Agenda Item # 10
Columbus Consolidated Government
Council Meeting
April 23, 2013
Agenda Report # 67
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) FF&E FOR THE RECYCLING CENTER ? RFB NO. 13-0040
It is requested that Council authorize the purchase of furniture for the
Recycling Center from Malone Office Environments (Columbus, GA) in the amount
of $45,892.73. The furniture consists of a desk, a credenza, various types of
chairs, and various types of tables.
The attachment below lists the furniture required at the Recycling Center.
Furniture currently being utilized has been identified to replace some of the
furniture requested to be purchased for the Recycling Center. This furniture
will become available after departments move to the Citizens Service Center.
The potential savings amount to $3,308.85.
Postcard invitations were mailed to sixty-five vendors, and bid specifications
were posted on the websites of the City, Georgia Procurement Registry, and
DemandStar. This bid has been advertised, opened and reviewed. One bid was
received on February 27, 2013 from the Malone Office Environments.
The Purchasing Division performed a research to determine why other vendors did
not submit a bid. The reasons were the other vendors did not provide the
specified brands and/or the vendors were tied up on other bids of this nature.
On March 5, 2013, the Purchasing Division opened the bid from Malone Office
Environments.
Funds are budgeted in the FY13 Budget: 2010 CBA Bonds ?
Recycling/Sustainability Center ? General Construction ? Recycling Center;
0559-800-2150-BARE-7661-82005-20100.
* * * * * *
(B) MID-SIZE 4 x 4 SUV's
It is requested that Council authorize the purchase of five (5) Mid-Size 4x4
SUVs (Ford Explorer Base 4x4), from Rivertown Ford, (Columbus, GA) in the
amount of $116,890.00.
These vehicles were approved via the Vehicle Replacement Program (VRP). Three
(3) will be used by the Inspections & Code Department. The remaining two (2)
vehicles will be used by the Tax Assessor?s Office.
Rivertown Ford was the awarded vendor for RFB 13-0021, and has agreed to
provide the additional SUVs for the awarded bid price of $23,378.00 per unit,
for a total of $116,890.00.
Funds are budgeted in the FY13 Budget as follows:
Inspections & Code ($70,134.00): General Fund ? Community and Development ?
Inspections & Code Enforcement ? Light Trucks; 0101-240-2200-INSP-7722.
Tax Assessor?s Office ($46,756.00): General Fund ? Boards and Commissions ?
Tax Assessor ? Light Trucks; 0101-290-1000-TAXA-7722.
* * * * * * * *
(C) Oakland Park Storm Drainage Improvements Phase I ? RFB No. 13-0047
It is requested that Council authorize the execution of a construction contract
with Landmark Grading Company, Inc. (Ft. Mitchell, AL) in the amount of
$658,993.80 for storm drainage improvements in Oakland Park.
The work will be performed in the Howe Avenue area (Sub-Basin ?C?) and the
South Plant Road area (Sub-Basin ?M?) of Oakland Park. The Contractor shall be
required to maintain public access to all residences located within the project
area and maintain normal traffic.
Bid postcard invitations were mailed to ninety-eight vendors and bid
specifications were posted on the web pages of the Purchasing Division, the
Georgia Procurement Registry, and Onvia DemandStar. Six bids were received on
March 27, 2013. This bid has been advertised, opened and reviewed. The
bidders were:
CONTRACTOR BID AMOUNT
Landmark Grading Company, Inc. (Ft. Mitchell, AL) $658,993.80
Crawford Grading & Pipeline (Luthersville, GA) $674,539.12
Southeastern Site Development (Newnan, GA) $683,245.50
Alexander Contracting Company, Inc. (Fortson, GA) $761,423.21
McMath-Turner Construction Company (Columbus, GA) $951,909.50
Site Engineering, Inc. (Atlanta, GA) $1,057,242.00
Funds are budgeted in the FY13 Budget: 1999 SPLOST ? Road/Bridge/Street ?
