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



October 25, 2016



Agenda Report # 52



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) FLATBED DUMP TRUCKS ? GEORGIA STATEWIDE CONTRACT



It is requested that Council approve the purchase of two (2) 10' Crew Cab

Flatbed Dump Trucks in the amount of $39,688.00 per unit, for a total price of

$79,376.00; one (1) 10' Crew Cab Flatbed Dump Truck in the amount of

$39,875.00; and one (1) 12' Regular Cab Flatbed Dump Truck in the amount of

$41,471.00; from Wade Ford (Smyrna, GA), for a grand total price of

$160,722.00, via Georgia State Contract #99999-SPD-SPD0000039-0003.



Three (3) vehicles will be used by staff of the Street Division to travel to

and from work sites, and one (1) vehicle will be used by the Street Division

manager to travel about the City inspecting crews and conducting City

business. These are replacement vehicles.



Funds are budgeted in the FY17 Budget: Paving Fund ? Public Works ? Repairs

and Maintenance ? Light Trucks; 0203-260-3110-REPR-7722.



* * * * * *



(B) 18YD TANDEM DUMP TRUCKS ? GEORGIA STATEWIDE CONTRACT



It is requested that Council authorize the purchase of two (2) 2017 18yd Tandem

Dump Trucks, from Peach State Freightliner (Norcross, GA), at a unit price of

$137,957.00, for a total price of $275,914.00, via Georgia State Contract

#99999-SPD-SPD0000039-0002.



These vehicles will be used by the staff of the Street Division to haul dirt,

rock, and other materials for projects as it relates to other

divisions/department requests. These are replacement vehicles.



Funds are budgeted in the FY17 Budget: Paving Fund ? Public Works ? Repairs

and Maintenance ? Heavy Trucks; 0203-260-3110-REPR-7723.



* * * * * *



(C) FULL SIZE 4X4 ? TON CREW CAB 4-DOOR PICKUP TRUCKS ? GEORGIA STATEWIDE

CONTRACT



It is requested that Council authorize the purchase of two (2) Full Size 4x4 ?

Ton Crew Cab 4-Door Pickup Trucks (2017 Ford F-150), from Allan Vigil Ford

(Morrow, GA), at a unit price of $30,483.00, for a total price of $60,966.00,

via Georgia State Contract #99999-SPD-ES40199373-002.



These vehicles will be used by supervisors of the Street Division to go to job

sites, and to deliver various tools and supplies to work crews at work sites as

needed. The vehicles will also be used to transport employees to and from work

sites, as well as, transporting employees to and from the random drug testing

location. These are replacement vehicles.



Funds are budgeted in the FY17 Budget: Paving Fund ? Public Works ? Repairs

and Maintenance ? Light Trucks; 0203-260-3110-REPR-7722.



* * * * * *



(D) TRAFFIC SAFETY EQUIPMENT (ANNUAL CONTRACT) - RFB NO. 17-0006



It is requested that Council approve the purchase of traffic safety equipment

from Bullzeye Equipment and Supply (Moncks Corner, SC), for the estimated

annual contract value of $67,185.64. The equipment, which includes:

barricades, barricade lights, traffic cones, drums, safety flags, etc., will be

purchased by the Public Works Department on an ?as needed? basis.



The initial contract period will be for two (2) years, with the option to renew

for three (3) additional twelve-month periods.



Bid specifications were posted on the web pages of the Purchasing Division and

the Georgia Procurement Registry. Twelve (12) bids were received on August 10,

2016. This bid has been advertised, opened and reviewed. The bidders were:









Funds are budgeted each fiscal year for this ongoing expense: Various

Departments - Operating Materials; 6728.



* * * * * *



(E) FALL LINE TRACE RIVERLINK ? RFB NO. 17-0018



It is requested that Council authorize the execution of a construction contract

with Southeastern Site Development, Inc. (Newnan, GA) in the amount of

$1,812,121.42 for the construction of the Fall Line Trace Riverlink.



The scope of work includes constructing a concrete multiuse trail connecting

the existing Fall Line Trace and Riverwalk. The trail will be constructed

along 10th Avenue, Linwood Boulevard, 5th Avenue, and 14th Street. The work

primarily involves installation of the concrete path, concrete curb and gutter,

and landscaping.



