Agenda Item # 7
Columbus Consolidated Government
Council Meeting
September 11, 2012
Agenda Report # 104
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) ZERO TURN RADIUS MOWERS
It is requested that Council approve the purchase of five (5) Zero Turn Radius
Mowers from Moridge Manufacturing (Moundridge, KS), in the amount of
$42,445.00 ($8,489.00 per unit), via Georgia Statewide Contract
#99999-SPD0000043.
Six (6) mowers were approved in the FY13 Budget, but due to budget constraints,
only five (5) mowers can be purchased. The mowers are replacement units and
will be used by the Urban Forestry Division of the Public Services Department
to cut and maintain City right-of-ways.
Funds are budgeted in the FY13 Budget: Paving Fund ? Public Services ? Right
Of Way Maintenance ? Rolling Stock; 0203-260-3120-ROWM-7726.
* * * * * * * *
(B) MID-SIZE SEDANS
It is requested that Council authorize the purchase of three (3) additional
Mid-Size Sedans (2013 Ford Fusion), from Rivertown Ford, (Columbus, GA) in the
amount of $50,730.00.
The vehicles will be used by the Columbus Fire & Emergency Medical Services
Department. One (1) vehicle is a replacement for vehicle #3197 that was totaled
and for which insurance proceeds were receipted on 2/17/12. The two (2)
remaining vehicles are staff sedans that were approved in the FY13 Budget.
Rivertown Ford was the awarded vendor for RFB 13-0006, and has agreed to
provide the additional sedans for the awarded bid price of $16,910.00 per unit,
for a total of $50,730.00.
Funds are budgeted in the FY13 Budget as follows: One (1) replacement vehicle
budgeted in General Fund ? Fire & EMS ? Fire/EMS Admin ? Automobiles;
0101-410-2800-ADSR-7721.
Two (2) new staff vehicles budgeted in LOST-Public Safety Fund ? Fire & EMS ?
Public Safety-LOST ? Automobiles; 0102-410-9900-LOST-7721.
* * * * * * * *
(C) SERVICE CONTRACT FOR VARIOUS TYPES OF ENGINES ? (ANNUAL CONTRACT) ? RFB NO.
13-0011
It is requested that Council approve the purchase of a service contract for
various types of engines from Associated Fuel System, Inc., and Jasper Engines
& Transmissions for the estimated annual contract value of $69,695.43. The
estimated contract value is based on the amount the department has budgeted for
engines.
Engine repair and rebuild services are required for METRA Transit System, and
will be procured on an ?as needed? basis. The contract period shall be for
three years with the option to renew for two additional twelve-month periods.
Contract renewal is contingent upon the mutual agreement of the Contractor and
the City.
Bid postcard invitations were mailed to fifteen (15) vendors, and posted on the
City?s website, and Georgia Procurement Registry. The bid has been advertised,
opened and reviewed. The bidders were:
Description/Annual Estimated Repairs Associated Fuel System
(Conley, GA) Jasper Engines & Transmissions
(Jasper, IN) W.W. Williams
(Atlanta, GA)
1. Detroit Series 40 $12,799.50 $11,406.00 $13,798.00
2. Cummins ISL $14,608.13 $14,687.00 $23,353.00
3. Detroit Series 50 $19,588.80 N/A $28,103.00
4. GMC Duramax Diesel 4500 $12,770.90 N/A $14,179.00
5. 5.9 Liter Cummins $6,662.04 $7,306.00 $13,941.00
6. International VT 365 $12,116.96 $10,328.00 $14,705.00
7. Cummins ISB 5.9 $9,993.60 $10,496.00 $13,941.00
Funds are budgeted each fiscal year for this on-going expense: Transportation
Fund ? METRA FTA (UMTA), Bus Engines; 0751-610-2400-MFTA-7727; (City 10%;
Federal 80% and State 10%).
* * * * * * * *
(D) MASONRY PRODUCTS (RE-BID) (ANNUAL CONTRACT) - RFB NO. 12-0061
It is requested that Council approve the annual contract for the purchase of
masonry products from W.T. Harvey Lumber Co, D.A.T. Trucking, Inc., Ferguson
Waterworks and Jenkins Brick Company, for the estimated annual contract value
of $123,006.00.
