Agenda Item # 6
Columbus Consolidated Government
Council Meeting
October 26, 2010
Agenda Report # 571
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) HARLEY DAVIDSON ?ROAD KING? POLICE MOTORCYCLES - RFB NO. 11-0015
It is requested that Council approve the purchase of five (5) Harley Davidson
?Road King? Police Motorcycles from Chattahoochee Harley-Davidson, Inc.
(Columbus, GA) in the amount of $97,500.00.
The Harley Davidson ?Road King? Police Motorcycles will be used by the Motor
Transport Division, of the Columbus Police Department, while performing traffic
control and accident investigation.
Bid postcard invitations were mailed to thirty vendors and bid specifications
were posted on the web page of the Purchasing Division and the Georgia
Procurement Registry. Two bids were received on September 29. This bid has
been advertised, opened and reviewed. The bidders were:
Vendors Unit Price Total Price
1. Chattahoochee Harley-Davidson (Columbus, GA) $19,500.00 $ 97,500.00
2. Man O?War Harley Davidson (Lexington, KY) $21,577.26 $107,886.30
Funds are budgeted in the FY11 Budget: LOST/Public Safety Fund ? Police ?
Public Safety LOST ? Rolling Stock; 0102 ? 400 ? 9900 ? LOST ? 7726.
********
(B) SNACK MACHINE VENDING SERVICE (ANNUAL CONTRACT) ? RFP NO. 10-0013
It is requested that Council authorize the execution of an annual contract for
snack machine vending services with Five Star Food Service (Columbus, GA). The
Contractor will install, operate, maintain and service its vending equipment at
various locations for the Department of Parks and Recreation, Public Services
Departments, as well as, other departments can be added as needed.
Parks and Recreation and Public Services currently have old, outdated snack
vending machines in their locations. These machines are in constant need of
repair. Additionally, the vendor collects the money and the City receives no
portion of the proceeds. Parks and Recreation and Public Services would like
to put snack vending machines under an annual contract so that the City has
processes in place for these machines, i.e. repairs, revenue, refunds, etc.
Citizens use the machines to purchase snacks while utilizing the recreation
centers. Children use the machines to purchase after school snack while at the
recreation centers. Additionally, Park Services and Public Services staff
purchase snacks from the machines during break time.
The initial term of the contract shall be for one (1) year, with the option to
renew for four (4) additional twelve-month periods. The contract renewal will
be contingent upon the mutual agreement of the City and the Contractor.
Postcard invitations were mailed to sixty-six (66) vendors and the RFP
specifications were posted on the City?s website. The RFP has been advertised,
opened and evaluated. Proposals were received February 19, 2010, from the
following two offerors.
Five Star Food Service (Columbus, GA)
A-Action, Inc. (Lithonia, GA)*
*During the evaluation process, A-Action responded by email to the Purchasing
Division, stating that because of the lengthy evaluation process, their company
had taken on other projects causing them to utilize machines and budgets that
were set aside for the Columbus Consolidated Government project. Therefore,
due to the lengthy evaluation process, unfortunately, their proposal could not
remain in effect and they would not be able to service the Columbus
Consolidated Government at this time.
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Public Services Department and Parks and Recreation
Department. The City?s Procurement Ordinance Article 3-110, Competitive
Sealed Proposals for the procurement of Equipment, Supplies and Professional
Services, governs the RFP process. During the process of an RFP there is no
formal opening, due to the possibility of negotiated components of the
proposal. No proposal responses or any negotiated components are made public
until after the award of the contract. If Council does not approve the
recommended offeror, the RFP will be re-advertised and a new process will
begin. The recommended vendor?s cost proposal has been submitted to the City
Manager in a separate memo for information purposes.
Funds will be deposited into the following Revenue Account: General Fund ?
Government Wide Revenue ? Government Wide Revenue ? Facilities Rental,
0101-099-1999-4665.
(C) LABORATORY SERVICES - (ANNUAL CONTRACT) - RFP NO. 11-0004
It is requested that Council approve the annual contract for laboratory
services from Columbus Water Works (Columbus, GA). The laboratory services
will be utilized by the Storm Water Management Division to test water samples.
