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



April 26, 2011



Agenda Report # 634



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) STORING, TRANSPORTING & RECYCLING WASTE TIRES (ANNUAL CONTRACT) ? RFB NO.

11-0050



It is requested that Columbus Council approve the annual service contract for

storing, transporting & recycling waste tires from Containers by Reaves (Phenix

City, AL), on an ?as needed basis,? for the estimated annual contract value of

$21,000.00, or $1,050 per load. The City generates approximately 20,000 waste

tires (20 loads) annually. The contractor will remove and properly recycle

waste tires generated at the City?s landfill. A cost for oversized tires is

included in the bid; however, the City rarely has oversized tires in the

landfill.



The contract is for a period of two years, with the option to renew for three

additional twelve-month periods. Contract renewal will be contingent upon the

mutual agreement of the City and the Contractor.



Bid specifications were posted on the City?s website and the Georgia

Procurement Registry. Two bids were received on March 16, 2011. The bid has

been advertised, opened and reviewed. The bidders were:



Cost

Per Ton Cost

Per Load Oversized Tires

Cost Per Ton



Containers by Reaves (Phenix City, AL)

$88.00

$1,050.00

$270.00



Quality Tire Recycling, Inc. (Jackson, GA)

$90.00

$1,200.00

$500.00





Funds are budgeted each fiscal year for this on-going expense: Integrated

Waste Management- Public Services- Pine Grove Landfill- Contractual Services;

0207-260-3560-PGRO-6319.

(B) WATER MANAGEMENT SERVICES (ANNUAL CONTRACT) ? RFB NO. 11-0055



It is requested that Columbus Council approve the annual contract for water

management services from Superior Water Services, Inc. (Marietta, GA), at a

monthly cost of $974.00 or $11,688.00 annually. The contractor will provide

all labor, materials and equipment to provide a complete service-oriented water

treatment management program. The water treatment program includes, but is not

limited to, the prevention of mineral scale, corrosion and bacterial growth in

the water systems, water conservation, technical support, service and

reporting. The treatment will include all cooling towers, boilers and closed

water loops operated by the City.



The contract term shall be for two years, with the option to renew for three

additional twelve-month periods. Contract renewal will be contingent upon the

mutual agreement of the City and the Contractor.



Bid specifications were posted on the City?s website and the Georgia

Procurement Registry. Three bids were received on April 6, 2011. The bid has

been advertised, opened and reviewed. The bidders were:



Monthly Cost Annual Cost

Superior Water Services (Marietta, GA) $974.00 $11,688.00

Steam-Co. (Willacoochee, GA) $1,177.00 $14,124.00

Chemgard, Inc. (Greenville, SC) $1,604.00 $19,248.00



Funds are budgeted each fiscal year for this ongoing service: General Funds -

Public Services, Facilities Maintenance - Service Contracts;

0101-260-2700-MNTN-6513.





* * * * * * * * * *



(C) ANNUAL MAINTENANCE AND SUPPORT AGREEMENT FOR THE OASIS SYSTEM



It is requested that Council approve payment to Tyler Technologies, Inc.,

Appraisal and Tax Division (Dallas, TX), in the amount of $87,425.00, for the

annual renewal fee for OASIS Maintenance Support, covering the period January

2011 through December 2011. In order to regulate the payments, it is requested

that payment be made in two installments in the amount of $43,712.50; the first

payment upon approval of this resolution and the second payment after July 1st.



This maintenance provides Information Technology, the Tax Assessor's Office and

the Tax Commissioner's Office with software enhancements, documentation

updates, Users Group Support and Hotline Support for the OASIS property tax and

appraisal system. Maintenance has been budgeted and approved annually since

the OASIS software system was purchased in 1985. The vendor is the developer

of the software, and is therefore, the only known source available to provide

the maintenance support.



Funds are budgeted in the FY11 Budget: General Fund - Information Technology -

Software Lease; 0101-210-1000-ISS-6541. The remaining funds for the second

payment, due after July 1, will be carried over to the FY12 budget.



* * * * * * * * * *



(D) ROOF REPLACEMENT AT MUSCOGEE COUNTY PRISON ? RFB NO. 11-0048



It is requested that Council authorize the execution of a construction contract

with Southland Rowe Roofing, Inc., in the amount of $395,000.00 for roof

replacement at Muscogee County Prison.