Bid specifications were posted on the web pages of the Purchasing Division and

Georgia Procurement Registry. Three (3) bids were received on October 12,

2016. This bid has been advertised, opened and reviewed. The bidders were:



Contractors Total Unit Price Bid DBE

Participation

Southeastern Site Development, Inc. (Newnan, GA) $ 1,812,121.42 10.4%

Lewallen Construction Company, Inc. (Marietta, GA) ?1,774,170.13 12.4%

Earth-Scapes, Inc. (Phenix City, AL) 2,142,963.00 9.4%



? In accordance with the Georgia Security and Immigration Compliance Act,

Section 13-10-91 (b)(1), ?Before a bid for any such service is considered by a

public employer, the bid shall include a signed, notarized affidavit from the

contractor??. Lewallen Construction Company, Inc. did not include a notarized

Georgia Security and Immigration Compliance Act (E-Verify) affidavit.

Therefore, the bid from Lewallen Construction Company, Inc. was deemed

non-responsive and did not receive further consideration for award.



Funds are budgeted in the FY17 Budget: 1999 SPLOST ? Walk Trails/Trolley ?

General Construction; 0540-695-2136-TXWT-7661-53017-20160.



* * * * * *



(F) AUCTIONEER SERVICES (ANNUAL CONTRACT) ? RFP NO. 16-0020



It is requested that Council authorize the execution of a contract with Evans

Auctioneers, Inc., (Columbus, GA) to perform Auctioneer Services for various

City departments.



Evans Auctioneers, Inc., will provide all labor and equipment to provide the

following services, but not limited to:



A. Set up and perform auction

B. Photograph and inventory auction items

C. Post advertisements on internet, create brochures, and place advertisements

in local newspaper

D. In the case of heavy equipment, heavy trucks, autos, etc., will give

consideration for TV commercials

E. Provide uniformed security



The initial term of the contract shall be for two (2) years, with the option to

renew for three (3) additional twelve-month periods. The contract renewal will

be contingent upon the mutual agreement of the City and the Contractor.



Annual Contract History:



The previous five-year contract was awarded on August 9, 2011 (Resolution No.

281-11) to The Auction Way Company (LaGrange, GA).



RFP Advertisement and Receipt of Proposals:

RFP specifications were posted on the web pages of the Purchasing Division and

the Georgia Procurement Registry on June 9, 2016. This RFP has been

advertised, opened and evaluated. Proposals were received on July 8, 2016 from

the following vendors:



Evans Auctioneers, Inc. (Columbus, GA)

Ritchie Bros. Auctioneers (Newnan, GA)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 07/20/16 The Purchasing Manager advised evaluation committee

members of the RFP rules and process, and provided an overview.



Proposals were disbursed to each committee member for review. Committee members

provided availability for 1st Evaluation meeting.

First Evaluation Meeting 08/16/2016 Committee discussed proposals from both vendors. No

additional clarifications were requested in regard to proposals. Voting

members stated they were ready to complete evaluation forms.

Evaluation Forms Sent to Committee 08/16/2016 Evaluation forms forwarded to voting

committee members

Evaluation Forms/Results 09/20/16 Evaluation forms were completed and returned to Purchasing

for compilation results. The results were sent to the Evaluation Committee

members.

Recommendation received 09/21/16 Via email, the committee members unanimously voted to

award to the highest ranked vendor.





Evaluation Committee:

The proposals were reviewed by the Evaluation Committee, which consisted of (2)

voting members from the Public Works Department, and (1) voting member from the

Transportation Department. A representative from the Purchasing Division

(Surplus Equipment Coordinator) served as a non-voting advisor.



Award Recommendation:

The evaluation committee deemed the proposal from Evans Auctioneers, Inc., most

responsive to the RFP specifications. Therefore, the Evaluation Committee, as

reflected by their comments provided below, recommends award of the contract to

Evans Auctioneers, Inc., for the following reasons:



? Evans Auctioneers has a wealth of experience and qualified employees.

? Evans Auctioneers has outlined a plan that would give our auctions a wide

range of exposure, inside and outside of Georgia. Vendor states they will use

the local newspaper and signage in the Columbus area which will attract local

bidders.

? Evans Auctioneers provided good references, having performed auctions for

other municipalities in the last year.

? The vendor has good innovative and alternative methods of services, as

described in their proposal.

? The commission and fees the vendor charges are very reasonable, and put more

of the cost on the buyer therefore giving the City a higher return.

