Agenda Item # 5
Columbus Consolidated Government
Council Meeting
December 15, 2009
Agenda Report # 456
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) AUTOMATIC ANNOUNCEMENT SYSTEM (ANNUAL CONTRACT) ? RFB NO. 10-0011
It is requested that Council approve the purchase of automatic announcement
systems from Digital Recorders for the estimated annual contract value of
$42,500.00. Digital Recorders will provide and install the automatic
announcement systems in METRA buses, which will allow the passengers to hear
clear messages informing them of their upcoming stops. This system will be
convenient for customers to use, especially those customers who are visually or
hearing impaired and those who are unfamiliar with the route.
The term of this contract period shall be for two years, with the option to
renew for three (3) additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
Bid postcard invitations were mailed and specifications were posted on the
City?s website. One bid was received from Digital Recorders on November 13,
2009. This bid has been advertised, opened and reviewed.
*Unit cost for the remaining 2-5 years of the contract:
2nd Year - $5,790
3rd Year - $5,990
4th Year - $6,185
5th Year - $6,388
**Pricing will remain in effect, if additional refresher Maintenance Training
is needed for years 2-5 of the Contract.
Funds are budgeted each fiscal year for this on-going expense: Transportation
Fund ? METRA FTA - Capital Expenditures over $5000; 0751-610-2400-MFTA-7761;
Transportation Fund ? ARRA Section 5340 ? Capital Expenditures over $5000;
0751-610-3430-MFTA-7761
* * * * * * * * * * *
(B) HOUSEHOLD HAZARDOUS WASTE RECYCLING PROJECT
It is requested that Council approve the reimbursement payment to Keep Columbus
Beautiful Commission in the amount of $46,371.11 for the Household Hazardous
Waste Recycling project.
Keep Columbus Beautiful Commission organized and sponsored the Great American
Clean Up ? Household Hazardous Waste Recycling project, held in October,
2009. The City shares the cost of the effort with Keep Columbus Beautiful and
reimburses the Commission a portion of the recycling expense.
Funds are budgeted in the FY10 Budget: Integrated Waste Management Fund ?
Public Services ? Recycling ? Contractual Services; 0207-260-3520-RCYL-6319.
* * * * * * * * * * *
(C) CHANGE ORDER NO. 1 FOR EMERGENCY STORM WATER REPAIRS AT BISCAYNE DRIVE
It is requested that Council authorize the execution of Change Order No.1 with
Southeastern Site Development, Inc. (Newnan, GA), in the amount of $14,890.00,
for additional storm water repairs at 5035 Biscayne Drive.
The City Manager approved the procurement of emergency services on July 2,
2009, and Resolution No. 332-09 authorized payment to Southeastern Site
Development. Actual conditions encountered during construction increased the
original scope of work:
Original contract amount 45,735.80
Change Order No. 1 14,890.00
New contract amount $ 60,625.80
Funds are available in the FY10 Budget: Capital Projects Fund ? Sewer Fund
Supported Projects ? General Construction ? Biscayne Drive Drainage
Improvements; 0508-660-2000-CPSF-7661-21099-20100.
(D) CONSTRUCTION MANAGEMENT SERVICES FOR SWIMMING POOL AND BATH HOUSE ? RFP NO.
10-0007
It is requested that Council authorize the negotiation of a contract with Triad
Construction Company, Inc., for construction management services for a new
swimming facility at Double Churches Park.
Triad Construction Company, Inc., will provide preconstruction services and
construction services for the replacement of the existing pool. The City,
prior to construction, may or may not demolish the existing bathhouse. In any
case, the new bathhouse will be relocated at the south end of the new pool
facility. The existing concrete fifty-meter pool shell will remain for
modification by the contractor in accordance with the construction drawings.