Southland Rowe Roofing, Inc., will provide all labor, equipment, and materials

to install new SBS modified bitumen roofing at the North Pod, South Pod and

Isolation areas of the building.



Bid postcard invitations were mailed to sixty-eight vendors and bid

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

Georgia Procurement Registry. A Mandatory Pre-Bid Conference/Site Visit was

held on March 2, 2011; nineteen vendors were represented at the conference/site

visit. Nine bids were received on March 23, 2011. This bid has been

advertised, opened and reviewed. The bidders were:



Bidders North Pod South Pod Isolation TOTAL BID

Southland Rowe Roofing, Inc. (Midland GA) 165,000.00 165,000.00 65,000.00 395,000.00

Ben Hill Roofing & Siding (Douglasville GA) 170,309.00 170,309.00 59,223.00 399,841.00

Interstate Roofing, Inc. (Montgomery AL) 188,800.00 187,400.00 71,200.00 447,400.00

Roof Management, Inc. (Doraville GA) 187,932.00 187,932.00 85,587.00 461,451.00

Anderson Roofing Co., Inc. (Albany GA) 193,630.00 193,630.00 76,238.00 463,498.00

Richter Contracting Co., Inc. (Albany GA) 211,820.00 211,820.00 87,516.00 511,156.00

K H Contracting LLC (Fortson GA) 272,307.00 272,307.00 81,114.40 625,728.40

Lott Sheet Metal, Inc. (Columbus GA) 286,465.00 286,465.00 109,982.00 682,912.00

Core Roofing Systems, Inc. (Alpharetta GA) 286,020.00 286,020.00 122,500.00 694,540.00





Funding is available in the FY11 Budget: Funding is available in the LOST Fund

pending the Final Budget Amendment at year-end.



* * * * * * *



(E) CHANGE ORDER 2 FOR WARM SPRINGS BIKE TRAIL PHASE I



It is requested that Council authorize the execution of Change Order 2 with

McMath-Turner Construction Company in the amount of $80,978.01.



Per Resolution No. 142-09, Council authorized the execution of a contract with

McMath-Turner Construction Company for the construction of Phase I of the Warm

Springs Bike Trail.



Change Order 1, which fell within the guidelines established for approval by

the City Manager, included the following, unforeseen items:



Additional select clearing of trees. Work not included in the contract but

deemed necessary during construction to help enhance overall appearance of the

trail.

Install new or repair existing concrete sidewalks and ramps on 14th Street

between 6th Avenue and Broadway. This area of the trail was not included in

the original contract but was deemed necessary to ensure ADA compliance in the

area and provide a safe connector between the River Walk and 6th Avenue.

Install new or repair existing concrete sidewalk on 6th Avenue, Linwood

Boulevard, 10th Avenue, and Talbotton Road. Work not included in the original

contract but deemed necessary during construction to ensure continuity and

safety of the trail in these areas.

Removal and replacement of poor soils with suitable soil in areas of the trail

that required base material enhancement prior to asphalt paving of the trail.

This item of work was not included in the original contract but was deemed

necessary for trail durability.





Change Order 2 includes the following additional items:



Rail Road Track Removal ($715.31): The Owner authorized the removal of a

section of old abandoned railroad track. The contractor encountered the track

rails while grading out for a section of sidewalk and a handicap ramp. The

location was on the 6th Avenue portion of the trail near the old Swift Mill.

This removal of work was not part of the original scope of work.

Adjustments of Various Drainage Structures ($700.00): Owner authorized the

adjustments of various existing drainage structures located on the bike trail

that were not addressed in the original plan and not considered incidental work

to the project pay items.

Concrete Handicap Ramp Special ($32,445.00): Owner requested that the

Contractor install an oversized concrete handicap ramp with flared wings where

the asphalt bike trail was scheduled to abut the existing street crossings in

lieu of simply connecting the asphalt trail to the street with an asphalt

ramp. The ramp sizes varied as field conditions warranted. This proposal

resulted in a more attractive and durable entrance to the trail at each street

crossing. The proposed asphalt ramps were deleted from the original scope of

work and the credit was used on other pay items to compensate for their

quantity overruns.

