Agenda Item # 4
Columbus Consolidated Government
Council Meeting
March 13, 2012
Agenda Report # 024
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) FULL SIZE, 4-DOOR SEDANS ? RFB 12-0022
It is requested that Council authorize the purchase of ten (10) Full-Size,
4-Door Sedans (2012 Chevrolet Impalas), from Hardy Chevrolet, (Dallas, GA), in
the amount of $174,430.00. (Two (2) Sedans - FY12 Budget; and Eight (8) Sedans
- FY12 Mid-Year Budget.)
Hardy Chevrolet was the awarded vendor for RFB 12-0022, Full-Size, 4-Door
Sedans (Re-Bid). Hardy Chevrolet has agreed to provide the additional sedans
for the same, awarded bid price of $17,443.00 per unit, for a grand total of
$174,430.00.
Two (2) of the vehicles are replacements to the fleet and will be used by the
Muscogee County Prison for administrative purposes for CERT emergency response,
outside detail surveillance, and staff travel to required training and
meetings. Muscogee County Prison was approved two (2) 15-passenger vans in the
FY12 Budget to be purchased with LOST funds. However, the department requests
the substitution of the two (2) Administrative sedans for the two (2)
15-passenger vans, as the sedans would be more effective in the MCP mission.
Purchasing the sedans in lieu of the vans would also save approximately
$8,000.00.
Eight (8) sedans were approved in the FY12 Mid-Year Budget and will be used as
administrative vehicles for the following departments: one (1) vehicle will be
used by the Public Services Department; one (1) vehicle will be used by the
Fire/EMS Department; and six (6) vehicles will be used by the Sheriff?s
Office. These are replacement vehicles.
The funding sources are as follows:
Muscogee County Prison ? Funds are budgeted in the FY12 Budget: LOST-Public
Safety Fund ? MCP ? Public Safety-LOST ? Automobiles; 0102 ? 420 ? 9900 ? LOST
? 7721.
Public Services ? Funds are budgeted in the FY12 Budget: General Fund ? Public
Services ? Special Enforcement ? Automobiles; 0101 ? 260 ? 2400 ? SPCL ? 7721.
Fire/EMS ? Funds are budgeted in the FY12 Budget: LOST-Public Safety Fund ?
Fire & EMS ? Public Safety-LOST ? Automobiles; 0102 ? 410 ? 9900 ? LOST ? 7721.
Sheriff?s Office ? Funds are budgeted in the FY12 Budget: LOST-Public Safety
Fund ? Sheriff ? Public Safety-LOST ? Automobiles; 0102 ? 550 ? 9900 ? LOST ?
7721.
* * * * * * * *
(B) ASPHALT PAVER ? RFB 12-0027
It is requested that Council authorize the purchase of one (1) Asphalt Paver
(LeeBoy Model 1000F), from Reynolds-Warren Equipment Co., Inc., (Lake City, GA)
in the amount of $59,900.00.
The vehicle will be used by the Street Division, of the Public Services
Department, for minor asphalt repairs along city streets and sidewalks. This
is a new vehicle.
Bid postcard invitations were mailed to forty-six vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Three bids were received on January 18, 2012.
This bid has been advertised, opened and reviewed. The bidders were:
Vendor Manufacturer/Make/Model Unit Price
Reynolds-Warren Equipment Co., Inc. (Lake City, GA) LeeBoy Model 100F $59,900.00
Puckett Equipment, Inc. (Loganville, GA)* Puckett 2012 580 $51,575.00
Yancey Brothers Caterpillar (Fortson, GA) Mauldin Paver 690G $68,118.00
* Puckett Equipment, Inc., failed to meet all of the required bid
specifications. Vendor was notified in writing, and given the opportunity to
respond.
This item is not available on the Georgia Statewide Contract.
Funds are budgeted in the FY12 Budget: Paving Fund ? Public Services ? Repairs
and Maintenance ? Capital Expend-Over $5,000; 0203 ? 260 ? 3110 ? REPR ? 7761.
* * * * * *
(C) FALL LINE TRACE SIGN ENHANCEMENT PROJECT ? RFB NO. 11-0060
It is requested that Council authorize the execution of Change Order 2 with
Southeastern Site Development, Inc., in the amount of $81,686.69.
