Agenda Item # 9
Columbus Consolidated Government
Council Meeting
September 10, 2013
Agenda Report # 29
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) SOUTH LUMPKIN ROAD ROUNDABOUT ? RFB NO. 14-0001
It is requested that Council authorize the execution of a construction contract
with Alexander Contracting Company, Inc. (Fortson, GA) in the amount of
$1,347,747.05 for the construction of a roundabout at the intersection of South
Lumpkin Road and Columbus Water Works Road.
The scope of work includes, but is not limited to, providing approximately
3,500 linear feet of road pavement improvements, including all drainage
structures; providing pavement markings, traffic signs, lighting, and
landscaping; and providing traffic control and warning devices.
Bid postcard invitations were mailed to one hundred twenty-five vendors and bid
specifications were posted on the web pages of the Purchasing Division, Georgia
Procurement Registry, and DemandStar. Six bids were received on August 14,
2013. This bid has been advertised, opened and reviewed. The bidders were:
Bidders Total Bid DBE
Participation
Alexander Contracting Company, Inc. (Fortson, GA) $ 1,347,747.05 10%
McMath-Turner Construction Company (Columbus, GA) 1,536,366.30 10%
Southeastern Site Development (Newnan, GA) 1,628,135.00 10%
Robinson Paving Company (Columbus, GA) 1,811,344.25 7%
C. W. Matthews Contracting Company (Marietta, GA) 1,946,906.10 5%
Landmark Grading Company (Ft. Mitchell, AL) 1,967,070.47 4%
Funds are budgeted in the FY14 Budget: Paving Fund Supported Capital Projects
? Road Improvements ? South Lumpkin Road Improvements;
0508-660-3000-CPPF-7643-21076-20130 & 1999 Sales Tax Project Fund ? 99 SPLOST:
0540-695-2135-TXOM-7641-50611-20130.
* * * * * *
(B) MOON ROAD WIDENING PHASE II ? RFB NO. 14-0005
It is requested that Council authorize the execution of a construction contract
with Robinson Paving Company (Columbus, GA) in the amount of $4,925,800.90 for
the widening of Moon Road from Whittlesey Boulevard to Wilbur Drive.
The section of Moon Road is a two lane road and the project will widen the
roadway to three lanes, with turning lanes at street intersections. The
construction improvements also include all drainage structures, curb and
gutters, traffic signals, pavement markings, and other appurtenances.
Bid postcard invitations were mailed to fifty-six vendors and bid
specifications were posted on the web pages of the Purchasing Division, Georgia
Procurement Registry, and DemandStar. Five bids were received on August 21,
2013. This bid has been advertised, opened and reviewed. The bidders were:
Bidders Total Bid DBE
Participation
Robinson Paving Company (Columbus, GA) $ 4,925,800.90 7%
Southeastern Site Development Company (Newnan, GA) 5,340,299.26 10%
Alexander Contracting Company, Inc. (Fortson, GA) 5,450,961.10 10%
C. W. Matthews Contracting Company (Marietta, GA) 5,537,441.16 11%
McMath-Turner Construction Company (Columbus, GA) 6,294,460.87 6%
Funds are budgeted in the FY14 Budget: CBA Bonds ? Road/Street
Resurfacing/Construction ? Road Improvements ? Moon Road Phase II:
Wilbur/Whittlesey; 0559-800-2160-BARS-7643-82051-20100.
* * * * * *
(C-1) TRACK TYPE TRACTOR ? NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT
It is requested that Council approve the purchase of one (1) D4K2 track type
tractor from Yancey Bros. Company, (Fortson, GA) in the amount of $106,900.00,
by cooperative purchase via National Joint Powers Alliance (NJPA) Contract
#060311-CAT.
The tractor was approved for FY14 via the Integrated Waste Equipment Purchases
[Special Projects II], and will be used at the landfill for covering and
maintaining the items taken in at the landfill. This is new equipment.