Masonry products will consist of: portland cement, concrete ready mix
w/gravel, brick sand, concrete sand, brick 3 hole, brick 8", brick 8" fire
brick, concrete blocks and mound mix. Public Services and Park Services will
use the masonry products on an "as needed" basis. The contract period is for
two (2) years with the option to renew for three (3) additional twelve-month
periods. Contract renewal is contingent upon mutual agreement of the City and
Contractor.
Bid postcard invitations were mailed to sixty-seven (67) vendors, and posted on
the City?s website, and Georgia Procurement Registry. The bid has been
advertised, opened and reviewed. Bids were received from the following
vendors: W.T. Harvey Lumber Co. (Columbus, GA), D.A.T. Trucking, Inc. (Smiths,
AL), Ferguson Waterworks (Columbus, GA), Jenkins Brick Company (Columbus, GA)
and Boral Building Products (Phenix City, AL). The lowest, responsible,
responsive bidders per line items are as follows:
VENDOR/DESCRIPTION ESTIMATED
QUANTITY UNIT PRICE TOTAL COST
W.T. Harvey Lumber Co. (Columbus, GA)
Concrete Ready Mix w/Gravel (40lb)
3,000 Bags
$3.35
$10,050.00
D.A.T. Trucking, Inc (Smiths, AL)
Brick Sand
Concrete Sand
Sand (Medium Grade Washed River Sand)
Mound Mix (Top Dressing ? Pre-Mixed compound of sand and clay)
30 Tons
50 Tons
500 Tons
2 Tons
10,000 Each
$4.00
$4.00
$4.00
$4.00
$1.00
$120.00
$200.00
$2,000.00
$8.00
$2,320.00
Ferguson Waterworks (Columbus, GA)
Portland Cement ? Type I
72 Bags
$7.74
$55,728.00
Jenkins Brick Company (Columbus, GA)
Brick 3 Hole Common, Grade SW Conform with ASTM C-55 Federal SS-663B
Brick, 8? Smooth Select Red, Grade SW Conform with ASTM C-216-75A
Brick, 8? Fire Brick
Concrete Blocks, Type I, Grade ?N? Conform with ASTM Spec. C-90?
20,000 Each
20,000 Each
10,000 Each
2 Tons
$0.26
$0.46
$1.35
$1.35
$5,200.00
$9,200.00
$13,500.00
$27,000.00
$54,900.00
TOTAL ESTIMATED CONTRACT VALUE $123,006.00
Boral Building Products (Phenix City, AL): Vendor bid was incomplete for
failure to submit required ?Insurance Checklist? (Appendix B). Vendor was
notified in writing.
Funds are budgeted each fiscal year for this ongoing expense: Sewer Fund ?
Public Services ? Sewer Maintenance ? Operating Materials,
0202-260-3210-SWRM-6728; Paving Fund ? Public Services ? Repairs and
Maintenance ? Operating Materials, 0203-260-3110-REPR-6728; Paving Fund ?
Public Services ? Right Of Way Maintenance ? Operating Materials,
0203-260-3120-ROWM-6728.
* * * * * * * *
(E) BALL FIELD SOIL CONDITIONER (ANNUAL CONTRACT) ? RFB NO. 13-0007
It is requested that Council approve the annual contract for the purchase of
Ball Field Soil Conditioner on an "as needed" basis? from Kelly Seed Company
and Columbus Fire & Safety for the estimated annual contract value of
$37,900.00. Ball Field Soil Conditioner consists of Soil Conditioner Medium
Grade, Soil Conditioner Fine Grade, Mound Clay and Infield Mix.
The Park Services Division of Parks and Recreation will use the ball field
conditioner to absorb moisture on the ball fields, usually after it has rained
and specifically, to get ball fields ready for play during tournaments. The
contract period shall be for two (2) year, with the option to renew for three
(3) additional twelve-month periods.
Bid postcard invitations were mailed to forty (40) vendors, and posted on the
City?s website, and Georgia Procurement Registry. The bid has been advertised,
opened and reviewed. The bidders were:
Description/Vendors Soil Conditioner (Medium Grade) Soil Conditioner
(Fine Grade) Mound Clay Infield Mix
Estimate Quantity 1,600.00 Bags
(40 Pallets) 800 Bags
(20 Pallets) 400 Bags
(10 Pallets 250 Tons
Kelly Seed Co., L.L.C.
