, for the approximate monthly amount of

$10,000 - $12,000.



The recurring costs cover connectivity, databases and other telephony services

provided by AT&T that allows the City to maintain the E911 Service.



The amount of the monthly invoices is approximately $10,000 - $12,000. In the

past, these payments did not require Council approval. However, on November

15, 2016, Council reduced the approval threshold from $25,000 to $10,000.

Therefore, Council approval is now required. This agenda item and attached

resolution is needed to cover future payments, so the City continues to receive

the necessary services. Otherwise, services will be disconnected.



Funds are budgeted, as needed, for this ongoing expenses as follows: Emergency

Telephone Fund ? Police ? E911 ? Other Purchased Services; 0209 - 400 ? 3220 ?

E911 ? 6699.



* * * * * *



(G) CHANGE ORDER 1 FOR FRONT AVENUE STRIPING



It is requested that Council authorize the execution of Change Order 1 with

Earth-Scapes, Inc. (Phenix City, AL) in the amount of $33,337.10 for the Front

Avenue Striping project.



Per Resolution No. 98-16, Council authorized the striping at Front Avenue, from

13th Street to 14th Street. The primary need for Change Order 1 is for

additional paving and irrigation work, damage to the site during construction

and utility delays.





Document Description Amount

Original Contract Striping at Front Avenue, from 13th Street to 14th Street. 88,859.00

Change Order 1 Additional paving and irrigation work, damage to the site during

construction and utility delays. 33,337.10

New Contract Amount $122,196.10



Funds are available in the FY17 Budget: Special Project Capital Project Fund ?

Paving Fund Supported ? Road Improvements ? Front Avenue Reconnection Project;

0508-660-3000-CPPF-7643-21091-20160.



* * * * * *



(H) LEGAL ADVERTISING FOR TAX COMMISSIONER



It is requested that Council approve payment to Ledger Enquirer (Macon, GA) for

legal advertising expenses, required for tax sales, in the amount of $15,990.00.



Funds are budgeted in the FY17 Budget: General Fund ? Tax Commissioner -

Promotion/Advertising Services; 0101 ? 560 ? 1000 -6317.









?ITEM A?



A RESOLUTION

NO.____



A RESOLUTION AUTHORIZING THE PROCUREMENT OF READY MIX CEMENT ON AN ?AS NEEDED

BASIS? FROM ARGOS READY MIX, LLC (COLUMBUS, GA) FOR THE ESTIMATED ANNUAL

CONTRACT VALUE OF $150,000.00.



WHEREAS, the ready mix cement will be used on an ?as needed basis? by the

Public Works Department for spot repairs on City roads; and,



WHEREAS, this contract shall be for two years, with the option to renew for

three additional twelve month periods.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to procure ready mix

cement on an ?as needed basis? from Argos Ready Mix, LLC (Columbus, GA) for the

estimated annual contract value of $150,000.00. Funds are budgeted each fiscal

year for this ongoing expense: Various departments: 6726 & 6728.



________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 PURCHASE OF TWO (2) JOHN DEERE Z915B COMMERCIAL

ZTRAK MOWERS AT A UNIT PRICE OF $6,775.23, AND A 14 BUSHEL 3-BAG MATERIAL

COLLECTION SYSTEM AT A PRICE OF $2,309.23, FOR A GRAND TOTAL OF $15,859.69],

FROM DEERE & COMPANY, (CARY, NC), VIA GEORGIA STATE CONTRACT

#99999-001-SPD0000102-0027.



WHEREAS, the equipment will be purchased utilizing funds donated by the

Columbus Youth Soccer Club as approved by Columbus Council on September 13,

2016 per Resolution #327-16; and,



WHEREAS, the equipment will be used for the maintenance and upkeep of Woodruff

Farm Soccer Complex. This is new equipment



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) John Deere Z915B

Commercial ZTrak mowers and one (1) 14 bushel 3-bag material collection system

from Deere & Company, (Cary, NC) in the amount of $15,859.00. Funds are

budgeted in the FY17 Budget: General Fund ? Public Works ? Street Improvements

? Capital Expend-Over $5,000; 0101-260-2100-PSRV-7761.

______________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_____ day of__________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 CONTRACT WITH BARGE, WAGGONER,

SUMNER & CANNON, INC. (COLUMBUS, GA) FOR ENGINEERING SERVICES FOR SLOPE FAILURE

REPAIRS.

WHEREAS, an RFP was administered (RFP No. 17-0006) and one proposals were

received; and,



WHEREAS, in accordance with Section 3-108, Item H of the Procurement Ordinance,

the Purchasing Division performed due diligence by conducting a survey of

non-responsive firms to determine if it was necessary to revise the

specifications to encourage more competition. Based on the responses to the

survey, the Purchasing Division determined that revisions were not required;

and,



WHEREAS, the proposal submitted by Barge, Waggoner, Sumner & Cannon, Inc. met

all proposal requirements.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to execute a contract with Barge,

Waggoner, Sumner & Cannon, Inc. (Columbus, GA) for engineering services for

slope failure repairs. The costs for these projects will be reimbursed by

FEMA. The initial payments will be disbursed from Special Projects/Capital

Projects Fund - Capital Projects; 0508 ? 660.