General Construction ? Oakland Park Drainage;
0540-695-2126-TXRB-7661-53041-20120.
* * * * * *
(D) ZERO-TURN-RADIUS MOWERS ? PQ NO. 13-0004
It is requested that Council authorize the purchase of five (5)
Zero-Turn-Radius Mowers (John Deere Z915B 60"), from SunSouth, LLC, (Columbus,
GA) in the amount of $31,294.50.
One mower was approved in the FY13 Budget to be used by the Landfill Division
of the Department of Public Works, for lawn care at the landfill. It is a new
unit.
Four (4) additional mowers were approved via the Vehicle Replacement Program
(VRP). They will be used by staff of the Parks and Recreation Department to cut
right-of-ways and City property.
Bid postcard invitations were mailed to one hundred ninety vendors and bid
specifications were posted on the web page of the Purchasing Division, the
Georgia Procurement Registry, and OnVia DemandStar. Five bids were received on
February 20, 2013. This bid has been advertised, opened and reviewed. The
bidders were:
Vendors Manufacturer/Model Unit Price
SunSouth LLC (Columbus, GA) John Deere Z915B - 60" $6,258.90
Home Hardware (Columbus, GA)1 Exmark PNS740KC604 $6,100.00
Cobb County Tractor, Inc. (Marietta, GA) John Deere Z915B $6,775.18
Potter Motor Company, Inc. (Albany, GA) Gravely Pro Ride 992221 $7,600.00
Mason Tractor Company (McDonough, GA) Scag STC61V-27CV $7,894.85
Aimtrac (Americus, GA)2 Kubota ZG227LA-60 $8,221.33
Jerry Pate Turf & Irrigation (Pensacola, FL) Toro ZMaster 74915 $8,479.44
Waverly Hall Farm and Tractor (Waverly Hall, GA) Kubota ZG327PA-60 $9,377.00
1Home Hardware failed to meet a requirement of the bid specifications (Line
6c, greasable spindles), and was therefore rejected. Vendor was notified in
writing.
2Aimtrac failed to include the required warranty information, detailed
specification response pages, and addenda, and was therefore deemed incomplete.
Vendor was notified in writing.
Funds are budgeted in the FY13 Budget as follows:
Public Works ($6,258.90): Integrated Waste Management Fund ? Public Works ?
Pine Grove Landfill ? Rolling Stock; 0207-260-3560-PGRO-7726.
Parks and Recreation ($25,035.60): General Fund ? Parks and Recreation ? Parks
Services ? Rolling Stock; 0101-270-2100-PSRV-7726.
* * * * * * * *
(E) 15-PASSENGER VAN
It is requested that Council approve the purchase of one (1) 15-Passenger Van
(2013 Ford Econoline E350 Club Wagon 12 Passenger Van LEV) from Allan Vigil
Ford (Morrow, GA), in the amount of $26,837.00, via Georgia Statewide Contract
#S-90795-C5.
The vehicle was approved in the FY13 Budget via the Vehicle Replacement
Program. It will be used by the staff of the Parks and Recreation Department,
to transport participants to and from planned activities. It is a replacement
vehicle.
Funds are budgeted in the FY13 Budget: General Fund ? Parks and Recreation ?
Recreation Services ? Light Trucks; 0101-270-2400-RECR-7722.
* * * * * * * *
(F) STAKE TRUCK
It is requested that Council approve the purchase of one (1) Stake Truck (2014
Freightliner M2 106 Crew Cab 36,000GVW) from Peach State Truck Centers
(Norcross, GA), in the amount of $126,413.00, via Georgia Statewide Contract
#99999-SPD-0000039-0002.
The vehicle was approved in the FY13 Budget. It will be used by the staff of
the Street Division to transport crews and equipment to repair signs and guard
rails. It is a replacement vehicle.