(Hartford, AL) $6.75 per bg $10,800.00 $6.80 per bg $5,440.00 $7.90 per bg $3,160.00 NB
Columbus Fire & Safety
(Columbus, GA) $7.95 per bg $12,720.00 $8.15 per bg $6,520.00 $9.75 per bg $3,900.00 $74.00 per tn $18,500.00
BWI
(Greer, SC) $7.75 per bg $12,400.00 $7.75 per bg $6,200.00 $7.75 per bg $3,100.00 NB
*Green Acres
(Snellville, GA) $275.00 per tn
$11,000.00 $275.00 per tn
$5,500.00 NB $65.00 per tn $16,375.00
*John Deere
(Cleveland, OH) $7.40 per bg $11,840.00 $7.25 per bg $5,800.00 $12.15 per bg $4,860.00 NB
*Taylor Baseball
(Bradenton, FL) $6.49875 per bg $10,398.00 $6.49875 per bg $5,199.00 NB NB
*Pennington Seed
(Madison, GA) $6.95 per bg $11,120.00 $7.10 per bg $11,360.00 $7.50 per bg $12,000.00 NB
*Vendors failed to submit required ?24 Hour Delivery Agreement Statement? and
Product Literature, therefore bid was deemed incomplete. Vendors have been
notified, in writing, of the incomplete bid.
Funds will be budgeted each fiscal year for this ongoing expense: General Fund
? Parks and Recreation - Park Services ? Operating Materials;
0101-270-2100-PSRV-6728.
* * * * * * * *
(F) PROFESSIONAL ANALYSIS OF THE COLUMBUS FIRE AND EMERGENCY MEDICAL SERVICES
PROMOTIONAL PROCEDURE (ANNUAL CONTRACT) ? RFB NO. 02-0009
It is requested that Council approve the extension of the annual contract for
Professional Analysis of the Columbus Fire and Emergency Medical Services
Promotional Procedure with CWH Management Solution for five years, with a new
contract end date of September 2017.
Council approved the contract with CWH Management Solution on January 15, 2002
(Resolution No. 17-02), which expired on January 30, 2012.
Listed below are the reasons Columbus Fire & EMS is requesting the extension
and why it would benefit the department:
The promotional examination is only given every two years. The next scheduled
test will be late 2012, with the list of candidates that would be in effect
late 2015.
The final phases of the integrated ranks from the merger of the Fire and EMS
will be completed within the next 5 years.
Department Job Task analysis are 10 years old and are required to be
re-evaluated. The job task analysis re-evaluation process is scheduled to
begin in 2014.
CWH will complete approximately 9 remaining Job descriptions.
CWH will modify Promotional Procedures and present to Council for approval.
The qualifications of the vendor are as follows:
No other consultant knows the Columbus Fire & Emergency Medical Services
(Department) better than CWH. CWH was instrumental in leading the difficult
and contentious process for merging Fire and EMS Departments since 2000. CWH
wrote the current promotional ordinance and played a critical role in gaining
acceptance of the ordinance from the members of the Fire & EMS Department,
Mayor, and City Council. CWH will be able to continue this effort as the
current promotional policy is evaluated and modified as needed.
No other consultant understands the department or the promotional positions
better than CWH: CWH conducted the job analyses in 2000 and 2001; CWH wrote the
job descriptions for all positions in the Fire & EMS Department.
CWH is trusted by members of the Department. CWH was instrumental in building
support for the merge from Department management, the Firefighters Association,
and rank-and-file members. CWH is valued and respected by members of the
department, who have consistently given very high evaluations of the
promotional processes.
CWH has a 10-year track record of success with the Department. In 10 years;
there has never been a grievance or any kind of legal challenge to any of the
promotional processes.
CWH has consistently provided high quality, effective promotional processes:
Promotional processes developed by CWH identified many of the Department?s
current leaders.
CWH has already invested a substantial amount of time over the past 10 years
meeting with members of the Department, learning about the issues and
challenges facing the Department, and studying the techniques, tools, and
processes used in the Department. This knowledge and experience will greatly
reduce the time commitments of Department personnel that would be required to
inform any other consultant about the Department and its history.
CWH has provided the highest standard in promotional testing at a very
competitive cost to the City of Columbus for the past 10 years and they won the
competitive bid for this work in 2000.
CWH?s promotional processes provide the highest level of legal defensibility.
Because of CWH?s commitment to the highest standards in research and
validation, no CWH product or process has ever been challenged in court in
their over 30 year history of providing test and validation services to public
safety agencies.