CCG has a Municipal Storm Water Discharge permit issued by Georgia EPD. As a
condition of that permit, the City is required to collect and analyze wet and
dry weather samples in creeks and at storm sewer outfalls. This sampling is a
federal and state mandate.
The term of the contract period shall be for three years, with the option to
renew for two (2) additional twelve (12) month periods. Contract renewal is
contingent upon the mutual agreement of the contractor and the City.
Request for proposal specifications were posted on the City?s website. The RFP
has been advertised, opened and evaluated. Proposals were received September
1, 2010, from the following two offerors:
Columbus Water Works (Columbus, GA)
TestAmerica Laboratories, Inc. (Savannah, GA)
Proposals were reviewed by the Evaluation Committee members which consisted of
representatives from the Engineering Department and Information Technology.
During the evaluation process Columbus Water Works was deemed most responsive
to the RFP. The RFP process is governed by the City?s Procurement Ordinance
Article 3-110, Competitive Sealed Proposals for Equipment, Supplies or
Professional services. During the process of an RFP there is no formal
opening, due to the possibility of negotiated components of the proposal. In
the event Council does not approve the recommended offeror, no proposal
responses or any negotiated components are made public until after the award of
the contract. If Council does not approve the recommended offeror,
negotiations will begin with the next responsive offeror. Evaluation results
and proposed costs have been submitted to the City Manager in a separate memo
for information purposes.
Funds will be budgeted each fiscal year for this ongoing service: Sewer Fund -
Engineering - Stormwater - Contractual Services; 0202-250-2600-STRM-6319.
* * * * * *
(D) EMERGENCY PURCHASE OF VEHICLES FOR INSPECTIONS AND CODES
It is requested that Council authorize the payment for the emergency purchase
of two (2) white 2011 Ford Expeditions from Allan Vigil Ford, (Morrow, GA) in
the amount of $46,566.00 per Georgia Statewide Contract #SWC S-90795-A54.
The vehicles are replacement units for Inspections and Code. The Department had
two vehicles that were taken out of service due to requiring major repairs
(blown engine, bad wiring harness). The shop does not recommend making the
repairs because the cost of the repairs, as compared to mileage, condition and
age of the vehicles, is not practical. These vehicles will be used by the
Inspections and Codes Department staff while performing daily inspections; and,
in the field. It is critical to the Department?s operation that these vehicles
be replaced. Therefore, the City Manager approved the emergency purchase of the
two vehicles on September 20, 2010.
Funds are budgeted in the FY11 Budget: General Fund ? Miscellaneous ?
Contingency ? Automobiles; 0101 ? 590 ? 2000 ? CONT ? 7721.
* * * * * *
(E) PROTECTIVE FIRE CLOTHING - (ANNUAL CONTRACT) - RFB NO. 11-0017
It is requested that Council approve the purchase of protective fire clothing
from NAFECO (Decatur, GA) for the estimated annual contract value of
$39,390.00. The protective fire clothing, which includes protective coats and
protective pants, will be ordered on an ?as needed basis?.
The term of the contract shall be for two (2) years with the option to renew
for three (3) additional twelve-month periods. The renewal will be contingent
upon the mutual agreement of the City and the Contractor.
Bid postcard invitations were mailed to eighty-eight vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. One bid was received on October 6. This bid has
been advertised, opened and reviewed. The bidder was:
Description/Vendor Protective Coats
Est. Qty: 30 Protective Pants
Est. Qty: 30 Estimated
Annual Contract Value
NAFECO
(Decatur, GA) 799.00 (each)
23,970.00 (total) 514.00 (each)
15,420.00 (total)
$39,390.00
Funds are budgeted each fiscal year for this ongoing expense: General Fund -
Fire & EMS - Logistic/Support ? Operating Materials, 0101-410-3610-LOGI-6728.
* * * * * *
(F) DECLARATION AND DONATION OF SURPLUS AMBULANCE
It is requested that Council declare one (1) Ambulance (Fleet #10112) as
surplus, in accordance with section 7-501 of the charter of Columbus
Consolidated Government; and authorize the donation of the surplus vehicle to
the Cusseta-Chattahoochee Fire Department of Chattahoochee County.