Funds are budgeted in the FY13 Budget: Paving Fund ? Public Works ? Repairs
and Maintenance ? Heavy Trucks; 0203-260-3110-REPR-7723.
* * * * * * * *
(G) FARM TRACTOR WITH 15' BATWING MOWER ? RFB NO. 13-0050
It is requested that Council authorize the purchase of one (1) Farm Tractor
with 15' Batwing Mower (Kubota M8560HD 4WD Tractor/Land Price RC3615 Batwing),
from Mason Tractor and Equipment Co., (McDonough, GA) in the amount of
$43,747.50.
One farm tractor and one 15' batwing mower were approved in the FY13 Budget to
be used by the Public Works Department for cutting all City and State
Right-of-Ways within City limits. They are replacement units.
Bid postcard invitations were mailed to one hundred seventy vendors and bid
specifications were posted on the web page of the Purchasing Division, the
Georgia Procurement Registry, and OnVia DemandStar. Eleven bids were received
on April 10, 2013. This bid has been advertised, opened and reviewed. The
bidders were:
Vendors Manufacturer/Model Unit Price
Mason Tractor Co.
(McDonough, GA) Kubota M8560HD 4WD Tractor /
Land Pride RC3615 Batwing $43,747.50
Melson Tractor Company
(Salem, AL) Kubota M8560HD Tractor /
Land Pride RC3615 Cutter $47,195.00
Atlantic & Southern Equipment, LLC
(Lake City, GA) Massey Ferguson 4609 Tractor /
Bush Hog 2815 Cutter $47,865.00
Coblentz Equipment & Parts Co
(Montgomery, AL) Massey Ferguson MF4610 /
Bush Whacker MD180 $49,087.00
SunSouth, LLC
(Columbus, GA) John Deere 5093E
w/Rhino SD15 $49,500.00
Cobb County Tractor Co., Inc.
(Marietta, GA) John Deere 5101e /
Kodiak Ol' Grizz $52,473.29
Central Georgia Equipment, Inc.
(Byron, GA) Massey Ferguson 4609 /
Hall Manufacturing T180 $54,309.00
Lashley Tractor Sales
(Lithonia, GA) Kubota M8560HD /
Bush Hog 2715 $54,673.12
Wade Tractor & Equipment
(Griffin, GA) New Holland T4.95 /
Bush Hog 2815 $55,900.00
Atmax Equipment
(Wimauma, FL) MowerMax 100 AWD $82,500.00
United Procurement 1
(Oak Leaf, TX) John Deere 5100 E /
John Deere HX10 *
1United Procurement failed to provide a bid price on the Bid Form Pricing page,
and was therefore deemed ?incomplete?. Vendor was notified in writing.
Funds are budgeted in the FY13 Budget: Paving Fund ? Public Works ? Right of
Way Maintenance ? Rolling Stock; 0203-260-3120-ROWM-7726.
(H) ELECTRIC MOTOR REPAIR (ANNUAL CONTRACT) - RFB NO. 13-0048
It is requested that Council approve the contract for electric motor repair
services from Southern Rewinding Industrial Sales & Services (Columbus, GA) for
the estimated annual contract value of $22,000.00. The estimated annual
contract value is based on Facilities Maintenance estimated usage. The
services will be utilized by the Facilities Maintenance Division to repair all
single and three phase electric motors up to 150 HP on an ?as needed basis?.
The contract term will be for two years, with the option to renew for three
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the City and the Contractor.