The drawings specify the existing pool shell will be modified to accommodate
two new swimming elements. One element will consist of a twenty-five yard
swimming pool with a deep well for diving and the other element will consist of
a leisure type pool with one end maintaining a zero water depth. The leisure
pool will contain various water features such as a water slide,
mushroom sprays, overhead water releasing buckets, etc. The two new elements
will be built within the wall limits of the existing pool. The purpose of this
approach is to eliminate the need for total demolition of the existing pool.
There are no further components of the existing pool to be salvaged except
possibly the pool deck, filters and pumps from the existing pump room.
The project also requires the construction of a new bathhouse and pump house to
be constructed in accordance with the plans and specifications. Other
construction components will consist of the installation of a perimeter fence,
new concrete sidewalks, security and overhead outdoor lighting, and landscaping
work.
Request for proposal information was mailed to fifty-four vendors and
specifications were posted on the City?s website. The RFP has been advertised,
opened and evaluated. Eight proposals were received on December 1, 2009, from
the following offerors.
Triad Construction Company, Inc., (Atlanta, GA)
Batson-Cook Construction (West Point, GA)
D Dean & Associates (Columbus, GA)
Denson Contracting (Columbus, GA)
Freeman & Associates (Columbus, GA)
Hogan Construction (Norcross, GA)
USA Pool Construction (Roswell, GA)
Winter Construction (Columbus, GA)
The proposal was reviewed by the Evaluation Committee members, which consisted
of representatives from the departments of Parks and Recreation, Engineering
and Public Services. A representative from the project architect firm of
Andras-Allen-Starr served in an advisory capacity. 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 negotiated
components. 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 cost information has been submitted to the City Manager in a separate memo,
for informational purposes.
Funds are budgeted in the FY10 Budget: 1999 SPLOST Tax Project Fund ? 1999
SPLOST ? Double Churches Pool Renovations ? General Construction; 0540 ? 695 ?
2128 ? TXOP ? 7661 ? 50254 - 20010 and 20100.
* * * * * * * * *
(E) OPTION 1: FULL SIZE SUV 4X4 ? RFB NO. 10-0014
It is requested that Council authorize the purchase of one Full Size SUV 4x4
from Rivertown Ford (Columbus, Georgia), in the amount of $23,330.37.
The Full Size SUV 4x4 is a replacement unit. The Engineering Department will
use the vehicle to inspect construction sites.
Bid postcard invitations were mailed to eighty-one vendors and bid
specifications were posted on the City?s website. Bid responses were received
on November 18, 2009 from twelve bidders. This bid has been advertised, opened
and reviewed. The bidders were:
Vendors
Unit Price
1. Rivertown Ford (Columbus, GA) $23,330.37
2. Wade Ford (Smyrna, GA) $23,242.00
3. Legacy Ford, Inc. (McDonough, GA) $23,393.00
4. Peach County Ford (Byron, GA) $23,493.00
5. Prater Ford-Mercury, Inc. (Calhoun, GA) $23,537.00
6. Allan Vigil Ford (Morrow, GA) $23,995.00
7. Carl Gregory Fleet Oper. (Columbus, GA) $27,913.12
8. Terry Cullen Chevrolet (Jonesboro, GA) $28,700.00
9. Jay Pontiac Buick GMC (Columbus, GA) $32,271.30
10. Bellamy Strickland (McDonough, GA) $33,262.61
11. Whiteside Chevrolet (Saint Clairsville, OH) $33,800.00
Rivertown Ford was awarded the bid due to 2% Local Preference.
The Georgia State Contract price for a Full Size SUV is $25,777.00.
Funds are budgeted in the FY10 Budget: Paving Fund ? Pubic Services ?
Engineering-Highways and Roads ? Light Trucks; 0203 ? 250 ? 2200 ? ROAD ? 7722.
(F) OPTION 2: FULL SIZE SUV 2WD ? RFB NO. 10-0014
It is requested that Council authorize the purchase of one Full Size SUV 2WD
from Rivertown Ford, in the amount of $20,884.37.