Per Resolution No. 193-11, Council authorized the execution of a contract with
Southeastern Site Development, Inc., in the amount of $864,266.90 for sign
enhancement at the Fall Line Trace sites.
Change Order No. 2 includes the addition of parking wells to Talbotton Road,
additional grassing, graphic sign plates, signs, signposts, signal work,
drainage for playground equipment, drainage pipe and structures. Handicap
ramps and other miscellaneous items were added to the scope of work to enhance
the over all appearance of the project
Funds are budgeted in the FY12 Budget: 1999 SPLOST Walk Trails/Trolley ?
General Construction ? Walking Trails/Trolley;
0540-695-2136-TXWT-7661-53017-20090.
* * * * * * * *
(D) CHIPPER ? RFB 12-0029
It is requested that Council authorize the purchase of one (1) Chipper (Vermeer
BC1000XL) from Vermeer Southeast, (Marietta, GA) in the amount of $29,860.00.
The Urban Forestry and Beautification Division, of the Public Services
Department, will use the equipment to grind up small tree limbs. This unit is
replacement equipment.
Bid postcard invitations were mailed to thirty-six vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Four bids were received on January 11, 2012.
This bid has been advertised, opened and reviewed. The bidders were:
Vendor Manufacturer/Make/Model Unit Price
Vermeer Southeast (Marietta, GA) Vermeer BC1000XL $29,860.00
Altec Environmental Products (Creedmoor, NC)* Altec Environmental Products LLC
CFD1217 $24,750.00
JP Carlton Company (Spartanburg, SC)* Carlton 112 Drum $26,800.00
Mason Tractor Company (McDonough, GA) Bandit 990 $32,117.75
* Altec Environmental Products and JP Carlton Company failed to meet all of the
required bid specifications. They were notified in writing, and given the
opportunity to respond.
This item is not available on the Georgia Statewide Contract.
Funds are budgeted in the FY12 Budget: Paving Fund ? Public Services ?
Right-of-Way Maintenance ? Capital Expend-Over $5,000; 0203 ? 260 ? 3120 ? ROWM
? 7761.
(E) BOOM MOWER AND TRACTOR UNIT ? GEORGIA STATEWIDE CONTRACT
It is requested that Council authorize the purchase of one (1) 20' Alamo Boom
Mower and Tractor Unit for the Public Services Department, via Georgia State
Contract, #99999-SPD-SPD0000043-0004, from Alamo Industrial, (Seguin, TX) in
the amount of $69,228.00.
This purchase is in lieu of two (2) regular tractors approved in the FY12
Budget. The mower and tractor unit is a replacement unit and will be used by
the Urban Forestry and Beautification Division, of the Public Services
Department, to cut grass behind guard rails and on steep slopes. The Boom Mower
and Tractor Unit will be more efficient, which will speed up the mowing cycle
and also allow labor to be used in other areas.
Funds are budgeted in the FY12 Budget: Paving Fund ? Public Services ? Right
of Way Maintenance ? Rolling Stock; 0203-260-3120-ROWM-7726.
* * * * * *
(F) ELECTION SUPPLIES AND EQUIPMENT MAINTENANCE
It is requested that Council approve a resolution to expend the appropriated
funds to Election Systems and Software, Inc., for election supplies, ballots
and expendable items in an amount not to exceed $150,000.
In 2001, the State of Georgia mandated a uniform voting system for all counties
in the state. The requirement for uniformity is still in effect. Services
from Election Systems and Software, Inc., may include: programming, audio
recording, ballot printing, loading database, creating memory cards,
programming encoders and logic and accuracy testing. Election Systems and
Software, Inc., will also provide Global Election Management Systems (GEMS)
support at all elections and primaries.
Election Systems and Software, Inc., provides supplies and expendables for the
uniform voting system for the State of Georgia. Therefore, the vendor is
considered an only known source.
Funds are budgeted each fiscal year for this on-going expense: General Fund ?
Boards & Commissions ? Elections & Registration -Boards of Elections &
Registration ? Election Expenses; 0101-290-2000-ELCT-6355.