The ambulance is no longer practical for use by Columbus Fire and Emergency
Medical Services. Therefore, the vehicle should be declared surplus. The
Department maintains a listing of volunteer agencies requesting surplus
equipment. The Cusseta-Chattahoochee Fire Department of Chattahoochee County
is the next entity on the list requesting surplus equipment.
* * * * * *
(G) UPDATE OF PRE-DISASTER MITIGATION PLAN (RE-BID) ? RFP NO. 10-0017
It is requested that Council authorize the execution of a contract with Manhard
Consulting for the update of the pre-disaster mitigation plan.
The Pre-Disaster Mitigation (PDM) program was authorized by ?203 of the Robert
T. Stafford Disaster Assistance and Emergency Relief Act (Stafford Act), 42
USC. Funding for the program is provided through the National Pre-Disaster
Mitigation Fund to assist States and local governments (to include Indian
Tribal governments) in implementing cost-effective hazard mitigation activities
that complement a comprehensive mitigation program.
The PDM program provides funds to states, territories, Indian tribal
governments, and communities for hazard mitigation planning and the
implementation of mitigation projects prior to a disaster event. Funding these
plans and projects reduces overall risks to the population and structures,
while also reducing reliance on funding from actual disaster declarations. PDM
grants are to be awarded on a competitive basis and without reference to state
allocations, quotas, or other formula-based allocation of funds. Georgia
Emergency Management Agency (GEMA) administers this federal grant program in
Georgia.
To be considered for PDM funding, local governments must have a FEMA approved
mitigation plan that meet DMA2K requirements. The City received a grant in the
amount of $31,500.00.
Manhard Consulting will insure the plan update is consistent with the most
current requirements from FEMA, including:
Updating the Planning Process;
Improving the risk assessment;
Analyzing, updating, and continuing development of Goals, Objectives & Action
Steps;
Updating the Plan Maintenance and Implementation;
Disseminating information
Request for proposal invitations were mailed to one hundred vendors and
specifications were posted on the City?s website. The RFP has been advertised,
opened and evaluated. Proposals were received, March 26, 2010, from the
following offerors:
Manhard Consulting (Smyrna, GA)
Beck Disaster Recovery (Mainland, FL)
Disaster, Strategies & Ideas Group (Tallahassee, FL)
James Lee Witt Associates (Atlanta, GA)
Michael Baker Jr., Inc. (Atlanta, GA)
O?Briens Response Management (Maitland, FL)
River Valley Regional Commission (Columbus, GA)
*State & Local Emergency Management Consultants (Auburn KS)
*State & Local Emergency Management Consultants failed to include all proposal
submission requirements. Therefore, the firm?s proposal was deemed incomplete
and was not included in the evaluation process.
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Emergency Management, Fire Prevention and Operations
Divisions of Columbus Fire and Emergency Medical Services. An additional
Emergency Management representative served in an advisory capacity.
During the evaluation process, Manhard Consulting was deemed most responsive to
the RFP. The RFP process is governed by the City?s Procurement Ordinance,
Article 3-110, Competitive Sealed Proposals for the procurement of Equipment,
Supplies and Professional Services. During the process of an RFP there is no
formal opening, due to the possibility of negotiated components of the
proposal. In the event Council does not approve the recommended offeror, no
proposal responses or any negotiated components are made public until after the
award of the contract. If Council does not approve the recommended offeror,
negotiation will begin with the next responsive offeror. Evaluation results
and proposed cost have been submitted to the City Manager in a separate memo
for informational purposes.
Funds are budgeted in the FY11 Budget: Multi-Government Fund - Fire & EMS ?
Pre-Disaster Mitigation Grant ? Contractual Services, 0216-410-3924-PDMG-6319.
* * * * * * * * *
(H) PURCHASE OF WETLAND/STREAMBANK CREDITS
It is requested that Council approve payment to Upatoi Creek Mitigation Bank or
Kolomoki Bank, in the amount of $941,180.00 for the purchase of
Wetland/Streambank Credits.