Bid postcard invitations were mailed to ten vendors and bid specifications were
posted on the web page of the Purchasing Division, the Georgia Procurement
Registry, and DemandStar. Two bids were received on April 3. This bid has been
advertised, opened and reviewed. The bidders were:
Description/Vendor Southern Rewinding Industrial Sales & Services
(Columbus, GA) Georgia Electric Motor
(Columbus, GA)
Labor ? Regular Hours
Shop Labor ? Journeyman
Helper
Field Labor ? Journeyman
Helper
$32.00 per hour
$17.00 per hour
$35.00 per hour
$17.00 per hour
$38.00 per hour
$17.00 per hour
$34.00 per hour
$17.00 per hour
Labor - Overtime Hours (After hours, Weekends, Holidays)
Shop Labor - Journeyman
Helper
Field Labor -Journeyman
Helper
$48.00 per hour
$25.00 per hour
$50.00 per hour
$25.00 per hour
$51.00 per hour
$26.00 per hour
$51.00 per hour
$26.00 per hour
Material
Parts: Cost +%
15%
25%
New Motors
Price: Cost +%
15%
20%
Funds are budgeted each fiscal year for this on-going expense: General Fund -
Public Works - Other Maintenance and Repairs ? Building Maintenance;
0101-260-3710-MNTN-6527, 6528 and 6529.
(I) SR1 / US 27 VETERANS PARKWAY STREETSCAPE IMPROVEMENTS PHASE III (RE-BID) ?
RFB NO. 13-0039
It is requested that Council authorize the execution of a construction contract
with Precision 2000, Inc. (Atlanta, GA) in the amount of $1,143,374.94 for
streetscape improvements on Veterans Parkway.
The Project consists of the following major elements: Roadway Improvements:
erosion control, clearing and grubbing, grading of new medians to include 530
CY of graded aggregate base course, 1,900 LF of 30-inch concrete curb and
gutter, 330 LF of 18-inch concrete storm drain pipe, 28 catch basins, 3,200 SY
concrete sidewalks/driveways, 20 TN recycled asphalt concrete; Signing and
Marking: 260 SF of highway signs, 144 LF of galvanized steel posts, 5,600 LF
of thermoplastic striping, and thermoplastic pavement markings; Landscaping:
1,300 SY of Corner Plaza paving, planting of 84 Quercus Nuttallii and 44
Lagerstroemia (furnished by others), 8,020 SY of Bermuda sod; Signalization:
3,900 LF total of 3-inch and 6-inch directional bore, 8 strain poles with
30-foot to 60-foot mast arms, 2 traffic installation areas, 5,800 LF non-metal
rigid conduit.
Bid postcard invitations were mailed to forty-one vendors and bid
specifications were posted on the web pages of the Purchasing Division, the
Georgia Procurement Registry, and Onvia DemandStar. Three bids were received
on February 20, 2013. This bid has been advertised, opened and reviewed. The
bidders were:
CONTRACTOR BID AMOUNT
Precision 2000, Inc. (Atlanta, GA) $1,143,375.94
Landmark Grading Company, Inc. (Ft. Mitchell, AL) $1,276,185.20
McMath-Turner Construction Company (Columbus, GA) $1,424,599.08
Funds are budgeted in the FY13 Budget: Special Projects - Capital Projects
Funds ? Paving Fund Supported Capital Projects ? General Construction ?
Veterans Parkway III TE; 0508-660-3000-CPPF-7661-21070-20130.
* * * * * *
(J) PREFABRICATED SPEED TABLES (ANNUAL CONTRACT) ? RFP NO. 13-0020
It is requested that Council approve the annual contract for Prefabricated
Speed Tables with Transafe, Inc. (Lawrenceville, GA). Transafe, Inc., will
provide prefabricated speed tables, ?on an as needed basis,? to be installed at
various locations throughout the City, to slow or restrict traffic, especially
in residential areas.
Over the years the City has installed concrete, asphalt and prefabricated Speed
Tables to slow traffic. In October 2007, the City issued an RFP (RFP No.
08-0010) for interested vendors to provide Speed Tables for testing purposes.
As a result of that RFP the City has tested Speed Tables manufactured by
Traffic Logix and RoadKare International. Both Speed Tables have been tested
over a period of four to five years. The Traffic Engineering Division
determined that the two types of Speed Tables are satisfactory, and requested
this current RFP for vendors to submit proposals on either of the two
manufacturers.