The purchase will be accomplished via Request for Proposal (RFP) Contract
#060311-CAT, initiated by the National Joint Powers Alliance (NJPA), whereby
Caterpillar, was one of the successful vendors contracted to provide Heavy
Construction Equipment. The contract, which commenced July 19, 2011, is good
through July 19, 2015. The National Joint Powers Alliance is a Service
Cooperative created by Minnesota Statute 123A.21. This statute was created in
1978 and revised in 1995 to allow participating governmental and municipal
agencies to reduce the cost of purchased goods by leveraging their combined
purchasing power. The bid process utilized by National Joint Powers Alliance
meets the requirements of the City?s Procurement Ordinance; additionally,
cooperative purchasing is authorized per Article 9-101 of the Procurement
Ordinance.
Funds are budgeted in the GMA Direct Lease Program.
(C-2) GMA LEASE FOR ONE (1) TRACK TYPE TRACTOR
It is requested that Council authorize the City Manager to execute a Supplement
Lease under the GMA Direct Lease Program for the purchase of the one (1) D4K2
track type tractor at a unit price of $106,900.00.
* * * * * * *
(D-1) GRAB-ALLS ? GEORGIA STATE CONTRACT
It is requested that Council approve the purchase of four (4) grab-alls (2014
Freightliner M2 106 w/Petersen Lightning Loader) from Peach State Freightliner,
(Norcross, GA) at a unit price of $113,977.00, for a total price of
$455,908.00, via Georgia Statewide Contract #99999-SPD-SPD0000039-0002.
One (1) grab-all was approved in FY13 and three (3) in FY14 via the Integrated
Waste Equipment Purchases [Special Projects II] utilizing GMA Leasing. These
vehicles will be used by the staff of Waste Management (Recycling) to load
trash and remove debris off the roadway. This is new equipment.
Funds are budgeted in the GMA Direct Lease Program.
* * * * * * *
(D-2) GMA LEASE FOR FOUR (4) GRAB-ALLS
It is requested that Council authorize the City Manager to execute a Supplement
Lease under the GMA Direct Lease Program for the purchase of the four (4)
grab-alls at a unit price of $113,977.00, for a total price of $455,908.00.
* * * * * * *
(E) ArcGIS SOFTWARE LICENSE AND MAINTENANCE
It is requested that Council approve payment to ESRI (Redlands, California) in
the amount of $37,506.16, for the annual ArcGIS Software Maintenance and
License covering the period from November 16, 2013 through November 15, 2014.
ESRI is the developer of various software packages used by the GIS Division,
and other departments, for map generation, as well as, editing and maintaining
the City?s tax parcels, streets zoning and land use databases. Consequently,
the vendor is considered an Only Known Source for the maintenance and support
of the software, per Section 3-114 of the Procurement Ordinance.
Funds are budgeted in FY14 Budget: General Fund - Information Technology ?
Software Lease; 0101-210-1000-ISS-6541.
* * * * * * * *
(F) ANIMAL CONTROL TRUCKS ? RFB NO. 13-0046
It is requested that Council authorize the purchase of three (3) animal control
truck cab and chassis? (2014 Ford F-250 X2A), from Benson Ford, (Easley, SC) at
a unit price of $22,099.00, for a total of $66,297.00; and three (3) animal
control truck bodies (Jackson Creek Custom CM97), from Jackson Creek MFG
(Denton, NC) at a unit price of $21,328.63, for a total price of $63,985.89.
The grand total is $130,282.89.
The trucks were approved via the FY13 Vehicle Replacement Program (VRP) to be
used by staff of the Special Enforcement Division, of the Public Works
Department, to transport animals. These are replacement units.
