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.