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.