Vendor Experience/Qualifications:

Evans Auctioneers, Inc., has been engaged in the Auctioneer business in the

State of Georgia for 31 years. The business operated under the name Anne?s

Estate Auctions, Inc., for 27 years; and the last four (4) years have been

under the present name.



? The principal auctioneer for Evans Auctioneers, Inc., is John W. Smith,

Georgia License #AU-C002909.

? The vendor currently employs two (2) additional Licensed Auctioneers. Eric

Jordan (GA License #AU003373) and Sherry Spence (GA License #AU003729).

? Evans Auctioneers, Inc., is bonded and insured by J. Smith Lanier.

? Evans Auctioneers retains employees with knowledge of the requirements of the

Georgia Department of Revenue Motor Vehicle Unit regarding transferring and

titling.

? Evans Auctioneers employees are qualified and trained to perform the tasks

of: clerking, cashiering, bookkeeping, totaling, settlement and formulation of

reports suitable for government audits.

References

o City of Panama City Beach Police Department (Panama City, FL)



o Columbus Water works (Columbus, GA)

o Forsyth County (Cumming, GA)

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 RFP process, there is no formal opening due to the

possibility of negotiated components of the proposal. In the event City

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

Therefore, the evaluation results and cost information has been submitted to

the City Manager in a separate memo for informational purposes.



Revenue from the auctions will be deposited as follows: General Fund ?Sale of

Surplus Equipment; 0101-0999-1999-REVN-4907.



******



(G) SURPLUS EQUIPMENT



It is requested that Council declare the equipment shown on the attached lists

as surplus in accordance with Section 7-501 of the Charter of Columbus

Consolidated Government; additionally, approval is requested to declare any

items as surplus, which may be added to the list prior to the auction(s). The

equipment has either been replaced or placed out of service due to excess

maintenance cost.







The surplus items will be disposed of by auction on a date to be determined.

Some items may be sold online through GovDeals or formal bid, whichever method

is most appropriate for the asset. GovDeals provides an online service to

government agencies to facilitate the sale of surplus items via the Internet.



Revenue from the auction will be deposited in the General Fund - Sale of

Surplus Equipment; 0101-099-1999-REVN-4907.



* * * * * *



(H) STUMP GRINDER WITH TRACKS AND TRAILER ? RFB NO. 17-0017



It is requested that Council authorize the purchase of one (1) Stump Grinder

with Tracks and Trailer for a grand total cost of $55,938.00. The Stump

Grinder with Tracks (2016 Vermeer SC60TX-R) will be purchased from Vermeer

Southeast Sales & Service, Inc. (Marietta, GA), at a cost of $50,938.00; the

trailer attachment (18' Rollin-S) will be purchased from Mason Tractor Company

(McDonough, GA), at a cost of $4,100.00.



The equipment was approved in the 2017 Budget and will be used by the staff of

the Urban Forestry and Beautification Right of Way Maintenance Division for

grinding stumps from City right-of-ways and other City properties. This is a

replacement unit.



Bid specifications were posted on the web page of the Purchasing Division, and

the Georgia Procurement Registry. Three (3) bids were received on September

28, 2016. This bid has been advertised, opened and reviewed. The bidders were:



OPTION 1: Stump Grinder with Tracks ONLY OPTION 2: 18' Trailer ONLY OPTION 3: Stump

Grinder

with Tracks and 18' Trailer

Vendors Manufacturer/Model Unit Price Manufacturer/Model Unit Price Unit Price

Vermeer Southeast Sales & Service, Inc. (Marietta, GA) 2016 Vermeer SC60TX-R $50,938.00 2016

Custom 3.5 Ton Tilt Trailer $5,277.00 $56,215.00

Mason Tractor Company

(McDonough, GA) Bandit 2650T $57,000.00 Rollin-S $4,100.00 $61,100.00

J. P. Carlton Company

(Spartanburg, SC) J. P. Carlton Co.

2017 Carlton SP79015TRX $64,665.00 Hudson Brothers 2016 HD-14 $4,751.00 $69,416.00



Funds are budgeted in the FY17 Budget as follows: Paving Fund ? Public Works ?

Right of Way Maintenance ? Capital Expend ? Over $5,000;

0203-260-3120-ROWM-7761.