Concrete Curb and Gutter ($7,440.00): Owner requested that the contractor

install concrete curb and gutter at the street intersection of 28th Street and

Talbotton Road. The Owner deemed it necessary to add several hundred feet of

curb and gutter along Talbotton Road in order to improve street drainage and

restrict parking on right-of-way. This work was later removed to allow for

future landscaping work. This work was part of the original scope of work.

Sand Borrow and Placement ($25,500.00): Owner authorized the contractor to

borrow and haul to site sand material for adjusting the grade of the trail,

backfilling retaining walls where suitable soils were not available and also to

enhance drainage in areas where groundwater was encountered during

construction. There was not suitable material for this word found on site

during the grading operation. This was due in part because the Owner tried to

reduce the clearing and grading limits along the trail in order to maintain a

better trail appearance. In areas where clearing was increased, grading for

suitable material was not permitted. The cost of work also included the

placement of material in a timely manner to ensure work could progress as

scheduled. The sand borrow material was not part of the original contract.

Long Reach Backhoe Rental ($1,760.00): Owner authorized the contractor to rent

a long reach backhoe in order to help install a storm sewer line that was not

part of the original scope of work. This special type of equipment was not

owned by the contractor and therefore had to be rented. The cost of the work

other than equipment rental was added to the appropriate pay items in the

original contract. These overruns were offset by underruns on other pay

items. The original contract is based on a unit price bid.

Construction Layout ($5,265.00): The additional work requested by the Owner

required additional surveying services. The contractor was authorized to call

on his surveying consultant to handle any necessary construction layout work

required to construction additional work.

Relocate Trash Receptacles and Benches ($257.40): The Owner requested that two

trash receptacles and benches that were installed at the Slade Drive location

on the bike trail be removed and relocated to a more favorable location.

Installation of a Chain Link Fence ($2,995.30): The Owner requested that the

contractor install 175 linear feet of color coated permanent chain link fence

six feet high along a private parking lot near the 12th Avenue trail crossing.

The fence was needed to keep pedestrians and vehicles from crossing the trail

from the parking area. This work was not part of the original scope of work.

Top Soil Preservation ($2,576.00): Owner requested that the contractor provide

and install topsoil over a newly installed storm water sewer in the location of

Comer Avenue and the bike trail. This area was adjacent to medical offices

whose property was well landscaped. In order to properly dress the area and

improve trail appearances, the additional work was authorized. This work was

not included in the original scope of work.

Contract Bond Adjustment ($1,324.00): State law requires the contract payment

bond to be adjusted as changes of work are authorized. This is a lump sum

price adjustment.



Original contract amount $ 1,173,930.70

Change Order 1 (per City Manager?s 10% approval) 114,188.75

Change Order

2

80,978.01

New contract amount $ 1,369,097.46



Funding is available in the FY11 Budget: 1999 Sales Tax Project Fund ? 1999

SPLOST ? 99 SPLOST Walking Trails/Trolley ? General Construction ? Walking

Trails/Trolley Project; 0540?695?2136?TXWT?7761?53017-20080.



* * * * * * * * * *



(F) AUDIO/VISUAL SERVICES FOR THE ICE RINK



It is requested that Council approve the procurement of audio/visual services

by Command Systems (Columbus, GA), in the amount of $31,781.05, for the new Ice

Rink.



The vendor will install additional security cameras in Lot D of the Parking

lot. The additional cameras are needed in anticipation of the increased

parking to be utilized near the Ice Rink. These cameras will provide enhanced

surveillance and protection for patrons and vehicles at the Civic Center and

Ice Rink. This equipment will be added to the existing security camera system

originally installed by Command Systems. This portion of the work is quoted at

$14,234.77.



The vendor will also install IT connections needed to adapt the twelve (12)

televisions in the Ice Rink with the present video system currently used at the

Civic Center. The televisions are utilized for marketing purposes. This

equipment will be added to existing equipment originally installed by Command

Systems. This portion of the work is quoted at $17,546.28.



