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 # 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


Back to List