The Full Size SUV 2WD is a replacement unit. The Marshal?s Office will use the
vehicle to transport supplies for school programs.
Bid postcard invitations were mailed to eighty-one vendors and bid
specifications were posted on the City?s website. Bid responses were received
on November 18, 2009 from twelve bidders. This bid has been advertised, opened
and reviewed. The bidders were:
Vendors Unit Price
1. Rivertown Ford (Columbus, GA) $20,884.37
2. Wade Ford (Smyrna, GA) $22,792.00
3. Prater Ford-Mercury, Inc. (Calhoun, GA) $22,879.00
4. Legacy Ford, Inc. (McDonough, GA) $22,953.00
5. Peach County Ford (Byron, GA) $22,967.00
6. Allan Vigil Ford (Morrow, GA) $23,217.00
7. Carl Gregory Fleet Oper. (Columbus, GA) $28,216.12
8. Terry Cullen Chevrolet (Jonesboro, GA) $29,100.00
9. Jay Pontiac Buick GMC (Columbus, GA) $29,291.65
10. Whiteside Chevrolet (Saint Clairsville, OH) $30,500.00
11. Bellamy Strickland (McDonough, GA) $31,690.71
The Georgia State Contract price for a Full Size SUV is $22,418.00.
Funds are budgeted in the FY10 Budget: 1999 SPLOST Tax Project Fund ? 1999
SPLOST ? 1999 SPLOST Pol/Fire Veh/Equp ? Automobiles ? Marshal - Vehicles; 0540
? 695 ? 2123 ? TXMS ? 7721 ? 50140-20100.
* * * * * *
(G) OPTION 3: FIFTEEN (15) PASSENGER VANS ? RFB NO. 10-0014
It is requested that Council authorize the purchase of two Fifteen (15)
Passenger Vans from Wade Ford (Smyrna, Georgia), in the amount of $43,248.00.
The Fifteen (15) Passenger Vans are replacement units. The Muscogee County
Prison will use the vehicles to transport inmates to and from state
facilities.
Bid postcard invitations were mailed to eighty-one vendors and bid
specifications were posted on the City?s website. Bid responses were received
on November 18, 2009 from twelve bidders. This bid has been advertised, opened
and reviewed. The bidders were:
Vendors Unit Price
(2 Units)
Total Price
1. Wade Ford (Smyrna, GA) $21,624.00 $43,248.00
2. Peach County Ford (Byron, GA) $21,996.00 $43,992.00
3. Legacy Ford, Inc. (McDonough, GA) $22,094.00 $44,188.00
4. Allan Vigil Ford (Morrow, GA) $22,185.00 $44,370.00
5. Prater Ford-Mercury, Inc. (Calhoun, GA) $22,199.00 $44,398.00
6. Carl Gregory Fleet Oper. (Columbus, GA) $22,237.84 $44,475.68
7. Rivertown Ford (Columbus, GA) $23,453.84 $46,907.68
8. Sledge Chevrolet (Manchester, GA) $27,000.00 $54,000.00
9. Terry Cullen Chevrolet (Jonesboro, GA) $27,400.00 $54,800.00
10. Jay Pontiac Buick GMC (Columbus, GA) $27,710.78 $55,421.56
11. Whiteside Chevrolet (Saint Clairsville, OH) $27,913.00 $55,826.00
12. Bellamy Strickland (McDonough, GA) $28,573.67 $57,147.34
The Georgia State Contract price for a Fifteen (15) Passenger Van is
$24,103.00.
Funds are budgeted in the FY10 Budget: LOST Public Safety Fund ? MCP ? Public
Safety LOST -- Automobiles; 0102 ? 420 ? 9900 ? LOST ? 7721.