The term of this contract shall be for one year, with the option to renew for
four (4) additional twelve-month periods. Contract renewal will be contingent
upon the mutual agreement of the City and the Contractor.
The RFP postcard invitations were mailed to eighty-two (82) vendors, and
specifications were posted on the City?s website, Georgia Procurement Registry
and DemandStar. This RFP has been advertised, opened and evaluated. Three
proposals were received January 11, 2013, from the following offerors:
Transafe, Inc. (Lawrenceville, GA)
Traffic logix Corp. (Spring Valley, NY)
RoadKare International (Grand Prairie, TX)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Public Works, Information Technology and Engineering
Departments.
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 information purposes.
Funds are budgeted each fiscal year for this ongoing service: General Fund ?
Engineering ? Traffic Engineering ? Operating Materials; 0101 ? 250 ? 2100 ?
TRAF ? 6728.
* * * * * *
(K) COPIER LEASE FOR THE PUBLIC DEFENDER?S OFFICE (ANNUAL CONTRACT)
It is requested that Council approve a forty-eight (48) month lease contract,
for two copier/printers, with RICOH USA, Inc., (Columbus, GA) in the amount of
$390.59 per month, for the Public Defender?s Office, via Georgia Statewide
Contract #SWC 90819-4. Upon installation, maintenance will be billed quarterly
at $0.0062 per b/w image. The monthly maintenance agreement includes parts,
labor and toner.
The two units will replace the copiers currently used by the Public Defender?s
Office. The new copier/printers will have the following features: Surge
Protector, Paper Bank, Network Connectivity, Fax Option, Staple Finisher,
Bridge Unit, and Hole Punch capabilities. The copiers will be networked and
placed in strategic locations to be used by all staff members.
Funds will be budgeted each fiscal year for this ongoing expense: Public
Defender ? Equipment Rental/Lease; .0101-520-1000-PBDF-6543.
* * * * * *
(L) MID-SIZE SKID STEER
It is requested that Council approve the purchase of one (1) mid-size skid
steer (Case SR200), from G, J&L, Inc. d/b/a Border Equipment (Augusta, GA), in
the amount of $26,858.89.
The equipment will be assigned to the Waste Collection Division and will be
utilized at the Recycle Center to load and unload recyclables. This is a new
unit.
G, J&L, Inc. d/b/a Border Equipment was the awarded vendor for RFB 13-0028,
Option 6, Mid-Size Skid Steer with Milling Attachments. The vendor has agreed
to provide the additional skid steer without the milling attachments for the
awarded bid price of $45,053.29, less the cost of the milling attachments
($18,194.40), for a total cost of $26,858.89.
Funds are budgeted in the FY13 Budget: Tax Lease Rev Bonds/2010B Fund ? 2010
CBA Bonds ? Recycling/Sustainability Center ? Machinery; 0559-800-2150-BARE-
7715 -82005-20100.
?ITEM A?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF FURNITURE FOR THE RECYCLING
CENTER FROM MALONE OFFICE ENVIRONMENTS (COLUMBUS, GA) IN THE AMOUNT OF
$45,892.73.
WHEREAS, the furniture consists of a desk, a credenza, various types of chairs,
and various types of tables.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase furniture for
the Recycling Center from Malone Office Environments (Columbus, GA) in the
amount of $45,892.73. Funds are budgeted in the FY13 Budget: 2010 CBA Bonds ?
Recycling/Sustainability Center ? General Construction ? Recycling Center;
0559-800-2150-BARE-7661-82005-20100.
_______________________________________
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 B?
A RESOLUTION
NO.________
A RESOLUTION AUTHORIZING THE PURCHASE OF FIVE (5) MID-SIZE 4x4 SUVs
(FORD EXPLORER BASE 4x4), FROM RIVERTOWN FORD (COLUMBUS, GA), IN THE AMOUNT OF
$116,890.00.
