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 # 7





Columbus Consolidated Government

Council Meeting



April 9, 2013





Agenda Report # 58





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.



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) BUS ROUTE SIGNS & POLES (ANNUAL CONTRACT) ? RFB NO. 13-0045



It is requested that Council approve the purchase of bus route signs and poles

from Vulcan Signs (Foley, AL) for the estimated contract value of $42,969.00.

METRA Transit will purchase bus route signs and poles, on an ?as needed?

basis.



METRA Transit will install and maintain bus route signs and poles along City

owned streets within Muscogee County.



The term of the contract shall be for two years, with the option to renew for

three additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



Bid postcard invitations were mailed to one hundred and seventy-seven vendors

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

the Georgia Procurement Registry, and DemandStar. Seven bids were received on

March 20. This bid has been advertised, opened and reviewed. The bidders were:



Vendors/Description Total Estimated Annual Contract Value for

300 Signs & 300 Poles

Vulcan Signs (Foley, AL) $42,969.00

GCI (Decatur, GA) $14,301.00*

Ibis Signs (Johns Island, SC) $68,310.00

Custom Products Corp (Flowood, MS) $76,875.00

Thomas Sign & Awning (Clearwater, FL) $68,808.00

Municipal Supply & Signs (Naples, FL) $71,280.00

DLR Distributors, Inc.

(Tucker, GA) $317,274.00

*Denote ? GCI quoted signs only.



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

Fund - Transportation ? Federal Transit Administration ? Capital Expend ? Under

$5,000; 0751-610-2400-MFTA-7763.



* * * * * *



(C) ADDITIONAL ENGINEERING SERVICES FOR FORREST ROAD IMPROVEMENTS



It is requested that Council approve the procurement of engineering services

from W.K. Dickson, in the amount of $70,520.00, for additional engineering

services required for Forrest Road improvements.



Per Resolution #276-06 (as a result of RFP No. 06-0010), W.K. Dickson was one

of three firms under annual contract, from 2006 ? 2011, to perform engineering

services on an as needed basis. While under contract, W.K. Dickson became the

engineer of record for the Forrest Road Improvement project. The annual

contract has expired; W.K. Dickson was not one of the awarded vendors as a

result of the new contract. However, additional services are required on the

project to address the final design needs and changes for the Forrest Road

Project from Floyd Road to Schatulga Road, which include the following:

- Addition of the ATMS System to the proposed signals at Floyd/Forrest Road and

Floyd/Hunter Road,

- Design Plan updates,

- Culvert Footing Design,

- Final environmental permitting; and

- Plan maintenance and R/W Assistance



To maintain continuity of the project, it is recommended that W.K. Dickson

perform the additional services, since the firm is the Engineer of record for

the project.



Funds are available in the FY13 Budget: 1999 Sales Tax Project Fund ? 1999

SPLOST ? 99 SPLOST Road/Bridge/Street ? Engineering/Architect Services ?

Forrest Road: Macon/Woodruff Farm; 0540-695-2126-TXRB-6338-53008 20020.



* * * * * *



(D) ANNUAL MAINTENANCE AND SUPPORT AGREEMENT FOR THE OASIS SYSTEM



It is requested that Council approve payment to Tyler Technologies, Inc.,

Appraisal and Tax Division (Dallas, TX), in the amount of $95,000.00, for the

annual renewal fee for OASIS Maintenance Support, covering the period January

2013 through December 2013. Payment will be made in two installments in the

amount of $47,500.00; the first payment upon approval of this resolution, and

the second payment after July 1st.



This maintenance provides Information Technology, the Tax Assessor's Office and

the Tax Commissioner's Office with software enhancements, documentation

updates, Users Group Support and Hotline Support for the OASIS property tax and

appraisal system. Maintenance has been budgeted and approved annually since

the OASIS software system was purchased in 1985. The vendor is the developer

of the software, and is therefore, the only known source to provide the

maintenance support.



Funds are budgeted in the FY13 Budget: General Fund - Information Technology -

Software Lease; 0101-210-1000-ISS-6541. The remaining funds for the second

payment, due after July 1, will be carried over to the FY14 budget.



* * * * * *



(E) ASPHALT SEALER TANK ? RFB 13-0028 (MISCELLANEOUS EQUIPMENT FOR

PUBLIC WORKS, OPTION 5)



It is requested that Council approve the purchase of one (1) asphalt sealer

tank (Crafco SS125-DC), from Reynolds-Warren Equipment Co., Inc., (Lake City,

GA), in the amount of $51,695.00.