* * * * * * * *
(H) HAZMAT SUPPLIES AND EQUIPMENT (ANNUAL CONTRACT) ? RFB NO. 10-0021
It is requested that Council approve the purchase of hazmat supplies and
equipment from SASCO Chemical Group on an ?as needed basis? for the estimated
annual contract value of $147,004.70. These materials are used by the Hazmat
Team to clean up hazardous waste spills. Responsible parties are identified
and billed for approximately 95% of cost of materials used in hazardous waste
cleanup incidents.
The contract period shall be for one year, with the option to renew for four
(4) additional twelve- month periods. Contract renewal is contingent upon the
mutual agreement of the contractor and the City.
Bid specifications were posted on the City?s website; one bid was received
November 20, 2009. This bid has been advertised, opened and reviewed. The
bidder was:
SASCO Chemical Group (Albany, GA)
Funds are budgeted each fiscal year for this on-going expense: General Fund ?
Fire & EMS Department - Fire/EMS Special Operations - Operating Materials;
0101-410-2600-SPCO-6728.
* * * * * *
(I) CELLULAR TELEPHONE SERVICES (ANNUAL CONTRACT) (NAME CHANGE) ? RFP NO.
07-0012
It is requested that Council approve the contract for cellular telephone
services with Verizon Wireless.
The contract for cellular telephone service was awarded to Alltel, per
Resolution No. 413-07 on September 18, 2007. On July 11, 2009, Alltel services
officially transition from Alltel Wireless to Verizon Wireless. Verizon
Wireless has agreed to honor the terms of the contract. As a Verizon Wireless
customer, the City?s plan, monthly access charge and any eligible discounts
will remain the same.
The contract is currently in the third year of the awarded contract, which was
award for two years, with the option to renew for three (3) additional
twelve-month periods. There will be no change to the end date of the contract
term.
Funds will be budgeted each fiscal year for this on going expense: Various
Accounts ? Mobile Phone ? 6622.
* * * * * *
(J) EOD ROBOT (ICOR TECHNOLOGY MK3 ? CALIBER? OR EQUIVALENT) ?
RFB NO. 10-0022
It is requested that Council approve the purchase of an EOD Robot from National
Security Associates (Columbus, Georgia), in the amount of $64,500.00.
The EOD (Explosive Ordinance Disposal) Robot is to be used by the Columbus
Office of Homeland Security. It shall have applications for both EOD and SWAT
missions. The equipment will assist the Homeland Security Department in any
response to an improvised explosive device or hostage type situation. The robot
allows officers to remain a safe distance away from the suspect package or
hostage-taker; therefore, reducing the loss of life.
Bid postcard invitations were mailed to four vendors and bid specifications
were posted on the City?s website. Bid responses were received on December 9,
2009 from two bidders. This bid has been advertised, opened and reviewed. The
bidders were:
Vendors Total
Price
1. National Security Associates, Inc. (Columbus, GA) $64,500.00
2. ICOR Technology (Ottawa, Ontario, Canada) $64,500.00
National Security Associates was awarded the bid due to 1% Local Preference.
Funds are budgeted in the FY10 Budget: Multi-Gov?T Project Fund ? Homeland
Security ? Explosive Device Operations Program Grant ? Capital Expenditures ?
Over $5,000; 0216 ? 450 ? 2100 ? EDOG ? 7761.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF AUTOMATIC ANNOUNCEMENT SYSTEMS FROM
DIGITAL RECORDERS FOR AN ESTIMATED ANNUAL CONTRACT VALUE OF $42,500.00.
WHEREAS, Digital Recorders will provide and install the automatic
announcement system in METRA buses, which will allow the passengers to hear
clear messages informing them of their upcoming stops. This system will be
convenient for customers to use, especially those customers who are visually or
hearing impaired and those who are unfamiliar with the route; and,
WHEREAS, the contract term shall be for two years, with the option to renew for
three (3) additional twelve-month periods. 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 purchase Automatic
Announcement Systems from Digital Recorders for an estimated annual contract
amount of $42,500.00. Funds are budgeted each fiscal year for this on-going
expense: Transportation Fund ? METRA FTA, Capital Expenditures over $5000;
0751-610-2400-MFTA-7761; Transportation Fund ? ARRA Section 5340 ? Capital
Expenditures over $5000; 0751-610-3430-MFTA-7761
_______________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2009 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 REIMBURSEMENT PAYMENT TO KEEP COLUMBUS
BEAUTIFUL COMMISSION IN THE AMOUNT OF $46,371.11 FOR THE HOUSEHOLD HAZARDOUS
WASTE RECYCLING PROJECT.