_______________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the______ day of ____________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 THE PURCHASE OF 1,200 TASER TRAINING CARTRIDGES FROM

TASER INTERNATIONAL (SCOTTSDALE, AZ) FOR THE AMOUNT OF $29,667.79.



WHEREAS, the training cartridges will be used to train Police Officers

in the proper use of the Tasers. The Police Department will use the Tasers as

an additional tool in the Less Lethal Program. Tasers provide an option that

could prevent the necessity for ?deadly force,? thereby possibly preventing

serious injury to an officer, or a citizen taken into custody; and,



WHEREAS, Taser International is the manufacturer of the Taser training

cartridges. Therefore, this purchase is considered an only know source

procurement, per the Procurement Ordinance, Section 3-114.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase 1,200 Taser Training

Cartridges from Taser International (Scottsdale, AZ) for the amount of

$29,667.79. Funds are available in the FY17 Budget: General Fund ? Police ?

Support Services ? Operating Materials; $5,000; 0101 ? 400 ? 2200 ? STAF ?

6728.



______________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_____ day of____________________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 PAYMENT FOR FUEL PURCHASES AWARDED TO THE VENDOR

SUBMITTING THE LOWEST, RESPONSIVE, RESPONSIBLE QUOTE VIA THE DAILY FUEL QUOTE

PROCESS.



WHEREAS, the Finance Department receives daily fuel quotes from various vendors

to provide Unleaded, Diesel, Ethanol and other related fuel. The daily quote

process ensures the City receives the lowest possible price for fuel each day.

Participating vendors are instructed to submit their, per gallon, quotes by 9

am each day. The quotes are awarded by individual fuel type to the lowest

bidder. The vendor submitting the lowest, responsible, responsive quote is the

vendor from whom the City purchases fuel for that specific day. Fuel is

purchased by the Public Works, METRA, and Parks and Recreation Departments, and

is used to fuel all City vehicles. Additionally, the Water Works has

requested to receive a copy of the City?s daily fuel quotes; and,



WHEREAS, invoices for fuel can reach up to approximately $15,000. In the past,

fuel purchases did not require Council approval. However, on November 15,

2016, Council reduced the approval threshold from $25,000 to $10,000.

Therefore, Council approval is now required. This resolution is needed to

cover future purchases, so that payments to vendors are not delayed and the

City continues to receive fuel in a timely manner.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to make payment for fuel purchases

awarded to the vendor submitting the lowest, responsive, responsible quote via

the daily fuel quote process. Funds are budgeted, as needed, for this ongoing

expenses in various Department Budgets for Motor Fuel, 6746.



______________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_____ day of____________________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 MONTHLY PAYMENTS TO AT&T (ATLANTA, GA) FOR RECURRING

COSTS FOR E911 SERVICES, FOR THE APPROXIMATE MONTHLY AMOUNT OF $10,000 -

$12,000.



WHEREAS, the recurring costs cover connectivity, databases and other telephony

services provided by AT&T, that allows the City to maintain the E911 Service;

and,



WHEREAS, the amount of the monthly invoices is approximately $10,000 - $12,000. In

the past, these payments did not require Council approval. However, on

November 15, 2016, Council reduced the approval threshold from $25,000 to

$10,000. Therefore, Council approval is now required. This resolution is

needed to cover future payments to avoid interruption of services.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to make monthly payments to AT&T

(Atlanta, GA) for recurring costs for E911 services, for the approximate

monthly amount of $10,000 - $12,000. Funds are budgeted, as needed, for this

ongoing expenses as follows: Emergency Telephone Fund ? Police ? E911 ? Other

Purchased Services; 0209 - 400 ? 3220 ? E911 ? 6699.

______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_____ day of____________________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 THE EXECUTION OF CHANGE ORDER 1 WITH EARTH-SCAPES,

INC. (PHENIX CITY, AL) IN THE AMOUNT OF $33,337.10 FOR THE FRONT AVENUE

STRIPING PROJECT.



WHEREAS, per Resolution No. 98-16, Council authorized the striping at

Front Avenue, from 13th Street to 14th Street; and,



WHEREAS, Change Order 1 is required for additional paving and

irrigation work, damage to the site during construction and utility delays.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to execute Change Order

Earth-Scapes, Inc. (Phenix City, AL), in the amount of $33,337.10 for the Front

Avenue Striping project. Funds are available in the FY17 Budget: Special

Project Capital Project Fund ? Paving Fund Supported ? Road Improvements ?

Front Avenue Reconnection Project; 0508-660-3000-CPPF-7643-21091-20160.

_______________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of _________________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 PAYMENT TO LEDGER ENQUIRER (MACON, GA) FOR LEGAL

ADVERTISING EXPENSES, REQUIRED FOR TAX SALES, IN THE AMOUNT OF $15,990.00.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to make payment to Ledger

Enquirer (Macon, GA) for legal advertising expenses, required for tax sales, in

the amount of $15,990.00. Funds are budgeted in the FY17 Budget: General Fund

? Tax Commissioner - Promotion/Advertising Services; 0101 ? 560 ? 1000 -6317.

__________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of _________________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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