Bid postcard invitations were mailed to two hundred thirty vendors and bid
specifications were posted on the web page of the Purchasing Division, the
Georgia Procurement Registry, and OnVia DemandStar. Seven bids were received
on June 19, 2013. This bid has been advertised, opened and reviewed. The
bidders were:
OPTION 1:
CAB AND CHASSIS ONLY OPTION 2:
BODY ONLY OPTION 3:
COMPLETE UNIT
VENDORS Manufacturer/
Make/Model UNIT COST TOTAL COST
(3 UNITS) Manufacturer/
Make/Model UNIT COST TOTAL COST
(3 UNITS) UNIT COST TOTAL COST
(3 UNITS)
Benson Ford-Mercury
(Easley, SC) 2014 Ford F-250 (X2A) $22,099.00 $66,297.00 Deerskin ACCMPS $27,613.00 $82,839.00
$49,712.00 $149,136.00
SUBMITTED BY:
Jackson Creek MFG
(Denton, NC) [Body]
Parkway Ford of Lexington NC
(Lexington, NC) [Cab & Chassis] Ford F-250
Supercab $22,311.40 $66,934.20 Jackson Creek
Custom CM97 $21,328.63 $63,985.89 $43,640.03 $130,920.09
Allan Vigil Ford of Fayetteville
(Fayetteville, GA) 2013 Ford F-250
(Immediate Delivery) $22,464.60 $67,393.80 N O B I D N O B I D
Allan Vigil Ford
(Morrow, GA) Ford F-250
Supercab $22,845.00 $68,535.00 Deerskin Mfg
ACCM6G $27,613.00 $82,839.00 $50,458.00 $151,374.00
PRIDE Enterprises1(Cross City, FL) 2013 Ford F-250
Extended Cab 4 x 2 $24,664.70 $73,994.10 Deerskin ACCM6
Pro Safety w/lighting pkg. $34,082.00 $102,246.00 $58,746.70 $176,240.10
Palfleet Truck Equipment
(Forest Park, GA) N O B I D Deerskin Mfg
ACCMPS $30,547.78 $91,643.34 N O B I D
Team Ford
(Marietta, GA) Ford F-250 (X2A) N O B I D Deerskin ACCM6G N O B I D $51,025.00 $153,075.00
1 Manufacturer, Deerskin, contacted the City stating that they withdraw their
quote for PRIDE Enterprises. Vendor was notified in writing.
The Georgia Statewide Contract price for the cab and chassis is $23,446.00.
The body is not available on Georgia Statewide Contract.
Funds are budgeted in the FY14 Budget as follows: General Fund ? Public Works
? Special Enforcement ? Light Trucks; 0101-260-2400-SPCL-7722.
* * * * * * * *
(G) SWIM GEAR (ANNUAL CONTRACT) - RFB NO. 14-0002
It is requested that Council approve the purchase of swim gear for the
estimated annual contract value of $29,146.50 from The Lifeguard Store, Inc.
The Parks & Recreation Department will purchase, on an ?as needed basis?,
various swim gear such as: 2-piece swim outfits, shorts, swim trunks, caps and
sun visors for pool staff and swimming instructors.
The contract term shall be for two years, with the option to renew for three
additional twelve-month periods, contingent upon the mutual agreement of the
City and the Contractor.
Bid postcard invitations were mailed to ninety-nine vendors and bid
specifications were posted on the web page of the Purchasing Division, the
Georgia Procurement Registry, and DemandStar. Three bids were received on
August 21, 2013. This bid has been advertised, opened and reviewed. The
bidders were:
Estimated Annual Contract Value
The Lifeguard Store, Inc. (Normal, FL) $ 29,146.50
TS Swim (Torrance, CA) $ 8,307.00*
Dive Quarters, Inc. (Virginia Beach, VA) $ 36,873.50
*TS Swim did not bid on all sections of the bid.
Funds are budgeted each fiscal year for this on going expense: General Fund -
Parks & Recreation ? Aquatics ? Operating Materials, Uniforms;
0101-270-4413-AQUT-6728, 6781.