* * * * * * * *
(G) REAL ESTATE APPRAISAL SERVICES (ANNUAL CONTRACT) ? RFP NO. 12-0011
It is requested that Council approve the contracts for Real Estate Appraisal
Services, on an ?as needed basis,? with Cliatt Appraisal Company and Crider,
Bouye & Elliott, LLC. The firms will be added to the current list of
contracted Appraisal firms to provide all labor, supervision, and materials
required to perform real estate appraisal services for various projects
involving land acquisition and disposition.
The current Real Estate Appraisal Services contract (RFP No. 10-0014, approved
per Resolution No. 170-10 on May 25, 2010), was awarded to the following
Contractors: Appraisal Enterprises, Inc., Moreland Altobelli Associates, Inc.,
Realty Appraisal Services, G. E. Heinzelman & Associates, Inc., and Norris
Appraisal Group, LLC.
Ms. Patricia K. Love, of Realty Appraisal Services, passed away in 2011. G. E.
Heinzelman & Associates? contract was cancelled because the vendor did not
renew his Appraiser License, which expired July 31, 2010. The vacancies left
by these two vendors limited the number of available contractors. The using
Departments determined it would be beneficial to contract with additional
appraisal firms in order to keep up with the frequent need for appraisal
services. Therefore, the City advertised a new RFP for additional
contractors. Proposals were requested from qualified firms to provide Real
Estate Appraisal Services on an ?as needed basis?. The current remaining
Contractors were not required to submit new proposals. The additional firms
will be added to the approved list of multiple firms already under contract.
The firms will be utilized on a rotation basis, governed by price quotes and
availability to perform the services in a timely manner.
Real Estate Appraisal services will be performed for the Department of
Community Reinvestment; in accordance with standards contained in the
Department of Housing and Urban Development Handbook 1278 5-3; 49 CAR 24.103
and Appendix 20.
The awarded Contractors will also perform appraisal services for Right of Way
projects that are State/Federal projects approved by the Georgia Department of
Transportation (GDOT); and appraisers must be classified as Level I, II, III,
IV or V. As required by GDOT, all Appraisers are on the approved list of
Pre-qualified Appraisers for Right of Way related services.
The initial term of the contract shall be for the duration of the current
contract year, which expires May 24, 2012, with the option to renew for three
(3) additional twelve-month periods. Contract renewal will be contingent upon
the mutual agreement of the City and the Contractor.
Request for Proposals were mailed to seventy-eight (78) vendors and
specifications were posted on the City?s website and Georgia Procurement
Registry. The RFP has been advertised, opened and evaluated. Proposals were
received on December 16, 2011, from the following two offerors.
Cliatt Appraisal Company (Columbus, GA)
Crider, Bouye & Elliott, LLC (Greenville, SC)
The proposals were reviewed by the Evaluation Committee members, which
consisted of representatives from Community Reinvestment and Right of Way
Acquisition & Transportation. The Project Manager, also from Community
Reinvestment, served as an Advisor and was not a voting member.
During the evaluation process, Cliatt Appraisal Company and Crider, Bouye &
Elliott, LLC were deemed responsive to the RFP. The Evaluation Committee
recommended award of the contract to the two vendors, adding them to the list
of contractors for Appraisal Services.
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. In the event
Council does not approve the recommended offerors, no proposal responses or any
negotiated components are made public until after the award of the contract.
If Council does not approve the recommended offerors, the RFP specifications
will be re-advertised. The cost information has been submitted to the City
Manager in a separate memo for informational purposes.
Funds will be budgeted each fiscal year for this on-going expense: Community
Development Block Grant Fund ? Community Reinvestment ? Land Acquisition ?
Appraisals, 0210-245-3110-LACQ-6373; Community Development Block Grant Fund ?
Community Reinvestment ? Land Disposition ? Appraisals,
0210-245-3120-LDSP-6373; General Fund ? Community Reinvestment ? Real Estate ?
Appraisals, 0101-245-2400-REAL-6373; and Other various projects will be funded
through the 1999 SPLOST Sales Tax.