Funds are budgeted in the FY11 Budget: CBA Lease Revenue Bonds/2010A ? 2010

CBA Bonds ? Ice Rink ? Capital Expenditures Over $5,000 ? Ice Rink; 0558 ? 800

? 2110 ? BAIR ? 7761 ? 81001 ? 20100.



* * * * * * * * *



(G) FIRE APPARATUS AND EQUIPMENT



It is requested that Council approve the purchase of one (1) E-One 75? Aerial

Mounted Custom Typhoon & Chassis, in the amount of $577,689.00; as well as,

required ancillary equipment, in the amount of $103,805.00, from Hall-Mark Fire

Apparatus, Inc., (Ocala, Florida); the total purchase amount is $681,494.00.



The new unit will be utilized by the Fire/EMS Department at Station #10 on

Benning Road.

This ladder truck is a demo unit that has already been discounted significantly

at approximately, $281,000, and is ready for quick delivery. The truck also

matches the specifications of the unit purchased in 2009, which is housed at

Station 1.



To accomplish this purchase, the City is participating in an RFP administered

by the City of Tallahassee, Florida. The City?s Procurement Ordinance, Article

9-101, ?Cooperative Purchasing Authorized,? allows for participation in the RFP.



The RFP administered by the City of Tallahassee, Request for Proposal No.

0152-05-VA-TC, is an annual contract for Fire Apparatus and Special Application

Vehicles. Hall-Mark Fire Apparatus was the successful vendor and entered into

Contract #1274 with the City of Tallahassee for a 5-year period, with the

option to renew for an additional five years. The contract began on June 15,

2006. The procurement process administered by the City of Tallahassee meets

the procurement requirements of Columbus Consolidated Government; and Hall-Mark

has agreed to provide the fire apparatus and equipment to the City under the

same contract.



Funding is available in the LOST Fund pending the Final Budget Amendment at

year-end.



* * * * * * * *



(H) RISK MANAGEMENT SETTLEMENT



It is requested that Council authorize payment to Steve Carden and Austin

Gower, Attorney, in the amount of $50,000.00, to settle a risk management

claim. The claim settlement relates to an accident, which occurred on Sunday,

December 13, 2009. A Police Officer was involved in an accident with a private

owned vehicle at the intersection of Wynnton Road and 18th Avenue. The driver

in the private owned vehicle sustained injuries including: severe headaches,

head, chest, pelvic, neck, back pain and a laceration over the right eye.



Funds are available in the FY11 Budget, Risk Management, Uninsured Losses ?

Vehicle; 0860-130-3830-RISK-6842.





ITEM A?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING THE ANNUAL SERVICE CONTRACT FOR STORING,

TRANSPORTING AND RECYCLING WASTE TIRE FROM CONTAINERS BY REAVES (PHENIX CITY,

AL) ON AN ?AS NEEDED BASIS? FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$21,000.00 OR $1,050.00 PER LOAD.



WHEREAS, the contractor will remove and properly recycle waste tires generated

at the City?s landfill; and,



WHEREAS, the City generates approximately 20,000 waste tires (20 loads)

annually; and,



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

renew for three 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 procure storing,

transporting and recycling waste tire services from Containers by Reaves

(Phenix City, AL) on an ?as needed basis? for the estimated annual contract

value of $21,000.00 or $1,050.00 per load. Funds are budgeted each fiscal year

for this ongoing expense: Integrated Waste Management- Public Services- Pine

Grove Landfill- Contractual Services; 0207-260-3560-PGRO-6319.

__________



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

the _________ day of ____________, 2011 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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 ANNUAL CONTRACT FOR PROVISION OF WATER MANAGEMENT

SERVICES FROM SUPERIOR WATER SERVICES (MARIETTA, GA), AT A MONTHLY COST OF

$974.00 OR $11,688.00 ANNUALLY.



WHEREAS, contractor will provide all labor, materials and equipment to provide

a complete service-oriented water treatment management program. The water

treatment program includes, but is not limited to, the prevention of mineral

scale, corrosion and bacterial growth in the water systems, water conservation,

technical support, service and reporting. The treatment will include all

cooling towers, boilers and closed water loops operated by the City; and,



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

three 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 enter into an annual

contract for the provision of water management services from Superior Water

Services (Marietta, GA), at a monthly cost of $974.00 or $11,688.00 annually.