The equipment will be utilized by the Street Division to prolong the life of

the road. It will be used to apply asphalt to various cracks that can cause a

potential lift hazard of cracked asphalt that otherwise is in good shape. This

is a replacement unit.



Bid postcard invitations were mailed to two hundred twenty-three vendors and

bid specifications were posted on the web page of the Purchasing Division, the

Georgia Procurement Registry, and OnVia DemandStar. Three bids were received

on February 6, 2013. This bid has been advertised, opened and reviewed. The

bidders were:



Submission Requirements Manufacturer/Make/Model Unit Cost

Reynolds-Warren Equipment Co., Inc. (Lake City, GA) Crafco SS125-DC $51,695.00

Road Products, Inc. (Fayetteville, GA)1 CIMLINE MAGMA 150 $48,415.00

Crafco, Inc. (Chandler, AZ) Crafco, Inc. SS125 $56,750.00



1 Road Products, Inc., equipment did not meet the specifications.

Specifications required axle capacity two (2) 5,100 lbs Torsion minimum; vendor

specifications state single axle 6,000 lbs. Specifications required heat

transfer oil 34 gallons minimum; vendor specifications state 25 gallons.

Therefore, bid was rejected. Vendor has been notified in writing.



This equipment is not available on Georgia Statewide Contract.



Funds are budgeted in the FY13 Budget: Paving Fund ? Public Works ? Repairs

and Maintenance ? Machinery; 0203-260-3110-REPR-7715.





* * * * * * * * *



(F) CHIPPER DUMP TRUCK



It is requested that Council approve the purchase of one (1) Chipper Dump Truck

(2013 Ford F-750 XL) from Wade Ford (Smyrna, GA), in the amount of $74,619.00,

via Georgia Statewide Contract #99999-SPD-SPD0000039.



The vehicle was approved in the FY13 Budget. It will be used by the Urban

Forestry and Beautification Division, of the Public Works Department, to

collect tree cutting debris. It is a replacement vehicle.



Funds are budgeted in the FY13 Budget: Paving Fund ? Public Works ?

Right-of-Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.





* * * * * * * * *



(G) TROPHIES & OTHER MISCELLANEOUS AWARDS (ANNUALCONTRACT)?RFB NO. 13-0044



It is requested that Council approve the purchase of Trophies and other

Miscellaneous Awards from Columbus Fire & Safety d/b/a Columbus Trophy & Screen

Print for the estimated annual contract value of $110,994.00. The contract

includes screenprinting services, as well as, the following items to be

provided on an ?as needed basis?: trophies, plaques, hats, resin figures,

medal trophy cases, tombstone trophies and acrylics, t-shirts and golf shirts.

The trophies and other miscellaneous awards are used by the Parks and

Recreation Department to give to participants in basketball, volleyball,

softball and boxing tournaments.



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

three additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



Bid postcard invitations were mailed to one hundred seventy-seven (177) vendors

and the specifications were posted on the City?s website, Georgia Procurement

Registry and DemandStar. This bid has been advertised, opened and reviewed.

The bidder was:



Estimated

Contract Value

Columbus Fire & Safety

d/b/a Columbus Trophy & Screen Print (Columbus,

GA) $110,994.00



Note: Columbus Trophy & Screen Print was the only bidder for the last annual

contract awarded in 2008.



Funds are budgeted each fiscal year for this on going expense: General Fund -

Parks & Recreation - Various Units - Operating Materials; 0101?270?Various

Units-6728.



* * * * * * * *



(H) AUDITING SERVICES (ANNUAL CONTRACT) RFP NO. 13-0021



It is requested that Council approve the contract for auditing services from

Albright & Fortenberry, & Ninas, LLP, to be utilized by The Finance

Department. The services are needed to provide the Finance Department with the

professional services of an external Certified Public Accountant to perform

financial and compliance audits. The audit shall be conducted in accordance

with generally accepted auditing standards, promulgated by the American

Institute of Certified Public Accounts (AICPA) and in accordance with

Government Auditing Standards issued by the Comptroller General of the United

States and the Official Code of Georgia Annotated. The examination shall be

made in compliance with applicable laws of the State of Georgia and the

Columbus Consolidated Government.



The auditor will perform the following:

1. Determine whether the financial statements present fairly the respective

financial position of the governmental activities.

2. Provide an understanding of the five components of internal control that is

sufficient to assess the risks of materials misstatement of the financial

statements.