The development of Muscogee Technology Park required the City to obtain a
Section 404 permit from the U.S. Army Corps of Engineers. Under the permit the
City is required to mitigate for all impacts to wetlands and stream banks. In
the early phases of development, the strategy was to either apply preservation
credits created during the development of the park or to purchase credits as
necessary as the park developed. The use of preservation credits has not been
allowed by the Corps as an acceptable alternative.
In order to comply with the requirements of the Section 404 permit issued by
the U.S. Army Corps of Engineers, the City must purchase wetlands and stream
bank mitigation credits for the areas of the park ready for development. The
purchase of these credits will allow for the parcels along the existing
Technology Parkway to be developed and will fulfill the City's Section 404
permit requirements this area of the park. As the southern portion of
Technology Parkway (formerly Eastern Connector) is construction by Georgia
Department of Transportation in 2012-13, additional wetlands and stream bank
credits will be required. The estimate financial impact for mitigation of
wetlands and stream bank impacts of the full development of Muscogee Technology
Park is approximately $3,000,000. This amount assumes all wetlands and stream
banks in the park are impacted. The wetland and stream bank credits must be
purchased from a regional bank approved by the regulatory agency at the current
market rate and based on availability. The Upatoi Creek Bank is listed by the
U.S. Army Corps of Engineers as the preferred bank for our area, the Kolomoki
Bank will be utilized if sufficient credits are not available through the
preferred bank.
Funds are budgeted in the FY11 Budget: 1999 Sales Tax Project Fund - 1999
SPLOST - 99 SPLOST NFL Improvements - Professional Services - NFL Improvements;
0540 - 695 - 2133 - TXNF - 6311 - 50601 - 20060.
* * * * * * * * *
(I) OPTION 1: ALL TERRAIN VEHICLES (ATVs) - RFB NO. 11-0012
It is requested that Council approve the purchase of four (4) All Terrain
Vehicles from Outdoor Products (Columbus, GA) in the amount of $29,120.00.
The All Terrain Vehicles will be used by the Columbus Police Department
officers bike patrol
Bid postcard invitations were mailed to seventy-nine vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Three bids were received on October 22. This
bid has been advertised, opened and reviewed. The bidders were:
Vendors Unit Price Total Price
(4 Units)
1. Outdoor Products (Columbus, GA) $7,280.00 $29,120.00
2. Street and Trail Motorsports (Evans, GA) $8,726.75 $34,907.00
3. Dal Kawa Cycle Center, Inc. (Hendersonville, NC) $9,148.24 $36,592.96
The Georgia State Contract does not offer an All Terrain Vehicle matching the
specifications for this vehicle.
Funds are budgeted in the FY11 Budget: LOST-Public Safety Fund ? Police ?
Public Safety-LOST ? Off Road Equipment; 0102 ? 400 ? 9900 ? LOST ? 7725.
?ITEM A?
A RESOLUTION
NO. ____________
A RESOLUTION AUTHORIZING THE PURCHASE OF FIVE HARLEY DAVIDSON ?ROAD KING?
POLICE MOTORCYCLES, FROM CHATTAHOOCHEE HARLEY-DAVIDSON, INC., (COLUMBUS, GA) IN
THE AMOUNT OF $97,500.00.
WHEREAS, the Harley Davidson ?Road King? Police Motorcycles will be used by the
Motor Transport Division of the Columbus Police Department, while performing
traffic control and accident investigation.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase five (5) Harley
Davidson ?Road King? Police Motorcycles, from Chattahoochee Harley-Davidson,
Inc., (Columbus, GA) in the amount of $97,500.00. Funds are budgeted in the
FY11 Budget: LOST/Public Safety Fund ? Police ? Public Safety LOST ? Rolling
Stock; 0102 ? 400 ? 9900 ? LOST ? 7726.
______________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ________________, 2010 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM B?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH FIVE STAR FOOD
SERVICE (COLUMBUS, GA) TO PROVIDE SNACK MACHINE VENDING SERVICES.