Funds are budgeted each fiscal year for this ongoing service: General Fund -

Public Services, Facilities Maintenance - Service Contracts,

0101-260-2700-MNTN-6513.

__________



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

the _________ day of ____________, 2011 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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 PAYMENT TO TYLER TECHNOLOGIES, INC., APPRAISAL AND TAX

DIVISION (DALLAS, TX), IN THE AMOUNT OF $87,425.00, FOR THE ANNUAL RENEWAL FEE

FOR OASIS MAINTENANCE SUPPORT, COVERING THE PERIOD JANUARY 2011 THROUGH

DECEMBER 2011. PAYMENTS WILL BE MADE IN TWO INSTALLMENTS IN THE AMOUNT OF

$43,712.50; THE FIRST PAYMENT UPON APPROVAL OF THIS RESOLUTION AND THE SECOND

PAYMENT DUE AFTER JULY 1ST.



WHEREAS, this maintenance provides Information Technology, the Tax

Assessor's Office and the Tax Commissioner's Office with software enhancements,

documentation updates, Users Group Support and Hotline Support for the OASIS

property tax and appraisal system; and,



WHEREAS, maintenance has been budgeted and approved annually since the OASIS

software system was purchased in 1985. The vendor is the developer of the

Software, and is therefore, the only known source available to provide the

maintenance support.



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



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

Technologies, Inc., Appraisal and Tax Division (Dallas, TX), in the amount of

$87,425.00, for the annual renewal fee for OASIS Maintenance Support, covering

the period January 2011 through December 2011. Payments will be made in two

installments in the amount of $43,712.50; the first payment upon approval of

this resolution and the second payment due after July 1st. Funds are budgeted

in the FY11 Budget: General Fund - Information Technology - Software Lease;

0101-210-1000-ISS-6541. The remaining funds for the second payment, due after

July 1, will be carried over to the FY12 budget.





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

held the _________ day of ________________, 2011 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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 EXECUTION OF A CONSTRUCTION CONTRACT WITH

SOUTHLAND ROWE ROOFING, INC., IN THE AMOUNT OF $395,000.00, FOR ROOF

REPLACEMENT AT MUSCOGEE COUNTY PRISON.



WHEREAS, Southland Rowe Roofing, Inc., will provide all labor,

equipment, and materials to install new SBS modified bitumen roofing at the

North Pod, South Pod and Isolation areas of the building.



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



That the City Manager is hereby authorized to execute a construction

contract with Southland Rowe Roofing, Inc., in the amount of $395,000.00 for

roof replacement at Muscogee County Prison. Funding is available in the LOST

Fund pending the Final Budget Amendment at year-end.

_______



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

held the _________ day of ____________, 2011 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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 THE EXECUTION OF CHANGE ORDER 2 WITH MCMATH-TURNER

CONSTRUCTION COMPANY IN THE AMOUNT OF $80,978.01.



WHEREAS, Per Resolution No. 142-09, Council authorized the execution of a

contract with McMath-Turner Construction Company for the construction of Phase

I of the Warm Springs Bike Trail; and,



WHEREAS, change order 1 included: (1) Additional Clearing, (2) Add and/or

Repair Sidewalk, (3) Add sidewalk, and (4) Replace poor soils with stone; and,



WHEREAS, Change Order 2 includes: (1) Rail Road Track Removal, (2)

Adjustments of Various Drainage Structures, (3) Concrete Handicap Ramp Special,

(4) Concrete Curb and Gutter, (5) Sand Borrow and Placement, (6) Long Reach

Backhoe Rental, (7) Construction Layout, (8) Relocate Trash Receptacles and

Benches, (9) Installation of a Chain Link Fence, (10) Top Soil Provision, and

(11) Contract Bond Adjustment.



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



That the City Manager is hereby authorized to execute Change Order 2

with McMath-Turner Construction Company in the amount of 80,978.01. Funding is

available in the FY11 Budget: 1999 Sales Tax Project Fund ? 1999 SPLOST ? 99

SPLOST Walking Trails/Trolley ? General Construction ? Walking Trails/Trolley

Project; 0540?695?2136?TXWT?7761?53017-20080.