* * * * * *



(I) JUVENILE DRUG COURT TREATMENT PROVIDERS (ANNUAL CONTRACT) ? RFP NO. 16-0009



It is requested that Council authorize the contract with Infinity Services

Group, LLC (Columbus, GA) to provide treatment for Anger Management; A Way Out,

Inc. (Columbus, GA) to provide treatment for Crisis intervention and In-home

Counseling and Dr. Robert Carlson (Salem, AL) to provide treatment for

Individual and Family Counseling and Psychological Evaluation Drug Court

participates.



The Juvenile Drug Court Program is a voluntary program for juveniles charged

with drug-related non-violent crimes. The Drug Court will empower juvenile

offenders to live drug-free lives and become law-abiding citizens by:

? involving the juvenile's family

? providing intensive court supervision, counseling, school performance

monitoring, and linkage to community resources

? measuring these objectives by drug screens, recidivism rates, school records,

and periodic assessments

? salvaging a life, one juvenile at a time

The initial term of this contract shall be for one (1) year with the option to

renew for four (4) additional twelve-month periods.



Annual Contract History:

The current five-year contract with New Horizon Community, Dr. Robert Carlson

and A Way Out, Inc. was awarded on February 8, 2011 and November 27, 2012

(Resolution No. 74-11 & 343-12). The contract was extended for the current

contractors through October 31, 2016 to allow for the re-advertisement and

award of a new contract.



RFP Advertisement and Receipt of Proposals:

RFP specifications were posted on the web pages of the Purchasing Division and

the Georgia Procurement Registry on January 12, 2016. This RFP has been

advertised, open and evaluated. Proposals were received on February 5, 2016

from the following vendors:



A Way Out, Inc. (Columbus, GA)

Dr. Robert Carlson (Salem, AL)

Infinity Services Group, LLC (Columbus, GA)

Irie?s Community Development Center, Inc. (College Park, GA)

Twin Cedars Youth & Family Services, Inc. (LaGrange, GA)

Kenneth B. Walker Residential Home for Boys (Columbus, GA)

Project Rebound, Inc. (Columbus, GA)

Everlasting Peace Counseling (Columbus, GA)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Committee Meeting 02/22/16 The Purchasing Manager advised evaluation

committee members of the RFP rules and process. The designee of the Project

Manager provided an overview and expectations of the project. Proposals were

disbursed to each committee member to review.

1st Evaluation Committee Meeting 04/15/16 Discussed each of the eight proposals

received. The evaluation committee requested clarifications from the eight

vendors.

Received Contract Specification Change from Project Manager 05/11/16 The Project Manager

informed Purchasing that the pay rate for Psychological Evaluator had to be

changed for providing services at Regional Youth Detention Center.

Question/Clarification Requests Sent to the Eight Vendors 05/13/16 Letters were

sent to the eight vendors informing of the pay rate change and the

clarifications requested from the evaluation committee members.

Received Clarification Responses 05/19/16 Received clarification responses from

the eight vendors.

Notification Sent to the Evaluation Committee of the Vendor Responses 05/20/16

Clarifications received from the vendors were emailed to the evaluation

committee.

Evaluation Notification from the Evaluation Committee 05/24/16 The evaluation committee

notified purchasing that they were ready to evaluate the eight vendors.

Evaluation forms sent 05/27/16 Evaluation forms were emailed to the evaluation

committee members.

Evaluation forms received 06/07/16 Evaluation forms received from evaluation

committee members.

Evaluation forms returned 07/1/16 Evaluation forms were sent back to evaluation committee

for clarifications.

Evaluation forms completed 08/29/16 Evaluation forms were completed and returned to

Purchasing for compilation results.

Evaluation Results 10/17/16 Results were sent to Evaluation Committee members for

review.

Recommendation received 10/18/16 Evaluation Committee voted to award to highest ranked

vendor per treatment area.



Evaluation Committee:

The proposals were reviewed by the Evaluation Committee members, which

consisted of (1) voting member from the Muscogee County Juvenile Drug Court,

(1) voting member from Muscogee County Adult Drug Court, (1) voting member from

the Department of Juvenile Justice and (1) representative from Muscogee County

Juvenile Drug Court served as a non-voting advisor.