WHEREAS, Keep Columbus Beautiful Commission organized and sponsored the Great
American Clean Up ? Household Hazardous Waste Recycling project, held in
October 2009. The City shares the cost of the effort with Keep Columbus
Beautiful and reimburses the Commission a portion of the recycling expense.
.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to make the reimbursement
payment to Keep Columbus Beautiful Commission in the amount of $46,371.11 for
the Household Hazardous Waste Recycling project. Funds are budgeted in the
FY10 Budget: Integrated Waste Management Fund ? Public Services ? Recycling ?
Contractual Services; 0207-260-3520-RCYL-6319.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2009 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 CHANGE ORDER NO. 1 WITH SOUTHEASTERN
SITE DEVELOPMENT, INC. (NEWNAN, GA), IN THE AMOUNT OF $14,890.00, FOR
ADDITIONAL STORM WATER REPAIRS AT 5035 BISCAYNE DRIVE.
WHEREAS, the City Manager approved the procurement of emergency
services on July 2, 2009, and Resolution No. 332-09 authorized payment to
Southeastern Site Development; and,
WHEREAS, actual conditions encountered during construction increased
the original scope of work:
Original contract amount 45,735.80
Change Order No. 1 14,890.00
New contract amount $ 60,625.80
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute Change Order No.1
with Southeastern Site Development, Inc. (Newnan, GA), in the amount of
$14,890.00, for additional storm water repairs at 5035 Biscayne Drive. Funds
are available in the FY10 Budget: Capital Projects Fund ? Sewer Fund Supported
Projects ? General Construction ? Biscayne Drive Drainage Improvements;
0508-660-2000-CPSF-7661-21099-20100.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2009 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 NEGOTIATION OF A CONTRACT WITH TRIAD
CONSTRUCTION COMPANY, INC., FOR CONSTRUCTION MANAGEMENT SERVICES FOR A NEW
SWIMMING FACILITY AT DOUBLE CHURCHES PARK.
WHEREAS, an RFP was administered (RFP No. 10-0007) and eight proposals
were received; and,
WHEREAS, the proposal submitted by Triad Construction Company, Inc., met all
proposal requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to negotiate a contract with
Triad Construction Company, Inc., for construction management services for a
new swimming facility at Double Churches Park. Funds are budgeted in the FY10
Budget: 1999 SPLOST Tax Project Fund ? 1999 SPLOST ? Double Churches Pool
Renovations ? General Construction; 0540 ? 695 ? 2128 ? TXOP ? 7661 ? 50254 -
20010 and 20100.
________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2009 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 PURCHASE OF ONE FULL SIZE SUV 4X4 FROM RIVERTOWN
FORD (COLUMBUS, GEORGIA), IN THE AMOUNT OF $23,330.37.
WHEREAS, the Full Size SUV 4x4 is a replacement unit. The Engineering
Department will use the vehicle to inspect construction sites.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one Full Size SUV 4x4
from Rivertown Ford (Columbus, Georgia), in the amount of $23,330.37. Funds
are budgeted in the FY10 Budget: Paving Fund ? Pubic Services ?
Engineering-Highways and Roads ? Light Trucks; 0203 ? 250 ? 2200 ? ROAD ? 7722.
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2009 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 PURCHASE OF ONE FULL SIZE SUV 2WD FROM RIVERTOWN
FORD (COLUMBUS, GEORGIA), IN THE AMOUNT OF $20,884.37.