* * * * * *
(H) CAB & CHASSIS FOR FLATBED DUMP TRUCK
It is requested that Council authorize the purchase of four (4) Cab and Chassis
from Carl Gregory Dodge-C-J, (Columbus, GA) in the amount of $100,492.00.
Two (2) 7-yard dump trucks were approved in the FY12 Budget at a cost of
$78,400.00 per unit. The Public Services Department, Urban Forestry and
Beautification Division, would like to substitute four (4) flatbed dump trucks
for the two (2) 7-yard dump trucks. The flatbed dump trucks better serve the
mission of the Urban Forestry and Beautification Division, and are less
expensive than the 7-yard dump trucks. These are replacement vehicles.
Carl Gregory Dodge-C-J was the awarded vendor for Option 1: Cab and Chassis
Only, for RFB 11-0044, Flatbed Dump Truck. Carl Gregory Dodge-C-J has agreed
to provide the four (4) additional cab and chassis for the same, awarded bid
price of $25,123.00 per unit, for a grand total of $100,492.00.
The Cab and Chassis will be attached to Flatbed dump bodies and the vehicles
will be used by the Urban Forestry and Beautification Division, of the Public
Services Department, to haul debris and soil from job sites.
This vehicle is not listed on the Georgia Statewide Contract.
Funds are budgeted in the FY12 Budget as follows: Paving Fund ? Public
Services ? Urban Forestry and Beautification Right-of-Way Maintenance ? Heavy
Trucks; 0203-260-3120-ROWM-7723.
* * * * * *
(I) Mental Health Services for Muscogee County Jail (Annual Contract) ? RFP No.
12-0006
It is requested that Council authorize the execution of an annual contract for
mental health services for Muscogee County Jail with New Horizons (Columbus,
GA). Contractor will provide comprehensive mental health services for inmates
at the Muscogee County Jail that meet or exceed the requirements of the 8th
amendment of the United States Constitution and commensurate with the services
accessible within our community.
The Contractor will provide the following:
1) Provide a broad spectrum of mental health services within the confines of
the jail that should include but is not limited to a special needs unit,
suicide prevention, psychiatric services and medication management, substance
abuse treatment, group therapy, individual counseling, 24-hour crisis
intervention, case management and discharge planning.
2) Provide intake screening to identify, assess, refer, and diagnose patients
for mental illness, personality disorders associated with significant
functional impairment, dementia, autism, developmental disabilities, PTSD,
substance induced psychosis, substance abuse and withdrawal, suicide risk and
intervention.
3) Provide Jail Diversion: to identify and refer those patients who may
benefit most from and would be appropriate to refer to community or state
mental health services whether inpatient or outpatient through programs
such as Mental Health Court, Drug Court, Veterans Court, and referrals to ACT
Teams, the State Mental Health Hospital, or Community Crisis Centers.
4) Provide training programs to enhance the annual training of both
medical and security staff related to mental health, behavior management,
substance abuse, and suicide prevention.
5) Participation in treatment teams with jail personnel, designing
policies and procedures regarding mental health care which are consistent with
other Jail policies and procedures, and making personnel and record keeping
services available to assist the Jail in monitoring its compliance with the
Department of Justice?s inspections and reporting requirements under a Consent
Agreement dated September 19, 1999.
6) Provide an adequate Medical Records System for inmates requiring mental
health services with the ability to interface with the Homeless Management
Information System or other community based health care resources.
The Mental Health Contractor will provide the following specific required
personnel positions. The positions and hours are to be provided on a weekly
basis with the understanding that on site hours will generally occur with
sufficient normal Monday through Friday business hours for all members of the
treatment team to coordinate their efforts, and also with sufficient weekend
time to handle timely intake and screening responsibilities, emergency
treatment needs, and appropriate programming:
A. Mental Health Services Program Administrator (Licensed Psychologist),
40 hrs on site, a minimum of 20 hours of which will be used to provide direct
patient treatment.
B. Psychiatrist, part time, on site 21 hrs minimum.
C. Psych. Nurse Practitioner, 40hrs
D. Case Manager, 40hrs
E. Intake/Discharge Specialist, 40hrs
F. Two Mental Health Counselors, 40hrs each.
G. A psychiatrist on call 24 hours each day to respond to crisis situations
and prescription needs.