* * * * * *
(H) EXCLUSIVE SOFT DRINK POURING RIGHTS & SOFT DRINK VENDING SERVICES FOR
VARIOUS PARKS & RECREATION LOCATIONS (ANNUAL CONTRACT) - RFP NO. 13-0022
It is requested that Council approve the contract with Coca-Cola Bottling
Company Consolidated to provide exclusive soft drink pouring rights and soft
drink vending services at various parks and recreation locations.
The vendor will furnish all required products, equipment, and labor to insure
refreshments are available for visitors at the various parks and recreation
locations
The term of the contract shall be for ten (10) years. During the 10-year term
of the contract, the vendor will provide monetary incentives to the City to
assist with the purchase of equipment, such as scoreboards; as well as, other
incentives.
Request for proposal invitations were mailed to sixty-seven vendors and
specifications were posted on the web pages of the City, Georgia Procurement
Registry and Onvia DemandStar. This RFP has been advertised, opened and
evaluated. One Proposal was received, March 22, 2013, from the following
offeror:
Coca-Cola Bottling Company Consolidated (Columbus, GA)
The proposal was reviewed by the Evaluation Committee members, which consisted
of representatives from the Parks and Recreation Department.
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. Evaluation
results and a detailed listing of all proposed incentives have been submitted
to the City Manager in a separate memo for information purposes.
The City will incur no expenses regarding this contract. Revenue from
commissions will be deposited: General Fund ? Government Wide Revenue ?
Facilities Rental; 0101-099-1999-REVN-4665.
?ITEM A?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
ALEXANDER CONTRACTING COMPANY, INC. (FORTSON, GA) IN THE AMOUNT OF
$1,347,747.05 FOR THE CONSTRUCTION OF A ROUNDABOUT AT THE INTERSECTION OF SOUTH
LUMPKIN ROAD AND COLUMBUS WATER WORKS ROAD.
WHEREAS, the scope of work includes, but is not limited to, providing
approximately 3,500 linear feet of road pavement improvements, including all
drainage structures; providing pavement markings, traffic signs, lighting, and
landscaping; and providing traffic control and warning devices.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with Alexander Contracting Company, Inc. (Fortson, GA) in the amount
of $1,347,747.05. Funds are budgeted in the FY14 Budget: Paving Fund
Supported Capital Projects ? Road Improvements ? South Lumpkin Road
Improvements; 0508-660-3000-CPPF-7643-21076-20130 & 1999 Sales Tax Project Fund
? 99 SPLOST: 0540-695-2135-TXOM-7641-50611-20130.
_____________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2013 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_____________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM B?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING EXECUTION OF A CONSTRUCTION CONTRACT WITH
ROBINSON PAVING COMPANY (COLUMBUS, GA) IN THE AMOUNT OF $4,925,800.90 FOR THE
WIDENING OF MOON ROAD FROM WHITTLESEY BOULEVARD TO WILBUR DRIVE.
WHEREAS, the section of Moon Road is a two-lane road and the project will widen
the roadway to three lanes, with turning lanes at street intersections. The
construction improvements also include all drainage structures, curb and
gutters, traffic signals, pavement markings, and other appurtenances.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with Robinson Paving Company (Columbus, GA) in the amount of
$4,925,800.90 for the widening of Moon Road from Whittlesey Boulevard to Wilbur
Drive. Funds are budgeted in the FY14 Budget: CBA Bonds ? Road/Street
Resurfacing/Construction ? Road Improvements ? Moon Road Phase II:
Wilbur/Whittlesey; 0559-800-2160-BARS-7643-82051-20100.
______________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ___________, 2013 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM C (1)?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) D4K2 TRACK TYPE
TRACTOR, FROM YANCEY BROS. COMPANY, (FORTSON, GA) IN THE AMOUNT OF $106,900.00,
BY COOPERATIVE PURCHASE, VIA NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT
#060311-CAT.