CWH is the national leader in best practices for test development and
validation to reduce adverse impact and maintain high validity ? The testing
results over the past years have demonstrated no adverse impact and have
allowed the fire department to increase diversity in its supervisory ranks.
CWH has received the highest professional excellence awards from their
professional organization (e.g., the 1999 M. Scott Myers Award from the Society
of Industrial/Organizational Psychology) for its innovative and excellent
products and services. No other consulting firm has won these accolades and
awards. CWH products and services have been recommended to government
Funds are budgeted each fiscal year for this ongoing expense: Department of
Fire and Emergency Medical Services ? Fire/EMS Operations - Promotional Exam
Board Fees; 0101-410-2100-FOPR-6356.
* * * * * * * *
(G) LAWN MAINTENANCE EQUIPMENT (ANNUAL CONTRACT) -
RFB NO. 12-0062
It is requested that Council approve the purchase of lawn maintenance equipment
on an "as needed" basis from Home Hardware, Inc. and Sunsouth, LLC, for the
estimated annual contract value of $73,888.33. Various City departments will
use the lawn maintenance equipment, which includes various mowers, edgers,
trimmers and chain saws.
The contract period will be for two (2) years with the option to renew for
three (3) additional twelve-month periods. The contract renewal is contingent
upon the mutual agreement of City and contractor.
Bid postcard invitations were mailed to two hundred and eighty-nine (289)
vendors, posted on the City?s website, and Georgia Procurement Registry. The
bid has been advertised, opened and reviewed. The bidders were:
Vendor/Description Home Hardware, Inc.
(Columbus, GA) Sunsouth, LLC
(Columbus, GA) **Hamilton
Equipment
(Columbus, GA) Best Rental Corp
(Auburn, AL) Columbus Outdoor
Equipment
(Columbus, GA
Gasoline Powered Edgers (25 ea.) $331.76 *$331.76 $335.00 $375.00 $359.99
Gasoline Powered Trimmers (158 ea.) $300.16 *$300.16 $279.00 $340.00 $335.99
Mowers, High Wheel Push (26 ea.) $694.40 No Bid No Bid No Bid No Bid
Blowers (20 ea.) $300.16 $339.66 $303.00 $340.00 $351.99
Chain Saws, Min. 3.0 Cubic Inch (22 ea.) $529.26 $300.16 $535.00 $580.00 $459.99
Chain Saws, Min. 3.2 Cubic Inch (12 ea.) $710.96 $418.66 $719.00 $798.00 $495.99
Mowers, Rotary/Self-Propelled (2 ea.) $786.00 $1,061.65 No Bid No Bid No Bid
**Sunsouth, LLC was not recommended for award of the Gasoline Powered Edgers
and Gasoline Powered Trimmers due to their approximately delivery timeframe of
10 days. The using departments constantly request fast turn-a-round time for
these items with the high demands of backlogged work orders. Ten days would
further delay in-service equipment. Vendor was notified in writing.
*Hamilton Equipment did not meet specification on the Gasoline Powered
Trimmers. Vendor was notified in writing.
Funds are budgeted each fiscal year for this ongoing expense: General Fund ?
Parks & Recreation - Park Services? Operating Materials,
0101-270-2100-PSRV-6728; Sewer Fund - Public Services ? Sewer Maintenance ?
Operating Materials, 0202-260-3210-SWRM-6728; Paving Fund ? Public Services ?
Right of Way Maintenance ? Operating Materials, 0203-260-3120-ROWN-6728; Paving
Fund ? Public Services ? Repairs and Maintenance ? Operating Materials,
0203-260-3110-REPA-6728.
* * * * * * * *
(H) IN-CAR VIDEO SYSTEMS - RFB NO. 13-0014
It is requested that Council approve the purchase and installation of
thirty-six (36) Eagleye Model 200 Digital In-Car Video Systems, which includes
two (2) 32Gb SD Cards, LCD Monitor and Body Pack, and Crash Sensor, from
Interceptor Public Safety Products, Inc., (Forsyth, GA) in the amount of
$117,000.00.
Thirty (30) units will be used by the Columbus Police Department, and six (6)
units will be used by the Marshal?s Office. The Eagleye Model 200 digital
in-car video systems will be installed in pursuit vehicles, to record current
events handled by Law Enforcement. Video Camera Systems are equipped with
wireless audio receiving and transmitting capabilities allowing the
documentation of traffic stops, preserving the chain of evidence, aiding in
officer training and improving officer safety. All recorded information is
stored in the Property & Evidence Department for review, if needed.