WHEREAS, an RFP was administered (RFP No. 10-0013) and two proposals were
received; and,
WHEREAS, the proposal submitted by Five Star Food Service met all proposal
requirements and was evaluated responsive to the RFP; and,
WHEREAS, the initial term of the contract shall be for one (1) year,
with the option to renew for four (4) additional twelve-month periods. The
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 execute a contract with
Five Star Food Service to provide Snack Machine Vending Services. The term of
contract shall be for three years with the option to renew for two additional
twelve-month periods. Funds will be deposited into the following Revenue
Account: General Fund ? Government Wide Revenue ? Government Wide Revenue ?
Facilities Rental, 0101-099-1999-4665.
___________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING AN ANNUAL CONTRACT WITH COLUMBUS WATER WORKS
(COLUMBUS, GA) FOR LABORATORY SERVICES.
WHEREAS, an RFP was administered (RFP No. 11-0004) and two proposals were
received; and,
WHEREAS, the proposal submitted by Columbus Water Works met all proposal
requirements and was evaluated responsive to the RFP; and,
WHEREAS, the term of contract period shall be for three years, with option to
renew for two (2) additional twelve (12) month periods.
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
laboratory services with Columbus Water Works (Columbus, GA). The term of
contract shall be for three years with the option to renew for two additional
twelve-month periods. Funds will be budgeted each fiscal year for this ongoing
service. Sewer Fund ? Engineering - Stormwater - Contractual Services;
0202-250-2600-STRM-6319.
_______________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM D?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING PAYMENT FOR THE EMERGENCY PURCHASE OF TWO 2011 FORD
EXPEDITIONS, FROM ALLAN VIGIL FORD, (MORROW, GA) IN THE AMOUNT OF $46,566.00
PER GEORGIA STATEWIDE CONTRACT #SWC S-90795-A54.
WHEREAS, the vehicles are replacement units for the Department of
Inspections/Code. The vehicles will be used by the staff while performing daily
inspections and in the field; and,
WHEREAS, it is critical to the Department?s operation that these vehicles be
replaced. Therefore, the City Manager approved the emergency purchase of the
two vehicles on September 20, 2010.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment for the
emergency purchase of two (2) 2011 Ford Expeditions, from Allan Vigil Ford,
(Morrow, GA) in the amount of $46,566.00. Funds are budgeted in the FY11
Budget: General Fund ? Miscellaneous ? Contingency ? Automobiles; 0101 ? 590 ?
2000 ? CONT ? 7721.
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ________________, 2010 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM E?
A RESOLUTION
NO. ____________
A RESOLUTION AUTHORIZING THE PURCHASE OF PROTECTIVE FIRE CLOTHING ON AN ?AS
NEEDED BASIS? FROM NAFECO (DECATUR, GA) FOR THE ESTIMATED ANNUAL CONTRACT VALUE
OF $39,390.00.
WHEREAS, the contracted vendors will provide protective fire clothing on an ?as
needed basis"; and
WHEREAS, the contract term shall be for two (2) years with an option to renew
for three (3) additional twelve-month periods. Renewal of the contract is
contingent upon the mutual agreement of the City and the Contractors.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase protective fire clothing
on an ?as needed basis? from NAFECO (Decatur, GA) for the estimated annual
contract value of $39,390.00. The contract term shall be for two (2) years
with an option to renew for three (3) additional twelve-month periods. Funds
are budgeted each fiscal year for this ongoing expense; General Fund - Fire &
EMS - Logistic/Support ? Operating Materials, 0101-410-3610-LOGI-6728.
___________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM F?
A RESOLUTION
NO. ____________
A RESOLUTION AUTHORIZING THE DECLARATION OF ONE (1) AMBULANCE (FLEET
#10112), AS SURPLUS, IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF
COLUMBUS CONSOLIDATED GOVERNMENT; AND AUTHORIZING THE DONATION OF THE SURPLUS
VEHICLE TO THE CUSSETTA-CHATTAHOOCHEE FIRE DEPARTMENT OF CHATTAHOOCHEE COUNTY.