WHEREAS, these vehicles were approved via the Vehicle Replacement
Program (VRP). Three (3) will be used by the Inspections & Code Department. The
remaining two (2) vehicles will be used by the Tax Assessor?s Office; and,
WHEREAS, Rivertown Ford was the awarded vendor for RFB 13-0021, and has agreed
to provide the additional SUVs for the awarded bid price of $23,378.00 per
unit, for a total of $116,890.00.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase five (5)
Mid-Size 4x4 SUVs, from Rivertown Ford, (Columbus, GA) in the amount of
$116,890.00. Funds are budgeted in the FY13 Budget as follows: Inspections &
Code ($70,134.00): General Fund ? Community and Development ? Inspections &
Code Enforcement ? Light Trucks; 0101-240-2200-INSP-7722.
Tax Assessor?s Office ($46,756.00): General Fund ? Boards and Commissions ?
Tax Assessor ? Light Trucks; 0101-290-1000-TAXA-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 C?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
LANDMARK GRADING COMPANY, INC. (FT. MITCHELL, AL) IN THE AMOUNT OF $658,993.80
FOR STORM DRAINAGE IMPROVEMENTS IN OAKLAND PARK.
WHEREAS, the work will be performed in the Howe Avenue area (Sub-Basin
?C?) and the South Plant Road area (Sub-Basin ?M?) of Oakland Park. The
Contractor shall be required to maintain public access to all residences
located within the project area and maintain normal traffic.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with Landmark Grading (Ft. Mitchell, AL) in the amount of $658,993.80
for storm drainage improvements in Oakland Park. Funds are budgeted in the
FY13 Budget: 1999 SPLOST ? Road/Bridge/Street ? General Construction ? Oakland
Park Drainage; 0540-695-2126-TXRB-7661-53041-20120.
____________________________
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?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FIVE (5) ZERO-TURN-RADIUS
MOWERS (JOHN DEERE Z915B - 60"), FROM SUNSOUTH, LLC, (COLUMBUS, GA), IN THE
AMOUNT OF $31,294.50.
WHEREAS, one mower was approved in the FY13 Budget to be used by the Landfill
Division of the Department of Public Works, for lawn care at the landfill. It
is a new unit; and,
WHEREAS, four additional mowers were approved via the Vehicle Replacement
Program (VRP). They will be used by staff of the Parks and Recreation
Department to cut right-of-ways and City property.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase five (5)
zero-turn-radius mowers (John Deere Z915B - 60") from SunSouth, LLC, (Columbus,
GA), in the amount of $31,294.50. Funds are budgeted in the FY13 Budget as
follows:
Public Works ($6,258.90): Integrated Waste Management Fund ? Public Works ? Pine Grove
Landfill ? Rolling Stock; 0207-260-3560-PGRO-7726.
Parks and Recreation ($25,035.60): General Fund ? Parks and Recreation ? Parks
Services ? Rolling Stock; 0101-270-2100-PSRV-7726.
_________________________________
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 THE PURCHASE OF ONE (1) 15-PASSENGER VAN (2013
FORD ECONOLINE E350 CLUB WAGON 12 PASSENGER VAN LEV), FROM ALLAN VIGIL FORD
(MORROW, GA), IN THE AMOUNT OF $26,837.00, VIA GEORGIA STATEWIDE CONTRACT
#S-90795-C5.
WHEREAS, the vehicle was approved in the FY13 Budget via the Vehicle
Replacement Program. It will be used by the staff of the Parks and Recreation
Department, to transport participants to and from planned activities. It is a
replacement vehicle.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1)
15-Passenger Van (2013 Ford Econoline E350 Club Wagon 12 Passenger Van LEV)
from Allan Vigil Ford (Morrow, GA), in the amount of $26,837.00, via Georgia
Statewide Contract #S-90795-C5. Funds are budgeted in the FY13 Budget:
General Fund ? Parks and Recreation ? Recreation Services ? Light Trucks;
0101-270-2400-RECR-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 F?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) STAKE TRUCK (2014
FREIGHTLINER M2 106 CREW CAB 36,000GVW), FROM PEACH STATE TRUCK CENTERS
(NORCROSS, GA), IN THE AMOUNT OF $126,413.00, VIA GEORGIA STATEWIDE CONTRACT
#99999-SPD-0000039-0002.