___________



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

the _________ day of ____________, 2011 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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 THE PROCUREMENT OF AUDIO/VISUAL SERVICES FROM

COMMAND SYSTEMS (COLUMBUS, GA), IN THE AMOUNT OF $31,781.05, FOR THE NEW ICE

RINK.



WHEREAS, the vendor will install additional security cameras in Lot D

of the Parking lot. The additional cameras are needed in anticipation of the

increased parking to be utilized near the Ice Rink. These cameras will provide

enhanced surveillance and protection for patrons and vehicles at the Civic

Center and Ice Rink. This equipment will be added to the existing security

camera system originally installed by Command Systems. This portion of the

work is quoted at $14,234.77; and,



WHEREAS, the vendor will also install IT connections needed to adapt

the twelve (12) televisions in the Ice Rink with the present video system

currently used at the Civic Center. The televisions are utilized for marketing

purposes. This equipment will be added to existing equipment originally

installed by Command Systems. This portion of the work is quoted at $17,546.28.



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



That the City Manager is hereby authorized to procure audio/visual

services from Command Systems (Columbus, GA), in the amount of $31,781.05, for

the new Ice Rink. Funds are budgeted in the FY11 Budget: CBA Lease Revenue

Bonds/2010A ? 2010 CBA Bonds ? Ice Rink ? Capital Expenditures Over $5,000 ?

Ice Rink; 0558 ? 800 ? 2110 ? BAIR ? 7761 ? 81001 ? 20100.

_______________



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

the _________ day of ____________, 2011 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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 PURCHASE OF ONE (1) E-ONE 75? AERIAL MOUNTED

CUSTOM TYPHOON & CHASSIS, IN THE AMOUNT OF $577,689.00; AS WELL AS, REQUIRED

ANCILLARY EQUIPMENT, IN THE AMOUNT OF $103,805.00, FROM HALL-MARK FIRE

APPARATUS, INC., (OCALA, FLORIDA); THE TOTAL PURCHASE AMOUNT IS $681,494.00.



WHEREAS, this new unit will be utilized by the Fire/EMS Department at Station

#10 on Benning Road. This ladder truck is a demo unit that has already been

discounted significantly at approximately, $281,000, and is ready for quick

delivery. The truck also matches the specifications of the unit purchased in

2009, which is housed at Station 1; and,



WHEREAS, to accomplish this purchase, the City is participating in an RFP

administered by the City of Tallahassee, Florida. The City?s Procurement

Ordinance, Article 9-101, ?Cooperative Purchasing Authorized,? allows for

participation in the RFP; and,



WHEREAS, the RFP administered by the City of Tallahassee, Request for Proposal

No. 0152-05-VA-TC, is an annual contract for Fire Apparatus and Special

Application Vehicles. Hall-Mark Fire Apparatus was the successful vendor and

entered into Contract #1274 with the City of Tallahassee for a 5-year period,

with the option to renew for an additional five years. The contract began on

June 15, 2006. The procurement process administered by the City of

Tallahassee meets the procurement requirements of Columbus Consolidated

Government; and Hall-Mark has agreed to provide the fire apparatus and

equipment to the City under the same contract.



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



That the City Manager is hereby authorized to the purchase of one (1)

E-One 75? Aerial Mounted Custom Typhoon & Chassis, in the amount of

$577,689.00; as well as, required ancillary equipment, in the amount of

$103,805.00, from Hall-Mark Fire Apparatus, Inc., (Ocala, Florida); the total

purchase amount is $681,494.00. Funding is available in the LOST Fund pending

the Final Budget Amendment at year-end.

_____________



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

the _________ day of ____________, 2011 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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 THE PAYMENT TO STEVE CARDEN AND AUSTIN GOWER,

ATTORNEY, IN THE AMOUNT OF $50,000.00, TO SETTLE A RISK MANAGEMENT CLAIM.



WHEREAS, the claim settlement relates to an accident, which occurred on Sunday,

December 13, 2009.



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



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

Carden and Austin Gower, Attorney, in the amount of $50,000.00, to settle a

risk management claim. Funds are available in the FY11 Budget, Risk

Management, Uninsured Losses ? Vehicle; 0860-130-3830-RISK-6842.

______________________________



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

the _________ day of ____________, 2011 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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