The contract term will be a five-year contract renewable each year upon its
ratification by both parties. The first 90 days of the contract shall be
considered as a probationary period. If the Probationary period is successful,
the contract will automatically renew, annually, for five years, on July 1st of
each year.
Request for proposals were mailed to thirty-two (32) vendors and posted on the
City?s website and the Georgia Procurement Registry. The RFP has been
advertised, opened and evaluated. On September 16, 2011, proposals were
received from the following five (5) offerors:
New Horizons (Columbus, GA)
Armor Correctional Health Services (Miami, FL)
Anka Behavioral Health (Concord, CA)
Correctional Medical Associates (Atlanta, GA)
CorrectHealth Companies (Stockbridge, GA)
The proposals were reviewed by the Evaluation Committee members, which
consisted of representatives from Muscogee County Prison and Sheriff
Department. Representatives from the City Attorney Office and Muscogee County
Jail served in an advisory capacity.
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. 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 cost information has
been submitted to the City Manager in a separate memo, for informational
purposes.
Funds will be budgeted each fiscal year for this on going expense: General Fund
? Sheriff ? Medical ? Consulting; 0101-550-2650-MEDD-6315.
* * * * * * * *
(J) ? TON CREW CAB, 4X4 PICKUP TRUCKS (RE-BID) ? RFB 12-0023
It is requested that Council authorize the purchase of two (2) 2012 Ford F-150
XL, ?-Ton Crew Cab, 4x4 Pickup Trucks, from Rivertown Ford, (Columbus, GA) in
the amount of $50,164.00 ($25,082.00 per unit).
The two vehicles will be used by the Sheriff?s Office as administrative
vehicles. These are replacement vehicles. One vehicle was approved in the
FY12 Budget. The second vehicle will be purchased as a substitution for a
mid-size sedan approved in the FY12 Budget.
Rivertown Ford was the awarded vendor for RFB 12-0023 ?-Ton Crew Cab, 4x4
Pickup Trucks. The vendor has agreed to provide the two (2) additional trucks
for the awarded bid price of $25,082.00 each, for a total amount of $50,164.00.
Funds are budgeted in the FY12 Budget: LOST-Public Safety Fund ? Sheriff ?
Public Safety-LOST ? Light Trucks; 0102 ? 550 ? 9900 ? LOST ? 7722.
* * * * * * * *
(K) PURSUIT SUVs ? GEORGIA STATEWIDE CONTRACT
It is requested that Council approve the purchase of three (3) Pursuit SUVs
(2012 Chevrolet Tahoes) via Georgia Statewide Contract, SWC #90796-1, from
Hardy Chevrolet (Dallas, GA) in the amount of $79,401.00. (Unit Price of
$26,467.00, each)
The three (3) pursuit SUVs were approved in the FY12 Mid-Year Budget, and will
be utilized by the following departments: Police Department ? two (2)
vehicles; and Fire/EMS ? one (1) vehicle. These vehicles are replacement units
for the fleet.
Funds are budgeted in the FY12 Budget: Columbus Police Department (2
vehicles), LOST-Public Safety ? Police ? Public Safety-LOST ? Light Trucks;
0102 ? 400 ?9900 ? LOST ? 7722; Fire/EMS (1 vehicle), LOST-Public Safety ?
Fire/EMS ? Public Safety-LOST ? Light Trucks; 0102 ? 410 ?9900 ? LOST ? 7722.
?ITEM A?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF TEN (10) FULL SIZE FOUR-DOOR
SEDANS (2012 CHEVROLET IMPALAS), FROM HARDY CHEVROLET (DALLAS, GA), IN THE
AMOUNT OF $174,430.00.
