Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016

Council Members

Agenda Item # 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Parks and Recreation and Public Services currently have old, outdated snack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.

Back to List