WHEREAS, the vehicle was approved in the FY13 Budget. It will be used
by the staff of the Street Division to transport crews and equipment to repair
signs and guard rails. It is a replacement vehicle.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) Stake
Truck (2014 Freightliner M2 106 Crew Cab 36,000GVW) from Peach State Truck
Centers (Norcross, GA), in the amount of $126,413.00, via Georgia Statewide
Contract #99999-SPD-0000039-0002. Funds are budgeted in the FY13 Budget:
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 ____________________, 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 THE PURCHASE OF ONE (1) FARM TRACTOR WITH 15'
BATWING MOWER (KUBOTA M8560HD 4WD TRACTOR / LAND PRIDE RC3615 BATWING), FROM
MASON TRACTOR AND EQUIPMENT CO., (MCDONOUGH, GA), IN THE AMOUNT OF $43,747.50.
WHEREAS, one farm tractor and one 15' batwing mower were approved in the FY13
Budget to be used by the Public Works Department for cutting all City and State
Right-of-Ways within City limits. These are replacement units.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) farm
tractor with 15' batwing mower (Kubota M8560HD 4WD Tractor/Land Pride RC3615
Batwing) from Mason Tractor and Equipment Co., (McDonough, GA), in the amount
of $43,747.50. Funds are budgeted in the FY13 Budget: Paving Fund ? Public
Works ? 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 ____________________, 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 ANNUAL CONTRACT FOR ELECTRIC MOTOR REPAIR
SERVICES WITH SOUTHERN REWINDING INDUSTRIAL SALES AND SERVICES (COLUMBUS, GA)
FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $22,000.00.
WHEREAS, the services will be utilized by the Facilities Maintenance Division
to repair all single and three phase electric motors up to 150 HP on an ?as
needed basis?; and,
WHEREAS, the contract term will be for two years, with the option to renew for
three additional twelve-month periods. Contract renewal is 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 to an annual
contract with Southern Rewinding Industrial Sales and Services (Columbus, GA)
for electric motor repair services for the estimated annual contract value of
$22,000.00. Funds are budgeted each fiscal year for this on-going expense:
General Fund - Public Works - Other Maintenance and Repairs ? Building
Maintenance; 0101-260-3710-MNTN-6527, 6528 and 6529.
______________________________
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 I?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
PRECISION 2000, INC. (ATLANTA, GA) IN THE AMOUNT OF $1,143,374.94 FOR
STREETSCAPE IMPROVEMENTS ON VETERANS PARKWAY.
WHEREAS, The Project consists of the following major elements:
Roadway Improvements: erosion control, clearing and grubbing, grading of new
medians to include 530 CY of graded aggregate base course, 1,900 LF of 30-inch
concrete curb and gutter, 330 LF of 18-inch concrete storm drain pipe, 28 catch
basins, 3,200 SY concrete sidewalks/driveways, 20 TN recycled asphalt concrete;
Signing and Marking: 260 SF of highway signs, 144 LF of galvanized steel
posts, 5,600 LF of thermoplastic striping, and thermoplastic pavement markings;
Landscaping: 1,300 SY of Corner Plaza paving, planting of 84 Quercus Nuttallii
and 44 Lagerstroemia (furnished by others), 8,020 SY of Bermuda sod;
Signalization: 3,900 LF total of 3-inch and 6-inch directional bore, 8 strain
poles with 30-foot to 60-foot mast arms, 2 traffic installation areas, 5,800 LF
non-metal rigid conduit.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with Precision 2000, Inc. (Atlanta, GA) in the amount of $1,143,374.94
for streetscape improvements on Veterans Parkway. Funds are budgeted in the
FY13 Budget: Funds are budgeted in the FY13 Budget: Special Projects -
Capital Projects Funds ? Paving Fund Supported Capital Projects ? General
Construction ? Veterans Parkway III TE; 0508-660-3000-CPPF-7661-21070-20130.
