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 # 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


Back to List