WHEREAS, the tractor was approved for FY14 via the Integrated Waste
Equipment Purchases [Special Projects II], and will be used at the landfill for
covering and maintaining the items taken in at the landfill.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) D4K2
track type tractor from Yancey Bros. Company, (Fortson, GA), in the amount of
$106,900.00. Funds are budgeted in the GMA Direct Lease Program.
_____________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2013 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM C (2)? ?ITEM C (2)?
A RESOLUTION
NO._____________
RESOLUTION FOR SUPPLEMENTAL LEASES
A RESOLUTION TO AUTHORIZE AND DIRECT THE CITY MANAGER TO EXECUTE ONE OR MORE
LEASE SUPPLEMENTS FOR A LEASE OR LEASES UNDER THE GMA DIRECT LEASING PROGRAM;
TO DESIGNATE SUCH LEASES AS QUALIFIED TAX-EXEMPT OBLIGATIONS; TO PROVIDE AN
EFFECTIVE DATE; AND FOR OTHER PURPOSES.
WHEREAS, the City has entered into a Master Lease (the ?Master Lease?) dated as
of ______________________, with Georgia Municipal Association, Inc. for the
leasing from time to time of certain equipment, machinery or other personal
property pursuant to Supplemental Leases;
NOW THEREFORE, BE IT RESOLVED OR ORDAINED AS FOLLOWS BY THE GOVERNING BODY OF
THE CITY:
1. The City Manager of the City is hereby authorized and directed to execute
and deliver a Lease Supplement pursuant to the Master Lease to put into effect
one or more leases for one (1) D4K2 track type tractor (the ?Leased Property?);
said officer of the City is authorized and directed in the name and on behalf
of the City to execute and deliver (i) one or more Lease Supplements for items
of the Leased Property in substantially the form attached to the Master Lease,
with such changes and additions as may be approved by said officer, and (ii)
such other documents as may be deemed by such officer to be necessary or
desirable to effect the purposes hereof or of the Master Lease, and such
execution shall constitute conclusive evidence that the executed document has
been authorized and approved hereby; the aforesaid officer is further
authorized to do all things necessary or appropriate to effectuate the purposes
hereof.
2. An appropriation in the City?s current operating budget has previously been
made which shall be sufficient to pay the ?Rentals? and the ?Termination
Payment? during the ?Starting Term? under such Lease Supplements; or
(check box if applicable)
An appropriation from unappropriated and unreserved funds in the
City?s current operating budget is hereby made for the ?Rentals? and the
?Termination Payment? during the ?Starting Term? under such Lease Supplements,
and the budget of the City is hereby amended to reflect such appropriation to
the extent necessary.
3. The lease or leases contemplated by the said Lease Supplements are hereby
designated ?Qualified Tax-Exempt Obligations? within the meaning of Section
265(b)(3) of the Internal Revenue Code of 1986, as amended, and said officer
shall be authorized to confirm such designation by execution of appropriate
documents in connection therewith.
4. This authorization shall be effective immediately.
CLERK?S CERTIFICATE
The undersigned hereby certifies that he or she is the Clerk of the Columbus,
Georgia (the ?City?), and that the foregoing is a true copy of the Resolution
or Ordinance [Check One] adopted by the governing body of the City at a meeting
duly held on the _______________, 20___, at which a quorum was present and acting throughout, and that the same
has not been rescinded or modified and is now is in full force and effect.
Given under the seal of the City, this ___________________, 20______.
(SEAL) __________________________________
City Clerk
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _____________, 2013 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM D (1)?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) GRAB-ALLS (2014
FREIGHTLINER M2 106 W/PETERSEN LIGHTNING LOADER), FROM PEACH STATE
FREIGHTLINER, (NORCROSS, GA) AT THE UNIT PRICE OF $113,977.00, FOR A TOTAL
PRICE OF $455,908.00, VIA GEORGIA STATE CONTRACT #99999-SPD-SPD0000039-0002.