_________________________________
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 J?
A RESOLUTION
NO.________
A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH TRANSAFE,
INC. (LAWRENCEVILLE, GA) TO PROVIDE PERFRICATED SPEED TABLES, ?ON AN AS NEEDED
BASIS,? TO BE INSTALLED at VARIOUS LOCATIONS THROUGHOUT THE CITY, TO SLOW OR
RESTRICT TRAFFIC, ESPECIALLY IN RESIDENTIAL AREAS.
WHEREAS, the proposal submitted by Transafe, Inc. met all proposal requirements
and was evaluated most responsive to the RFP; and,
WHEREAS, the term of contract shall be for one year, with an option to renew
for four additional twelve-month periods. Contract renewal is 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 an annual
contract with Transafe, Inc. (Lawrenceville, GA) to provide prefabricated speed
tables, ?on an as needed basis,? to be installed in various locations
throughout the City to be used to slow or restrict traffic, especially in
residential areas. Funds are budgeted each fiscal year for this ongoing
service: General Fund ? Engineering ? Traffic Engineering ? Operating
Materials; 0101 ? 250 ? 2100 ? TRAF ? 6728.
__________________________________
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 K?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING APPROVAL OF A FORTY-EIGHT (48) MONTH LEASE
CONTRACT, FOR TWO COPIER/PRINTERS, WITH RICOH USA, INC., (COLUMBUS, GA), IN THE
AMOUNT OF $390.59 PER MONTH, FOR THE PUBLIC DEFENDER?S OFFICE, VIA GEORGIA
STATEWIDE CONTRACT #SWC 90819-4. UPON INSTALLATION, MAINTENANCE WILL BE
BILLED QUARTERLY AT $0.0062 PER B/W IMAGE.
WHEREAS, the monthly maintenance agreement includes parts, labor and
toner.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into a forty-eight
(48) month lease contract, for two copier/printers, with Ricoh USA, Inc.,
(Columbus, GA) in the amount of $390.59 per month, for the Public Defender?s
Office, via Georgia Statewide Contract #SWC 90819-4. Upon installation,
maintenance will be billed quarterly at $0.0062 per b/w image. The monthly
maintenance agreement includes parts, labor and toner. Funds will be budgeted
each fiscal year for this ongoing expense: Public Defender ? Equipment
Rental/Lease; .0101-520-1000-PBDF-6543.
______________________________
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 L?
A RESOLUTION
NO.__________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) MID-SIZE SKID STEER
(CASE SR200), FROM G, J&L, INC., D/B/A BORDER EQUIPMENT (AUGUSTA, GA), IN THE
AMOUNT OF $26,858.89.
WHEREAS, the equipment will be assigned to the Waste Collection Division and
will be utilized at the Recycle Center to load and unload recyclables; and,
WHEREAS, G, J&L, Inc., d/b/a Border Equipment was the awarded vendor for RFB
13-0028, Option 6, Mid-Size Skid Steer with Milling Attachments. The vendor has
agreed to provide the additional skid steer without the milling attachments for
the awarded bid price of $45,053.29, less the cost of the milling attachments
($18,194.40), for a total cost of $26,858.89. This is a new unit.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) mid-size
skid steer (Case SR200) from G, J&L, Inc., d/b/a Border Equipment (Augusta,
GA), in the amount of $26,858.89. Funds are budgeted in the FY13 Budget: Tax
Lease Rev Bonds/2010B Fund ? 2010 CBA Bonds ? Recycling/Sustainability Center ?
Machinery; 0559-800-2150-BARE- 7715 -82005-20100.
_______________________________________
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
Attachments