WHEREAS, Hardy Chevrolet was the awarded vendor for RFB 12-0022 Full-Size,
4-Door Sedans, and has agreed to provide the ten (10) additional vehicles for
the awarded bid price of $17,443.00 each, for a total amount of $174,430.00;
and,
WHEREAS, two of the vehicles are replacements to the fleet, and will be used by
the Muscogee County Prison for administrative purposes for CERT emergency
response, outside detail surveillance, and staff travel to required training
and meetings. These two (2) vehicles will be purchased in lieu of two (2)
15-Passenger Vans approved in the FY12 Budget; and,
WHEREAS, eight (8) of the sedans were approved in the FY12 Mid-Year Budget, and
will be used as administrative vehicles for the following departments: one (1)
vehicle will be used by the Public Services Department; one (1) vehicle will be
used by the Fire/EMS Department; and six (6) vehicles will be used by the
Sheriff?s Office. These are replacement vehicles.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase ten (10) full-size four
door sedans (Chevrolet Impalas), from Hardy Chevrolet, (Dallas, GA) in the
amount of $174,430.00.
The funding sources are as follows:
Muscogee County Prison ? Funds are budgeted in the FY12 Budget: LOST-Public
Safety Fund ? MCP ? Public Safety-LOST ? Automobiles; 0102 ? 420 ? 9900 ? LOST
? 7721.
Public Services ? Funds are budgeted in the FY12 Budget: General Fund ? Public
Services ? Special Enforcement ? Automobiles; 0101 ? 260 ? 2400 ? SPCL ? 7721.
Fire/EMS ? Funds are budgeted in the FY12 Budget: LOST-Public Safety Fund ?
Fire & EMS ? Public Safety-LOST ? Automobiles; 0102 ? 410 ? 9900 ? LOST ? 7721.
Sheriff?s Office ? Funds are budgeted in the FY12 Budget: LOST-Public Safety
Fund ? Sheriff ? Public Safety-LOST ? Automobiles; 0102 ? 550 ? 9900 ? LOST ?
7721.
____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM B?
A RESOLUTION
NO.___
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) ASPHALT PAVER (LEEBOY
MODEL 1000F), FROM REYNOLDS-WARREN EQUIPMENT CO., INC., (LAKE CITY, GA), IN THE
AMOUNT OF $59,900.00.
WHEREAS, the vehicle is a new addition to the fleet and will be used by
the Street Division, of the Public Services Department, for minor asphalt
repairs along city streets and sidewalks.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) Asphalt Paver
(LeeBoy Model 1000F), from Reynolds-Warren Equipment Co., Inc., (Lake City, GA)
in the amount of $59,900.00. Funds are budgeted in the FY12 Budget: Paving
Fund ? Public Services ? Repairs and Maintenance ? Capital Expend-Over $5,000;
0203 ? 260 ? 3110 ? REPR ? 7761.
_____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM C?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER 2 WITH SOUTHEASTERN
SITE DEVELOPMENT, INC., IN THE AMOUNT OF $81,686.69.
WHEREAS, Per Resolution No. 193-11, Council authorized the execution of
a contract with Southeastern Site Development, Inc., in the amount of
$864,266.90 for sign enhancement at the Fall Line Trace sites; and,
WHEREAS, Change Order No. 2 includes the addition of parking wells to
Talbotton Road, additional grassing, graphic sign plates, signs, signposts,
signal work, drainage for playground equipment, drainage pipe and structures.
Handicap ramps and other miscellaneous items were added to the scope of work to
enhance the over all appearance of the project.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute Change Order 2
with Southeastern Site Development, Inc., in the amount of $81,686.69. Funds
are budgeted in the FY12 Budget: 1999 SPLOST Walk Trails/Trolley ? General
Construction ? Walking Trails/Trolley; 0540-695-2136-TXWT-7661-53017-20090.
__________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM D?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) CHIPPER (VERMEER
BC1000XL), FROM VERMEER SOUTHEAST, (MARIETTA, GA), IN THE AMOUNT OF $29,860.00.
WHEREAS, the equipment is a replacement unit, and will be used by the
Urban Forestry and Beautification Division, of the Public Services Department,
to grind up small tree limbs.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) Chipper (Vermeer
BC1000XL), from Vermeer Southeast, (Marietta, GA) in the amount of $29,860.00.
Funds are budgeted in the FY12 Budget: Paving Fund ? Public Services ?
Right-of-Way Maintenance ? Capital Expend-Over $5,000; 0203 ? 260 ? 3120 ? ROWM
? 7761.