Award Recommendation:



Anger Management Specialist

The evaluation committee deemed the proposal from Infinity Service Group, LLC.,

most responsive to the RFP specifications for Anger Management. Therefore, the

Evaluation Committee, as reflected by their comments provided below, recommends

award of the contract to Infinity Service Group, LLC., for Anger Management for

the following reasons:



? Infinity Service Group, LLC., service plan was well developed.

? Infinity Service Group, LLC., provided a clear and concise service plan for

providing anger management services to Muscogee County Juvenile Drug Court.

? The service plan provided is very detailed to include the number of sessions,

groups will be facilitated by the LPC, and the treatment module, Cognitive

Behavioral Therapy will be utilized. Parents are encouraged to attend two

sessions for parental involved which is a plus.



Infinity Service Group, LLC. (Columbus, GA)



Vendor Experience/Qualifications:

? Infinity Service Group, LLC. has 15 years of experience in mental health and

substance abuse service provision, child and family assessments, wrap-around

services, forensic interviewing and program development



? In 2005 the owner of Infinity Service Group, LLC joined a non-profit, human

services, agency in Columbus, GA, where she provided clinical and executive

oversight for services including Comprehensive Child and Family Assessments,

wrap around services, therapy, group facilitation and training for fostering

and adoptive parents.



? The owner of Infinity Service Group, LLC. initially provided case management

services in the public health sector in the late 90?s. She began completing

child and family assessments under the Department of Human Resources (DHR)

First Placement Best Placement Program dating back to 2001 and providing

in-home therapy and case management services to numerous families as a result

of the assessments.



Client Work History:

? Group Facilitator for Spectrum Health System, Inc. provides Facilitate

Substance Abuse aftercare groups for probationers and parolees, provide

life/social skills training.

? 2005-2012 as Executive Director/Clinical Director for Project Rebound, Inc.,

she provided Family Assessments, wrap around services, home studies and

evaluations. She also provided individual, group and family therapy, training

and substance abuse assessments.

? Therapist for New Horizons Community Service Board, provided individual and

family therapy for Medicare and Medicaid clients.



Crisis Intervention & In-Home Counseling

The evaluation committee deemed the proposal from A Way Out, Inc., most

responsive to the RFP specifications for Crisis Intervention and In-Home

Counseling. Therefore, the Evaluation Committee, as reflected by their

comments provided below, recommends award of the contract to A Way Out, Inc.,

for Crisis Intervention and In-Home Counseling for the following reasons:



? A Wat Out, Inc., is qualified and has a great deal of experience providing

crisis intervention services and In-Home Counseling to the Juvenile Drug Court.



? A Way Out, Inc., has two license Professional Counselor, one having a

Doctorate in Psychology, both have a reputable work history in the mental

health field.



A Way Out, Inc. (Columbus, GA)



Vendor Experience/Qualifications:

? A Way Out, Inc., a Columbus based, minority owned business was established in

1997.



? A Way Out, Inc., delivers intentional, intensive, direct, crisis-oriented,

and short-term intervention counseling services to families where juveniles are

at risk of imminent placement and/or exhibit behavioral issues.



? A Way Out, Inc. has had an 85% success rate upon the clients completing our

training and intervention program.



Client Work History:

? A Way Out, Inc. has provided parenting classes and In-Home Counseling to the

Juvenile Drug Court participates.



? A Way Out, Inc. has provided Substance Abuse Classes to Muscogee County

Prison.



? A Way Out, Inc., has provided Self-Esteem Workshop training to the English

Department at Jordan High School.



Individual and Family Counseling & Psychological Evaluation

The evaluation committee deemed the proposal from Dr. Robert Carlson, most

responsive to the RFP specifications for Individual and Family Counseling and

Psychological Evaluation. Therefore, the Evaluation Committee, as reflected by

their comments provided below, recommends award of the contract to Dr. Robert

Carlson, for Individual and Family Counseling and Psychological Evaluation for

the following reasons:



? Dr. Robert Carlson, has a specific plan to counsel the youth and families of

the Muscogee County Juvenile Drug Court.

? Dr. Robert Carlson service plan includes evidence-based treatment as it

relates to criminogenic, addicted youth in the Columbus, GA area.

? Dr. Robert Carlson is well organized and thorough, the manner in which the

assessments will be performed has been outlined in his proposal.

? Dr. Robert Carlson has done many psychological evaluations and psychosocial

evaluations.