3. Provide reasonable assurance that the financial statements are free of

material misstatements resulting from violations of laws and regulations.

4. Evaluate whether the entity has taken appropriate corrective action to

address findings and recommendations from previous engagements that could have

a material effect on the financial statements.

5. Ensure that audit documentation is prepared in sufficient detail to provide

a clear understanding of the nature, timing, and extent of auditing procedures

performed to comply with government auditing standard.

6. Determine whether the government entity complied with laws and regulations.

7. Verify and test expenditures of the Columbus Consolidated Government?s

Special Purpose Local Option Sales Tax proceeds.

8. Make an annual presentation to Mayor and Council at the conclusion of the

audit documenting any audit findings



The contract will be for five consecutive fiscal years beginning with the

fiscal year ending June 30, 2013, and ending with fiscal year ending June 30,

2017, with an option to renew for an additional five, one-year terms, and

subject to annual review and the availability of an appropriation for audit

services.



The RFP postcard invitations were mailed to thirty (30) vendors, and

specifications were posted on the City?s website, Georgia Procurement Registry

and DemandStar. This RFP has been advertised, opened and evaluated. Five

proposals were received February 1, 2013, from the following offerors:



Albright, Fortenberry & Ninas, LLP (Columbus, GA)

Mauldin & Jenkins (Macon, GA)

Banks, Finley, White & Co (College Park, GA)

Cherry Berkaert, LLP (Atlanta, GA)

Warren Averett, LLC (Birmingham, AL)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from the Trade Center, Finance, METRA and Internal Auditor.

Representatives from the City Manager?s Office and Finance Department served in

advisory positions and were not voting members.



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 have

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 ?

Finance ? Finance Director ? Auditing Services, 0101-200-1000-FNCE-6337.



* * * * * * * *



(I) FIRE HOSE (ANNUAL CONTRACT) ? RFB NO. 13-0034



It is requested that Council approve the annual contract for the purchase of

fire hose from NAFECO (Decatur, AL) on an ?as needed basis? for the estimated

contract value of $29,548.50. The contract will provide fire fighters with

fire hose to be used during structural fire fighting.



The contract term shall be for two years, with the option to renew for three

additional twelve-month periods, contingent upon the mutual agreement of the

City and the Contractor.



Bid postcard invitations were mailed to forty-nine (49) vendors and bid

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

Georgia Procurement Registry, and DemandStar. Seven bids were received on

March 20. This bid has been advertised, opened and reviewed. The bidders were:



Description/Vendor Estimated Contract Value



NAFECO (Decatur, AL)

$29,548.50



Tactical Fire Equipment, LLC (Brossard, Quebec)

$37,443.00



Fireline, Inc. (Winder, GA)

$41,760.00



Dana Safety Supply (Greensboro, NC)

$41,760.00



American Safety & Fire House, Inc. (Atlanta, GA)

$42,750.00



Public Safety Center (Eugene, OR)

$43,425.00



First Choice Fire & Safety (Marietta, GA)

$44,700.00



Funds are budgeted each fiscal year for this on going expense: General Fund -

Fire & E.M.S. Department ? Logistics/Support- Operating Materials;

0101-410-3610-LOGI-6728.



* * * * * * * *



(J) TANDEM AXLE FUEL LUBE TRUCK



It is requested that Council approve the purchase of one (1) Tandem Axle Fuel

Lube Truck (2014 Freightliner M2 112 66,000GVW) from Peach State Truck Centers

(Norcross, GA), in the amount of $212,207.00, via Georgia Statewide Contract

#99999-SPD-10000039-0002.



The vehicle was approved in the FY13 Budget. It will be used by the Street

Division, of the Public Works Department, to fuel off-road vehicles throughout

the City. This 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.



* * * * * * * *



(K) SERVICE TRUCKS



It is requested that Council approve the purchase of five (5) Service Trucks

[2013 Ford F250 Regular Cab V8 Long Bed 4x2 (3/4 ton)] from Allan Vigil Ford

(Morrow, GA), in the amount of $117,040.00 ($23,408.00 each), via Georgia

Statewide Contract #S-90795-B32.



These vehicles were approved in the FY13 Budget under the Vehicle Replacement

Program. Vehicles #9981, #9668, #9667, #9979, and #9805 were declared salvage

due to high mileage, age, mechanical and safety issues, and high operation

cost. Three (3) of the trucks will be used by Facilities Maintenance and the

remaining two (2) will be used by Parks & Recreation. The Facilities

Maintenance trucks will be used by employees to service City buildings and

facilities. The Park Services trucks will be used by employees to maintain City

parks and recreation buildings throughout the City. These are replacement

vehicles.