_____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM E?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) 20' ALAMO BOOM MOWER AND
TRACTOR UNIT, VIA GEORGIA STATE CONTRACT, #99999-SPD-SPD0000043-0004, FROM
ALAMO INDUSTRIAL, (SEGUIN, TX), IN THE AMOUNT OF $69,228.00.
WHEREAS, the mower and tractor unit is a replacement unit and will be
used by the Urban Forestry and Beautification Division, of the Public Services
Department, to cut grass behind guard rails and on steep slopes.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) 20'
Alamo Boom Mower and Tractor Unit from Alamo Industrial, (Seguin, TX), in the
amount of $69,228.00. Funds are budgeted in the FY12 Budget: Paving Fund ?
Public Services ? Right of Way Maintenance ? Rolling Stock;
0203-260-3120-ROWM-7726.
_______________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM F?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING TO EXPEND THE APPROPRIATED FUNDS TO ELECTION
SYSTEMS AND SOFTWARE, INC., FOR ELECTION SUPPLIES, BALLOTS AND EXPENDABLE ITEMS
IN AN AMOUNT NOT TO EXCEED $150,000.
WHEREAS, services from Election Systems and Software, Inc., may include:
programming, audio recording, ballot printing, loading database, creating
memory cards, programming encoders and logic and accuracy testing. Election
Systems & Software will also provide Global Election Management Systems (GEMS)
support at all elections and primaries; and,
WHEREAS, Election Systems and Software, Inc., provides supplies and expendables
for the uniform voting system for the State of Georgia. Therefore, the vendor
is considered an only known source.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to expend the appropriated
funds to Election Systems and Software, Inc., for election supplies, ballots
and expendable items in an amount not to exceed $150,000. Funds are budgeted
each fiscal year for this on going expense: General Fund ? Boards &
Commissions ? Elections & Registration -Boards of Elections & Registration ?
Election Expenses; 0101-290-2000-ELCT-6355.
_______________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM G?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE ANNUAL CONTRACTS FOR REAL ESTATE APPRAISAL
SERVICES, ON AN ?AS NEEDED BASIS,? WITH CLIATT APPRAISAL COMPANY AND CRIDER,
BOUYE & ELLIOTT, LLC.
WHEREAS, an RFP was administered (RFP No. 12-0011) and two (2) proposals were
received; and,
WHEREAS, the proposals submitted by Cliatt Appraisal Company and Crider, Bouye
& Elliott. LLC, met all proposal requirements and were evaluated most
responsive to the RFP; and,
WHEREAS, the current Real Estate Appraisal Services contract (RFP No.
10-0014, approved per Resolution No. 170-10 on May 25, 2010), was awarded to
the following Contractors: Appraisal Enterprises, Inc., Moreland Altobelli
Associates, Inc., Realty Appraisal Services, G. E. Heinzelman & Associates,
Inc., and Norris Appraisal Group, LLC; two of the contractors are no longer
under contract; and,
WHEREAS, Cliatt Appraisal Company and Crider, Bouye & Elliott. LLC,
will be added as appraisals to fill the vacancies of two other contractors;
and,
WHEREAS, the initial term of the contract shall be for the duration of
the current contract year, which expires May 24, 2012, with the option to renew
for three (3) additional twelve-month period. 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 annual contracts
for real estate appraisal services, on an ?as needed basis, ? with Cliatt
Appraisal Company and Crider, Bouye & Elliott, LLC. Funds will be budgeted
each fiscal year for this on-going expense: Community Development Block Grant
Fund ? Community Reinvestment ? Land Acquisition ? Appraisals,
0210-245-3110-LACQ-6373; Community Development Block Grant Fund ? Community
Reinvestment ? Land Disposition ? Appraisals, 0210-245-3120-LDSP-6373; General
Fund ? Community Reinvestment ? Real Estate ? Appraisals,
0101-245-2400-REAL-6373; and Other various projects will be funded through the
1999 SPLOST Sales Tax.
____________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM H?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) CAB & CHASSIS FOR
FLATBED DUMP TRUCKS, FROM CARL GREGORY DODGE-C-J, (COLUMBUS, GA) IN THE AMOUNT
OF $100,492.00.