Dr. Robert Carlson (Salem, AL)



Vendor Experience/Qualifications:

? Dr. Carlson is a Licensed Professional Counselor and research Psychologist

with 30 years? experience providing psychological services in the clinical

mental health setting.



? Dr. Carlson is highly qualified and has a great deal of experience with

Juvenile Drug Court.



? Dr. Carlson has a Ph.D. in cognitive psychology from Emory University,

granted in 1992. He has a Master degree in counseling and psychology.

? Dr. Carlson is a certified Mental Health Counselor, Master Addiction

Counselor and a Certified Professional Counselor supervisor.



Client Work History:

? Dr. Carlson has worked and performed psychological and counseling services

for the following clients for the past 10 years:

o Columbus Psychological Associates

o Muscogee County Juvenile Drug Court

o Troy University



The City?s Procurement Ordinance, Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the process of an RFP there is no formal opening, due

to the possibility of negotiated components of the proposal. No proposal

responses or any negotiated components are made public until after the award of

the contract. If Council does not approve the recommended offeror,

negotiations may begin with the next highest ranked vendor(s) or the RFP

specifications may be re-advertised. The evaluation results and cost

information has been submitted to the City Manager in a separate memo for

informational purposes.



Funds are budgeted each fiscal year for this ongoing service: Lost - Public

Safety ? Executive ? Juvenile Drug Court ? Contractual Services;

0102-110-9905-LOST-6319, and County Drug Abuse Treatment Fund ? Superior Court

? DATE/Drug Court-Contractual Services; 0224-500-3123-JRDG-6319.









?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) 10' CREW CAB FLATBED DUMP

TRUCKS IN THE AMOUNT OF $39,688.00 PER UNIT, FOR A TOTAL PRICE OF $79,376.00;

ONE (1) 10' CREW CAB FLATBED DUMP TRUCK IN THE AMOUNT OF $39,875.00; AND ONE

(1) 12' REGULAR CAB FLATBED DUMP TRUCK IN THE AMOUNT OF $41,471.00; FROM WADE

FORD (SMYRNA, GA), FOR A GRAND TOTAL PRICE OF $160,722.00, VIA GEORGIA STATE

CONTRACT #99999-SPD-SPD0000039-0003.



WHEREAS, three (3) vehicles will be used by staff of the Street Division to

travel to and from work sites, and one (1) vehicle will be used by the Street

Division manager to travel about the City inspecting crews and conducting City

business. These are replacement vehicles.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) 10' Crew Cab

Flatbed Dump Trucks in the amount of $39,688.00 per unit, for a total price of

$79,376.00; one (1) 10' Crew Cab Flatbed Dump Truck in the amount of

$39,875.00; and one (1) 12' Regular Cab Flatbed Dump Truck in the amount of

$41,471.00; from Wade Ford (Smyrna, GA), for a grand total price of

$160,722.00. Funds are budgeted in the FY17 Budget as follows: Paving Fund ?

Public Works ? Repairs and Maintenance ? Light Trucks; 0203-260-3110-REPR-7722.



__________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the______ day of ____________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 THE PURCHASE OF TWO (2) 2017 18YD TANDEM DUMP TRUCKS

FROM PEACH STATE FREIGHTLINER (NORCROSS, GA), AT A UNIT PRICE OF $137,957.00,

FOR A TOTAL PRICE OF $275,914.00, VIA GEORGIA STATE CONTRACT

#99999-SPD-SPD0000039-0002.



WHEREAS, these vehicles will be used by staff of the Street Division to haul

dirt, rock, and other materials for projects as it relates to other

divisions/department requests. These are replacement vehicles.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) 2017 18yd Tandem

Dump Trucks from Peach State Freightliner (Norcross, GA), for a unit price of

$137,957.00, and a total price of $275,914.00. Funds are budgeted in the FY17

Budget as follows: Paving Fund ? Public Works ? Repairs and Maintenance ?

Heavy Trucks; 0203-260-3110-REPR-7723.



________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM C?



A RESOLUTION

NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) FULL-SIZE 4X4 ? TON CREW CAB

4-DOOR PICKUP TRUCKS (2017 FORD F-150) IN THE AMOUNT OF $30,483.00 PER UNIT,

FOR A TOTAL PRICE OF $60,966.00 FROM ALLAN VIGIL FORD (MORROW, GA), VIA GEORGIA

STATE CONTRACT #99999-SPD-ES40199373-002.