Funds are budgeted in the FY13 Budget: General Fund ? Public Works ? Facility

Maintenance ? Light Trucks; 0101-260-2700-MNTN-7722. General Fund ? Parks and

Recreation ? Parks Services ? Light Trucks; 0101-270-2100-PSRV-7722.



* * * * * * * *



(L) TV STUDIO EQUIPMENT ? RFP NO. 13-0023



It is requested that Council approve the purchase and installation of

television studio equipment from The WH Platts Company (Norcross, GA), for CCG

TV, to be housed in the new City Services Center currently under construction.



Request for proposal invitations were mailed to fourteen vendors and

specifications were posted on the City?s website, the Georgia Procurement

Registry and OnVia Demand Star. A Non-Mandatory Site Visit was conducted on

February 27, 2013.



The RFP has been advertised, opened and evaluated. Proposals were received on

March 27, 2013, from the following two offerors:



The WH Platts Company (Norcross, GA)

Media Products of Atlanta, Inc. (Alpharetta, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the following departments: City Manager?s

Office (voter), Civic Center (voter), CCG-TV (advisor) and Tax Commissioner

(voter).



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 or the RFP specifications may be re-advertised.



Funds are budgeted in the FY13 Budget: Tax Lease Rev Bonds/2010B Fund ? 2010

CBA Bonds ? City Service Center ? ; 0559-800-2130- - -82008-20130.



* * * * * * * * * *









?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 BUS ROUTE SIGNS AND POLES FROM VULCAN

SIGNS (FOLEY, AL) FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $42,969.00.



WHEREAS, METRA Transit will install and maintain bus route signs and

poles along City owned streets within Muscogee County; and,



WHEREAS, the term of contract shall be for two years, with the option

to renew for three additional twelve-month periods. Contract renewal will be

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



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



That the City Manager is hereby authorized to purchase bus route signs

and poles from Vulcan Signs (Foley, AL) for the estimated annual contract value

of $42,969.00. Funds are budgeted each year for this ongoing expense:

Transportation Fund - Transportation ? Federal Transit Administration ? Capital

Expend ? Under $5,000; 0751-610-2400-MFTA-7763.

________________________________



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 PROCUREMENT OF ENGINEERING SERVICES FROM

W.K. DICKSON, IN THE AMOUNT OF $70,520.00, FOR ADDITIONAL ENGINEERING SERVICES

REQUIRED FOR FORREST ROAD IMPROVEMENTS.



WHEREAS, per Resolution #276-06 (as a result of RFP No. 06-0010), W.K.

Dickson was one of three firms under annual contract, from 2006 ? 2011, to

perform engineering services on an as needed basis. While under contract, W.K.

Dickson became the engineer of record for the Forrest Road Improvement project;

and,



WHEREAS, the annual contract has expired; W.K. Dickson was not one of

the awarded vendors as a result of the new contract. However, additional

services are required on the project to address the final design needs and

changes for the Forrest Road Project from Floyd Road to Schatulga Road; and,



WHEREAS, to maintain continuity of the project, it is recommended that

W.K. Dickson perform the additional services, since the firm is the Engineer of

record for the project.



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



That the City Manager is hereby authorized to procure engineering

services from W.K. Dickson, in the amount of $70,520.00, for additional

engineering services required for Forrest Road improvements. Funds are

available in the FY13 Budget: 1999 Sales Tax Project Fund ? 1999 SPLOST ? 99

SPLOST Road/Bridge/Street ? Engineering/Architect Services ? Forrest Road:

Macon/Woodruff Farm; 0540-695-2126-TXRB-6338-53008 20020.

_______________________________



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 PAYMENT TO TYLER TECHNOLOGIES, INC., APPRAISAL

AND TAX DIVISION (DALLAS, TX), IN THE AMOUNT OF $95,000.00, FOR THE ANNUAL

RENEWAL FEE FOR OASIS MAINTENANCE SUPPORT, COVERING THE PERIOD JANUARY 2013

THROUGH DECEMBER 2013. PAYMENT WILL BE MADE IN TWO INSTALLMENTS IN THE AMOUNT

OF $47,500.00; THE FIRST PAYMENT UPON APPROVAL OF THIS RESOLUTION, AND THE

SECOND PAYMENT AFTER JULY 1ST.