WHEREAS, the ambulance is no longer practical for use by Columbus Fire and
Emergency Medical Services. Therefore, the vehicle should be declared surplus;
and,
WHEREAS, the Cusseta-Chattahoochee Fire Department of Chattahoochee
County is the next entity on the list requesting surplus equipment.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to declare one (1) Ambulance
(Fleet #10112) as surplus, in accordance with section 7-501 of the charter of
Columbus Consolidated Government; and authorize the donation of the surplus
vehicle to the Cusseta-Chattahoochee Fire Department of Chattahoochee County.
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2010 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH MANHARD CONSULTING
(SMYRNA, GA) FOR THE UPDATE OF THE PRE-DISASTER MITIGATION PLAN.
WHEREAS, an RFP was administered (RFP No. 10-0017) and eight proposals were
received; and,
WHEREAS, the proposal submitted by Manhard Consulting (Smyrna, GA) met
all proposal requirements and was evaluated most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with Manhard
Consulting for the update of the pre-disaster mitigation plan. Funds are
budgeted in the FY11 Budget: Multi-Government Fund - Fire & EMS ? Pre-Disaster
Mitigation Grant ? Contractual Services, 0216-410-3924-PDMG-6319.
______________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
"ITEM H"
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING PAYMENT TO UPATOI CREEK MITIGATION BANK OR
KOLOMOKI BANK, IN THE AMOUNT OF $941,180.00 FOR THE PURCHASE OF
WETLAND/STREAMBANK CREDITS.
WHEREAS, the development of Muscogee Technology Park required the City to
obtain a Section 404 permit from the U.S. Army Corps of Engineers. Under the
permit the City is required to mitigate for all impacts to wetlands and stream
banks. In the early phases of development, the strategy was to either apply
preservation credits created during the development of the park or to purchase
credits as necessary as the park developed. The use of preservation credits
has not been allowed by the Corps as an acceptable alternative; and,
WHEREAS, in order to comply with the requirements of the Section 404 permit
issued by the U.S. Army Corps of Engineers, the City must purchase wetlands and
stream bank mitigation credits for the areas of the park ready for
development. The purchase of these credits will allow for the parcels along
the existing Technology Parkway to be developed and will fulfill the City's
Section 404 permit requirements this area of the park. As the southern portion
of Technology Parkway (formerly Eastern Connector) is construction by Georgia
Department of Transportation in 2012-13, additional wetlands and stream bank
credits will be required. The estimate financial impact for mitigation of
wetlands and stream bank impacts of the full development of Muscogee Technology
Park is approximately $3,000,000. This amount assumes all wetlands and stream
banks in the park are impacted. The wetland and stream bank credits must be
purchased from a regional bank approved by the regulatory agency at the current
market rate and based on availability; and,
WHEREAS, the Upatoi Creek Bank is listed by the U.S. Army Corps of
Engineers as the preferred bank for our area, the Kolomoki Bank will be
utilized if sufficient credits are not available through the preferred bank.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to make payment to Upatoi
Creek Mitigation Bank or Kolomoki Bank, in the amount of $941,180.00 for the
purchase of Wetland/Streambank Credits. Funds are budgeted in the FY11 Budget:
Integrated Waste Management Fund ? Capital Projects Integrated Waste Supported
Projects ? Professional Services 0207-660-4000-CPIW-6311-20711-20060.
____________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________day of ________________, 2010 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM I?
A RESOLUTION
NO. ____________
A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR ALL TERRAIN VEHICLES (ATVs), FROM
OUTDOOR PRODUCTS, (COLUMBUS, GA) IN THE AMOUNT OF $29,120.00.
WHEREAS, The All Terrain Vehicles (ATVs) will be used by the Columbus Police
Department officers for bike patrol.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase four (4) All Terrain
Vehicles (ATV?s), from Outdoor Products, (Columbus, GA) in the amount of
$29,120.00. Funds are budgeted in the FY11 Budget: LOST-Public Safety Fund ?
Police ? Public Safety-LOST ? Off Road Equipment; 0102 ? 400 ? 9900 ? LOST ?
7725.
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ________________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
Attachments
No attachments for this document.