WHEREAS, one (1) grab-all was approved in FY13 and three (3) in FY14
via the Integrated Waste Equipment Purchases [Special Projects II] utilizing
GMA Leasing. These vehicles will be used by the staff of Waste Management
(Recycling) to load trash and remove debris off the roadway.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase four (4)
grab-alls (2014 Freightliner M2 106 w/Petersen Lightning Loader) from Peach
State Freightliner, (Norcross, GA) at a unit price of $113,977.00, for a total
price of $455,908.00. Funds are budgeted in the GMA Direct Lease Program.
___________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2013 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
______________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM D (2)?
?ITEM D (2)?
A RESOLUTION
NO._____
RESOLUTION FOR SUPPLEMENTAL LEASES
A RESOLUTION TO AUTHORIZE AND DIRECT THE CITY MANAGER TO EXECUTE ONE OR MORE
LEASE SUPPLEMENTS FOR A LEASE OR LEASES UNDER THE GMA DIRECT LEASING PROGRAM;
TO DESIGNATE SUCH LEASES AS QUALIFIED TAX-EXEMPT OBLIGATIONS; TO PROVIDE AN
EFFECTIVE DATE; AND FOR OTHER PURPOSES.
WHEREAS, the City has entered into a Master Lease (the ?Master Lease?) dated as
of ______________________, with Georgia Municipal Association, Inc. for the
leasing from time to time of certain equipment, machinery or other personal
property pursuant to Supplemental Leases;
NOW THEREFORE, BE IT RESOLVED OR ORDAINED AS FOLLOWS BY THE GOVERNING BODY OF
THE CITY:
1. The City Manager of the City is hereby authorized and directed to execute
and deliver a Lease Supplement pursuant to the Master Lease to put into effect
one or more leases for four (4) grab-alls (the ?Leased Property?); said officer
of the City is authorized and directed in the name and on behalf of the City to
execute and deliver (i) one or more Lease Supplements for items of the Leased
Property in substantially the form attached to the Master Lease, with such
changes and additions as may be approved by said officer, and (ii) such other
documents as may be deemed by such officer to be necessary or desirable to
effect the purposes hereof or of the Master Lease, and such execution shall
constitute conclusive evidence that the executed document has been authorized
and approved hereby; the aforesaid officer is further authorized to do all
things necessary or appropriate to effectuate the purposes hereof.
2. An appropriation in the City?s current operating budget has previously
been made which shall be sufficient to pay the ?Rentals? and the ?Termination
Payment? during the ?Starting Term? under such Lease Supplements; or
(check box if applicable)
An appropriation from unappropriated and unreserved
funds in the City?s current operating budget is hereby made for the ?Rentals?
and the ?Termination Payment? during the ?Starting Term? under such Lease
Supplements, and the budget of the City is hereby amended to reflect such
appropriation to the extent necessary.
3. The lease or leases contemplated by the said Lease Supplements are hereby
designated ?Qualified Tax-Exempt Obligations? within the meaning of Section
265(b)(3) of the Internal Revenue Code of 1986, as amended, and said officer
shall be authorized to confirm such designation by execution of appropriate
documents in connection therewith.
4. This authorization shall be effective immediately.
CLERK?S CERTIFICATE
The undersigned hereby certifies that he or she is the Clerk of the Columbus,
Georgia (the ?City?), and that the foregoing is a true copy of the Resolution
or Ordinance [Check One] adopted by the governing body of the City at a meeting
duly held on the _______________, 20___, at which a quorum was present and
acting throughout, and that the same has not been rescinded or modified and is
now is in full force and effect. Given under the seal of the City, this
___________________, 20______.
(SEAL) __________________________________
City Clerk
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2013 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_____________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM E?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING PAYMENT TO ESRI (REDLANDS, CALIFORNIA) IN THE
AMOUNT OF $37,506.16, FOR THE ANNUAL ARCGIS SOFTWARE MAINTENANCE AND LICENSE
COVERING THE PERIOD FROM NOVEMBER 16, 2013 THROUGH NOVEMBER 15, 2014.