WHEREAS, this maintenance provides Information Technology, the Tax

Assessor's Office and the Tax Commissioner's Office with software enhancements,

documentation updates, Users Group Support and Hotline Support for the OASIS

property tax and appraisal system. Maintenance has been budgeted and approved

annually since the OASIS software system was purchased in 1985; and,



WHEREAS, the vendor is the developer of the software, and is therefore,

the only known source to provide the maintenance support.



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



That the City Manager is hereby authorized to make payment to Tyler

Technologies, Inc., Appraisal and Tax Division (Dallas, TX), in the amount of

$95,000.00, for the annual renewal fee for OASIS Maintenance Support, covering

the period January 2013 through December 2013. Payment will be made in two

installments in the amount of $47,500.00; the first payment upon approval of

this resolution, and the second payment after July 1st. Funds are budgeted in

the FY13 Budget: General Fund - Information Technology - Software Lease;

0101-210-1000-ISS-6541. The remaining funds for the second payment, due after

July 1, will be carried over to the FY14 budget.

______________________________



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) ASPHALT SEALER TANK

(CRAFCO SS125-DC), FROM REYNOLDS-WARREN EQUIPMENT CO., INC., (LAKE CITY, GA),

IN THE AMOUNT OF $51,695.00.



WHEREAS, the equipment will be utilized by the Street Division to prolong the

life of the road. It will be used to apply asphalt to various cracks that can

cause a potential lift hazard of cracked asphalt that otherwise is in good

shape. 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) asphalt

sealer tank (Crafco SS125-DC) from Reynolds-Warren Equipment Co., Inc. (Lake

City, GA), in the amount of $51,695.00. Funds are budgeted in the FY13

Budget: Paving Fund ? Public Works ? Repairs and Maintenance ? Machinery;

0203-260-3110-REPR-7715.

________________________________



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) CHIPPER DUMP TRUCK

(2013 FORD F-750 XL), FROM WADE FORD (SMYRNA, GA), IN THE AMOUNT OF $74,619.00,

VIA GEORGIA STATEWIDE CONTRACT #99999-SPD-SPD0000039.



WHEREAS, the truck was approved in the FY13 Budget. It will be used by

the Urban Forestry and Beautification Division, of the Public Works Department,

to collect tree cutting debris. It 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) chipper

dump truck (2013 Ford F-750 XL) from Wade Ford (Smyrna, GA), in the amount of

$74,619.00, via Georgia Statewide Contract #99999-SPD-SPD0000039. Funds are

budgeted in the FY13 Budget: Paving Fund ? Public Works ? Right-of-Way

Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.

______________________________



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

held the _________ day of ____________________, 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 TROPHIES AND OTHER

MISCELLANEOUS AWARDS, ON AN ?AS NEEDED BASIS?, FROM COLUMBUS FIRE & SAFETY

D/B/A COLUMBUS TROPHY & SCREEN PRINT, FOR THE ESTIMATED ANNUAL CONTRACT VALUE

OF $110,994.00.



WHEREAS, the contract includes screen printing services, as well as,

the following items to be provided on an ?as needed basis?: trophies, plaques,

hats, resin figures, medal trophy cases, tombstone trophies and acrylics,

t-shirts and golf shirts. The trophies and other miscellaneous awards are used

by the Parks and Recreation Department to give to participants in basketball,

volleyball, softball and boxing tournaments; and,



WHEREAS, the contract period shall be for two (2) years, with the

option to renew for three additional twelve-month periods. Contract renewal

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



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



That the City Manager is hereby authorized to purchase trophies and

other miscellaneous awards on an "as needed basis? from Columbus Fire & Safety

d/b/a Columbus Trophy & Screen Print for the estimated annual contract value of

$110,994.00. Funds are budgeted each fiscal year for this on going expense:

General Fund - Parks & Recreation - Various Units - Operating Materials; 0101?

270?Various Units-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 H?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH ALBRIGHT, FORTENBERRY

& NINAS, LLP, TO PROVIDE AUDITING SERVICES.



WHEREAS, an RFP was administered (RFP No. 13-0021) and five proposals were

received; and,



WHEREAS, the proposal submitted by Albright, Fortenberry & Ninas, LLP,

met all proposal requirements and is deemed most responsive to the RFP; and,



WHEREAS, the contract will be for five consecutive fiscal years

beginning with the fiscal year ending June 30, 2013, and ending with fiscal

year ending June 30, 2017, with an option to renew for an additional five,

one-year terms, and subject to annual review and the availability of an

appropriation for audit services.



