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.