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 # 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


Back to List