WHEREAS, the Full Size SUV 2WD is a replacement unit. The Marshal?s
Office will use the vehicle to transport supplies for school programs.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one Full Size SUV 2WD
from Rivertown Ford (Columbus, Georgia), in the amount of $20,884.37. Funds
are budgeted in the FY10 Budget: 1999 SPLOST Tax Project Fund ? 19999 SPLOST ?
1999 SPLOST Pol/Fire Veh/Equp ? Automobiles ? Marshal - Vehicles; 0540 ? 695 ?
2123 ? TXMS ? 7721 ? 50140-20100.
__________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2009 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 THE PURCHASE OF TWO FIFTEEN (15) PASSENGER VANS FROM
WADE FORD (SMYRNA, GEORGIA), IN THE AMOUNT OF $43,248.00
WHEREAS, the Fifteen (15) Passenger Vans are replacement units. The
Muscogee County Prison will use the vehicles to transport inmates to and from
state facilities.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two Fifteen (15)
Passenger Vans from Wade Ford (Smyrna, Georgia), in the amount of $43,248.00.
Funds are budgeted in the FY10 Budget: LOST Public Safety Fund ? MCP ? Public
Safety LOST ? Automobiles; 0102 ? 420 ? 9900 ? LOST ? 7721.
_______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2009 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 THE PURCHASE OF HAZMAT SUPPLIES AND EQUIPMENT ON AN "
AS NEEDED BASIS? FROM SASCO CHEMICAL GROUP (ALBANY, GA) FOR THE ESTIMATED
ANNUAL CONTRACT VALUE OF $147,004.70
WHEREAS, the hazmat supplies and equipment are used by the Hazmat Team to clean
up hazardous waste spills; and,
WHEREAS, the responsible parties are identified and billed for approximately
95% of cost of materials used in hazardous waste cleanup incidents; and,
WHEREAS, the contract term shall be for one year, with the option to renew for
four (4) additional twelve-month periods. Contact renewal is contingent upon
the mutual agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase hazmat supplies
and equipment on an ?as needed basis? from SASCO Chemical Group for the
estimated annual contract value of $147,004.70. Funds are budgeted each fiscal
year for this on-going expense: General Fund ? Fire & EMS Department, Fire/EMS
Special Operations - Operating Materials; 0101-410-2600-SPCO-6728.
________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2009 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 CONTINUATION OF THE ANNUAL CONTRACT FOR CELLULAR
TELEPHONE SERVICES WITH VERIZON WIRELESS.
WHEREAS, Alltel was awarded the contract to provide wireless communication
service to the Consolidated Government per Resolution No. 413-07 on September
18, 2007; and,
WHEREAS, on July 11, 2009, Alltel services officially transition from
Alltel Wireless to Verizon Wireless. Verizon Wireless has agreed to honor the
terms of the contract. As a Verizon Wireless customer, the City?s plan,
monthly access charge and any eligible discounts will remain the same.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to continue the annual
contract for cellular telephone services with Verizon Wireless. Funds will be
budgeted each fiscal year for this on going expense: Various Accounts ? Mobile
Phone ? 6622.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2009 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 THE PURCHASE OF ONE EOD ROBOT FROM NATIONAL SECURITY
ASSOCIATES (COLUMBUS, GEORGIA), IN THE AMOUNT OF $64,500.00.
WHEREAS, the EOD Robot is to be used by the Columbus Office of Homeland
Security. It shall have applications for both EOD and SWAT missions.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one EOD Robot from
National Security Associates (Columbus, Georgia), in the amount of $64,500.00.
Funds are budgeted in the FY10 Budget: Multi-Gov?T Project Fund ? Homeland
Security ? Explosive Device Operations Program Grant ? Capital Expend ? Over
$5,000; 0216 ? 450 ? 2100 ? EDOG ? 7761.
______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2009 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