WHEREAS, these vehicles will be used by supervisors of the Street Division to

go to job sites, and to deliver various tools and supplies to work crews at

work sites as needed. The vehicles will also be used to transport employees to

and from work sites, as well as, transporting employees to and from the random

drug testing location. These are replacement vehicles.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) Full Size 4x4 ?

Ton Crew Cab 4-Door Pickup Trucks (2017 Ford F-150), from Allan Vigil Ford

(Morrow, GA), at a unit price of $30,483.00, for a total price of $60,966.00.

Funds are budgeted in the FY17 Budget as follows: Paving Fund ? Public Works ?

Repairs and Maintenance ? Light Trucks; 0203-260-3110-REPR-7722.



___________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the______ day of ____________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM D?





A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF TRAFFIC SAFETY EQUIPMENT FROM BULLZEYE

EQUIPMENT AND SUPPLY, FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $67,185.64.



WHEREAS, the equipment, which includes: barricades, barricade lights, traffic

cones, drums, safety flags, etc., will be purchased by the Public Works

Department on an ?as needed? basis; and,



WHEREAS, the initial contract period will be for two (2) years, with the option

to renew for three (3) additional twelve-month periods.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase traffic safety equipment

from Bullzeye Equipment and Supply for the estimated annual contract value of

$67,185.64. Funds are budgeted each fiscal year for this ongoing expense:

Various Departments - Operating Materials; 6728



_____________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

SOUTHEASTERN SITE DEVELOPMENT, INC. (NEWNAN, GA) IN THE AMOUNT OF $1,812,121.42

FOR THE CONSTRUCTION OF THE FALL LINE TRACE RIVERLINK.



WHEREAS, the scope of work includes constructing a concrete multiuse trail

connecting the existing Fall Line Trace and Riverwalk. The trail will be

constructed along 10th Avenue, Linwood Boulevard, 5th Avenue, and 14th Street.

The work primarily involves installation of the concrete path, concrete curb

and gutter, and landscaping.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to execute a construction contract

with Southeastern Site Development, Inc. (Newnan, GA) in the amount of

$1,812,121.42, for the construction of the Fall Line Trace Riverlink. Funds

are budgeted in the FY17 Budget: 1999 SPLOST ? Walk Trails/Trolley ? General

Construction; 0540-695-2136-TXWT-7661-53017-20160.



________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_____ day of____________________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 EXECUTION OF A CONTRACT WITH EVANS AUCTIONEERS,

INC. (COLUMBUS, GA), TO PROVIDE AUCTIONEER SERVICES TO PROVIDE AUCTIONEER

SERVICES ON AN ?AS NEEDED? BASIS.



WHEREAS, an RFP was administered (RFP No. 16-0020) and two (2) proposals were

received; and,



WHEREAS, the proposal submitted by Evans Auctioneers, Inc., met all proposal

requirements and was evaluated most responsive to the RFP; and,



WHEREAS, the term of this contract shall be for two (2) years, with the option

to renew for three (3) consecutive twelve-month periods. Contract renewal will

be based upon the vendor?s service during the previous contract term and 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 enter into a contract with Evans

Auctioneers, Inc., Company to provide auctioneer services. Revenue from the

auction(s) will be deposited in the General Fund ? Sale of Surplus Equipment;

0101-099-1999-REVN-4907.

________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of __________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 THE DECLARATION OF EQUIPMENT SHOWN ON THE ATTACHED

LIST AS SURPLUS IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS

CONSOLIDATED GOVERNMENT; ADDITIONALLY, APPROVAL IS REQUESTED TO DECLARE ANY

ITEMS AS SURPLUS WHICH MAY BE ADDED TO THE LIST PRIOR TO THE AUCTION. THE

EQUIPMENT HAS EITHER BEEN REPLACED OR PLACED OUT OF SERVICE DUE TO EXCESS

MAINTENANCE COST.



WHEREAS, the list of surplus items are as follows:







WHEREAS, the surplus items will be disposed of by auction on a date to be

determined. The City?s contracted auctioneer, will conduct the auction. Some

items may be sold online through GovDeals or formal bid, whichever method is

most appropriate for the asset. GovDeals provides an online service to

government agencies to facilitate the sale of surplus items via the Internet.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to declare the equipment shown on

the attached lists as surplus, in accordance with Section 7-501 of the City

Charter; the City Manager is further authorized to declare any items as surplus

which may be added to the list prior to the auction. Revenue from the auction

will be deposited in the General Fund - Sale of Surplus Equipment;

0101-099-1999-REVN-4907.





Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 PURCHASE OF ONE (1) STUMP GRINDER WITH TRACKS AND

TRAILER FOR A GRAND TOTAL COST OF $55,938.00. THE STUMP GRINDER WITH TRACKS

(2016 VERMEER SC60TX-R) WILL BE PURCHASED FROM VERMEER SOUTHEAST SALES &

SERVICE, INC. (MARIETTA, GA), AT A COST OF $50,938.00; THE TRAILER ATTACHMENT

(18' ROLLIN-S) WILL BE PURCHASED FROM MASON TRACTOR COMPANY (MCDONOUGH, GA) AT

A COST OF $4,100.00.



WHEREAS, the equipment was approved in the FY17 Budget and will be used by

staff of the Urban Forestry and Beautification Right of Maintenance Division

for grinding stumps from City right-of-ways and other City properties. This is

a replacement unit.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) Stump Grinder

with Tracks and Trailer for a grand total cost of $55,938.00. The Stump

Grinder with Tracks (Vermeer SC60TX-R) will be purchased from Vermeer Southeast

Sales & Service, Inc. (Marietta, GA), at a cost of $50,938.00; the trailer

attachment (18' Rollin-S) will be purchased from Mason Tractor Company

(McDonough, GA), at a cost of $4,100.00. Funds are budgeted in the FY17 Budget

as follows: Paving Fund ? Public Works ? 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______________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM I?

A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING A CONTRACT WITH INFINITY SERVICES GROUP, LLC

(COLUMBUS, GA) TO PROVIDE TREATMENT FOR ANGER MANAGEMENT, A WAY OUT, INC.

(COLUMBUS, GA) TO PROVIDE TREATMENT FOR CRISIS INTERVENTION AND TREATMENT FOR

IN-HOME COUNSELING, AND DR. ROBERT CARLSON (SALEM, AL) TO PROVIDE TREATMENT FOR

INDIVIDUAL AND FAMILY COUNSELING AND TREATMENT FOR PSYCHOLOGICAL EVALUATION TO

JUVENILE DRUG COURT PARTICIPANTS.



WHEREAS, an RFP was administered (RFP No. 16-0009) and eight proposals were

received from:

A Way Out, Inc. (Columbus, GA), Dr. Robert Carlson (Salem, AL), Infinity

Services Group, LLC (Columbus, GA), Irie?s Community Development Center, Inc.

(College Park, GA), Twin Cedars Youth & Family Services, Inc. (LaGrange, GA),

Kenneth B. Walker Residential Home for Boys (Columbus, GA), Project Rebound,

Inc. (Columbus, GA) and Everlasting Peace Counseling and Support Services

(Columbus, GA); and,



WHEREAS, Infinity Services Group, LLC. (Columbus, GA) was deemed most

responsive to the RFP to provide treatment for Anger Management Counseling, A

Way Out, Inc. (Columbus, GA) was deemed most responsive to the RFP to provide

treatment for Crisis Intervention and In-Home Counseling and Dr. Robert Carlson

(Salem, AL) was deemed most responsive to the RFP to provide treatment

Individual and Family Counseling and Psychological Evaluation to Juvenile Drug

Court; and,



WHEREAS, the term of this contract shall be for one (1) year with the option to

renew for four (4) additional twelve-month periods.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:

That the City Manager is hereby authorized to enter into a contract with A Way

Out, Inc. (Columbus, GA). to provide treatment for Crisis Intervention and

In-home Counseling, Dr. Robert Carlson (Salem, AL) to provide treatment for

Individual and Family Counseling and Psychological Evaluation and Infinity

Services Group, LLC (Columbus, GA) to provide treatment for Anger Management

Counseling to Juvenile Drug Court participants. Funds are budgeted each fiscal

year for this ongoing service: Lost/ Public Safety Fund ? Executive ? Juvenile

Drug Court ? Contractual Services; 0102-110-9905-LOST-6319, and County Drug

Abuse Treatment Fund ? Superior Court ? DATE/Drug Court-Contractual Services;

0224-500-3123-JRDG-6319.



______________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of _____________________, 2016 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 Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

Attachments


Back to List