WHEREAS, ESRI is the developer of various software packages used by the GIS
Division, and other departments, for map generation, as well as, for editing
and maintaining the City?s tax parcels, streets zoning and land use databases.
Consequently, the vendor is considered an Only Known Source for the maintenance
and support of the software, per Section 3-114 of the Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to ESRI
(Redlands, California) in the amount of $37,506.16, for the annual ArcGIS
Software Maintenance and License covering the period from November 16, 2013
through November 15, 2014. Funds are budgeted in FY14 Budget: General Fund -
Information Technology ? Software Lease; 0101-210-1000-ISS-6541.
____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2013 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_____________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM F?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) ANIMAL CONTROL TRUCK
CAB AND CHASSIS? (2014 FORD F-250 X2A), FROM BENSON FORD, (EASLEY, SC), AT A
UNIT PRICE OF $22,099.00, FOR A TOTAL OF $66,297.00; AND THREE (3) ANIMAL
CONTROL TRUCK BODIES (JACKSON CREEK CUSTOM CM97), FROM JACKSON CREEK MFG
(DENTON, NC) AT A UNIT PRICE OF $21,328.63, FOR A TOTAL PRICE OF 63,985.89.
THE GRAND TOTAL IS $130,282.89.
WHEREAS, the trucks were approved in the FY13 Vehicle Replacement Program (VRP)
to be used by the staff of the Special Enforcement Division, of the Public
Works Department, to transport animals. These are replacement units.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase three (3) animal
control truck cab and chassis? (2014 Ford F-250 X2A) from Benson Ford, in the
amount of $66,297.00; and, three (3) animal control truck bodies from Jackson
Creek MFG, in the amount of $63,985.89; for a grand total of $130,282.89. Funds
are budgeted in the FY14 Budget as follows: General Fund ? Public Works ?
Special Enforcement ? Light Trucks; 0101-260-2400-SPCL-7722.
____________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2013 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_____________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING AN ANNUAL CONTRACT TO PURCHASE VARIOUS TYPES
OF SWIM GEAR, FROM THE LIFEGUARD STORE, INC., FOR THE ESTIMATED ANNUAL CONTRACT
VALUE OF $29,146.50.
WHEREAS, the Parks & Recreation Department will purchase, on an ?as
needed basis?, various swim gear such as: 2-piece swim outfits, shorts, swim
trunks, caps and sun visors for pool staff and swimming instructors; and,
WHEREAS, the initial contract term shall be for two years, with options
to renew for three additional twelve-month periods, contingent upon the mutual
agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract to purchase various types of swim gear, from The Lifeguard Store,
Inc., for the estimated annual contract value of $29,146.50. Funds are
budgeted each fiscal year for this on going expense: General Fund - Parks &
Recreation ? Aquatics ? Operating Materials, Uniforms, 0101-270-4413-AQUT-6728,
6781.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2013 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM H?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE CONTRACT WITH COCA-COLA BOTTLING COMPANY
CONSOLIDATED TO PROVIDE EXCLUSIVE SOFT DRINK POURING RIGHTS & SOFT DRINK
VENDING SERVICES FOR VARIOUS PARKS & RECREATION LOCATIONS.
WHEREAS, an RFP was administered (RFP No. 13-0022) and one proposal was
received from Coca-Cola Bottling Company Consolidated; and,
WHEREAS, Coca-Cola met all proposal requirements and deemed responsive
to the RFP; and,
WHEREAS, the term of the contract shall be for ten years.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to enter into a contract
with Coca-Cola Bottling Company Consolidated to provide exclusive soft drink
pouring rights and soft drink vending services at various parks and recreation
locations. Revenue from commissions will be deposited: General Fund ?
Government Wide Revenue ? Facilities Rental; 0101-099-1999-REVN-4665.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the day of _____ , 2013 and
adopted at said meeting by the affirmative vote of members of
said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
______________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
Attachments
No attachments for this document.