WHEREAS, Carl Gregory Dodge-C-J was the awarded vendor for Option 1: Cab and
Chassis Only, for RFB 11-0044, Flatbed Dump Truck. Carl Gregory Dodge-C-J has
agreed to provide the four (4) additional cab and chassis for the same, awarded
bid price of $25,123.00 per unit, for a grand total of $100,492.00; and,
WHEREAS, the Cab and Chassis are replacement vehicles and will be attached to
Flatbed dump bodies. The vehicles will be used by the Urban Forestry and
Beautification Division, of the Public Services Department to haul debris and
soil from job sites.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase of four (4) Cab
& Chassis from Carl Gregory Dodge-C-J, (Columbus, GA) in the amount of
$25,123.00 per unit, for a grand total of $100,492.00. Funds are budgeted in
the FY12 Budget as follows: Paving Fund ? Public Services ? Urban Forestry and
Beautification Right-of-Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.
_____________
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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM I?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR MENTAL HEALTH SERVICES
FOR MUSCOGEE COUNTY JAIL WITH NEW HORIZONS (COLUMBUS, GA).
WHEREAS, an RFP was administered (RFP No. 12-0006) and five (5) proposals were
received; and,
WHEREAS, the proposal submitted by New Horizons met all proposal requirements
and was evaluated most responsive to the RFP; and,
WHEREAS, the contract term will be a five-year contract renewable each
year upon its ratification by both parties. The first 90 days of the contract
shall be considered as a probationary period. If the Probationary period is
successful, the contract will automatically renew, annually, for the period of
five years, on July 1st of each year.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute annual contracts
for mental health services for Muscogee County Jail with New Horizons. Funds
will be budgeted each fiscal year for this on going expense: General Fund ?
Sheriff ? Medical ? Consulting; 0101-550-2650-MEDD-6315.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 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 Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM J?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) 2012 FORD F-150 XL, ?-
TON CREW CAB, 4X4 PICKUP TRUCKS, FROM RIVERTOWN FORD, (COLUMBUS, GA) IN THE
AMOUNT OF $50,164.00.
WHEREAS, the vehicles will be used by the Sheriff?s Office as administrative
vehicles; and,
WHEREAS, Rivertown Ford was the awarded vendor for RFB 12-0023 ?-Ton Crew Cab,
4x4 Pickup Trucks, and has agreed to provide the two (2) additional vehicles
for the awarded bid price of $25,082.00 each, for a total amount of $50,164.00.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) additional 2012
Ford F-150 XL, ?-Ton Crew Cab, 4x4 Pickup Trucks, from Rivertown Ford,
(Columbus, GA) in the amount of $50,164.00. Funds are budgeted in the FY12
Budget: LOST-Public Safety Fund ? Sheriff ? Public Safety-LOST ? Light Trucks;
0102 ? 550 ? 9900 ? LOST ? 7722.
__________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM K?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) PURSUIT SUVS (2012
CHEVROLET TAHOES) VIA GEORGIA STATEWIDE CONTRACT, SWC #90796-1, FROM HARDY
CHEVROLET (DALLAS, GA) IN THE AMOUNT OF $79,401.00. (UNIT PRICE OF $26,467.00,
EACH)
WHEREAS, the three (3) pursuit SUVs were approved in the FY12 Mid-Year Budget,
and will be utilized by the following departments: Police Department ? two (2)
vehicles; and Fire/EMS ? one (1) vehicle. These vehicles are replacement units
for the fleet.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase three (3)
Pursuit SUVs (2012 Chevrolet Tahoes) via Georgia State Contract, SWC #90796-1,
from Hardy Chevrolet (Dallas, GA) in the amount of $79,401.00. Funds are
budgeted in the FY12 Budget as follows: Columbus Police Department (2
vehicles), LOST-Public Safety ? Police ? Public Safety-LOST ? Light Trucks;
0102 ? 400 ?9900 ? LOST ? 7722; Fire/EMS (1 vehicle), LOST - Public Safety ?
Fire/EMS ? Public Safety-LOST ? Light Trucks; 0102 ? 410 ?9900 ? LOST ? 7722;.
_______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
Attachments