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



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

Albright, Fortenberry & Ninas, LLP, to provide Auditing Services. Funds are

budgeted each fiscal year for this ongoing service: General Fund ? Finance ?

Finance Director ? Auditing Services, 0101-200-1000-FNCE-6337.







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 ANNUAL CONTRACT TO PURCHASE FIRE HOSE FROM NAFECO

(FOLEY, AL) ON AN ?AS NEEDED BASIS? FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$29,548.50.



WHEREAS, the contract term shall be for two years, with the option to renew for

three additional twelve month periods, contingent upon the mutual agreement of

the City and the Contractor; and,



WHEREAS, the contract will provide fire fighters with fire hose to be used

during structural fire fighting.



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



That the City Manager is hereby authorized to enter into an

annual contract for the purchase of fire hose from NAFECO (Foley, AL) on an ?as

needed basis?, for the estimated annual contract value of $29,548.50. Funds

are budgeted each fiscal year for this on going expense: General Fund - Fire &

E.M.S. Department ? Logistics/Support, Operating Materials;

0101-410-3610-LOGI-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 J?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) TANDEM AXLE FUEL LUBE

TRUCK (2014 FREIGHTLINER M2 112 66,000GVW), FROM PEACH STATE TRUCK CENTERS

(NORCROSS, GA), IN THE AMOUNT OF $212,207.00, VIA GEORGIA STATEWIDE CONTRACT

#99999-SPD-10000039-0002.



WHEREAS, the vehicle was approved in the FY13 Budget. It will be used

by the Street Division, of the Public Works Department, to fuel off-road

vehicles throughout the City. This 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) tandem

axle fuel lube truck (2014 Freightliner M2 112 66,000GVW) from Peach State

Truck Centers (Norcross, GA), in the amount of $212,207.00, via Georgia

Statewide Contract #99999-SPD-10000039-0002. 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 K?





A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF FIVE (5) SERVICE TRUCKS [2013

FORD F250 REGULAR CAB V8 LONG BED 4X2 (3/4 TON)], FROM ALLAN VIGIL FORD

(MORROW, GA), IN THE AMOUNT OF $23,408.00 PER UNIT, FOR A TOTAL COST OF

$117,040.00 ($23,408.00 each), VIA GEORGIA STATEWIDE CONTRACT #S-90795-B32.



WHEREAS, these vehicles were approved in the FY13 Budget under the

Vehicle Replacement Program. Vehicles #9981, #9668, #9667, #9979, and #9805

were declared salvage due to high mileage, age, mechanical and safety issues,

and high operation cost. Three (3) of the trucks will be used by Facilities

Maintenance and the remaining two (2) will be used by Parks & Recreation. The

trucks will be used by employees servicing when other vehicles, City buildings

and facilities. These are replacement vehicles.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase five (5) service

trucks [2013 Ford F-250 Regular Cab V8 Long Bed 4x2 (3/4 ton)] from Allan Vigil

Ford (Morrow, GA), in the amount of $23,408.00 per unit, for a total cost of

$117,040.00 ($23,408.00 each), via Georgia Statewide Contract #S-90795-B32.

Funds are budgeted in the FY13 Budget: General Fund ? Public Works ? Facility

Maintenance ? Light Trucks; 0101-260-2700-MNTN-7722. General Fund ? Parks and

Recreation ? Parks Services ? Light Trucks; 0101-270-2100-PSRV-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 L?



A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE PURCHASE AND INSTALLATION OF TELEVISION

STUDIO EQUIPMENT FROM THE WH PLATTS COMPANY (NORCROSS, GA), FOR CCG-TV, TO BE

HOUSED IN THE NEW CITY SERVICES CENTER CURRENTLY UNDER CONSTRUCTION.



WHEREAS, an RFP was administered (RFP 13-0023) and two proposals were received

from qualified offerors; and,



WHEREAS, the proposal submitted by The WH Platts Company, met all proposal

requirements and was evaluated most responsive to the RFP;



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



That the City Manager is hereby authorized to negotiate and purchase

television studio equipment and installation services for the CCG-TV, from The

WH Platts Company, (Norcross, GA). Funds are budgeted in the FY13 Budget: Tax

Lease Rev Bonds/2010B Fund ? 2010 CBA Bonds ? City Service Center ? ;

0559-800-2130- - -82008-20130.



______________________________



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

Attachments


No attachments for this document.

Back to List