The awarded vendor will be required to remove the old video systems from
pursuit vehicles and install the new video systems into the vehicles. The work
will take place at the CCG Garage in Columbus, Georgia to avoid the necessity
of transporting the vehicles to and from an out of town location.
Bid postcard invitations were mailed to ninety-five vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Three bids were received on August 22. This bid
has been advertised, opened and reviewed. The bidders were:
Vendor Installation Location Rem. of old units/
Install. of new units
Unit Price Rem. of old units/
Install. of new units
Total Price
(36 Units) Eagleye?
Unit Price Eagleye?
Total Price
(36 Units) GRAND
TOTAL
Interceptor Public Safety Products, Inc.
(Forsyth, GA) CCG
Garage $100.00 $3,600.00 $3,150.00 $113,400.00 $117,000.00
Columbus
Communications, Inc.
(Columbus, GA) City's
Fleet
Shop $90.00 $3,240.00 $3,335.00 $120,060.00 $123,300.00
West Chatham
Warning Devices
(Savannah, GA) 5201
Hamilton Road $200.00 $7,200.00 $3,292.00 $118,512.00 $125,712.00
Funds are budgeted in the FY13 Budget as follows: Police ? LOST-Public Safety ?
Police ? Public Safety-LOST ? Capital Expend-Over $5,000;
0102-400-9900-LOST-7763.
Marshal ? LOST-Public Safety ? Municipal Court ? Public Safety-LOST ? Capital
Expend-Over $5,000; 0102-530-9900-LOST-7763.
* * * * * *
(I) PAPERLESS/WIRELESS STENO WRITERS FOR COURT REPORTERS
It is requested that Council approved the purchase of six (6) Diamante Writers
with Bluetooth Kit and Extended battery from Stenograph (Elmhurst, IL), in the
amount of $30,442.70 ($5,073.78 each).
Per Ordinance #12-2 the City changed the Classification and Pay Plan by adding
the position of Official Court Reporter. Currently, there are six (6)
Official Court Reporters. Along with this change, the City agreed to purchase
various equipment required for Court Reporter duties.
The Superior Court Judges and Court Reporters have requested to purchase
Diamante Writers for each court reporter. The Diamante Writer is manufactured
by Stenograph, and is therefore considered an only known source for the Writer
per the Procurement Ordinance, Article 3-114.
Funds are available in the FY13 Budget: General Fund ? Superior Court ? Chief
Judge Superior Court, Judge McBride, Judge Rumer, Judge Smith, Judge Peters,
Judge Jordan ? Capital Expenditures Over $5,000; 0101-500-1000, 2150, 2160,
2170, 2180, 2190 ? SUPJ ? 7761
?ITEM A?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE PURCHASE OF FIVE (5) ZERO TURN RADIUS
MOWERS, FROM MORIDGE MANUFACTURING (MOUNDRIDGE, KS), IN THE AMOUNT OF
$42,445.00 ($8,489.00 PER UNIT), VIA GEORGIA STATEWIDE CONTRACT
#99999-SPD0000043.
WHEREAS, six (6) mowers were approved in the FY13 Budget, but due to budget
constraints, only five (5) mowers can be purchased. The mowers are replacement
units and will be used by the Urban Forestry Division of the Public Services
Department to cut and maintain City right-of-ways.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase five (5) mowers
from Moridge Manufacturing (Moundridge, KS), in the amount of $42,445.00
($8,489.00 per unit), via Georgia Statewide Contract #99999- SPD0000043. Funds
are budgeted in the FY13 Budget: Paving Fund ? Public Services ? 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 ____________________, 2012 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 THREE (3) MID-SIZE SEDANS
(2013 FORD FUSION), FROM RIVERTOWN FORD (COLUMBUS, GA), IN THE AMOUNT OF
$50,730.00.
WHEREAS, the vehicles will be used by the Columbus Fire & Emergency
Medical Services Department. One (1) mid-size sedan is a replacement for
vehicle #3197, which was totaled and insurance proceeds were receipted on
2/17/12. The two (2) remaining vehicles are staff sedans that were approved in
the FY13; and,
WHEREAS, Rivertown Ford was the awarded vendor for RFB 13-0006, and has agreed
to provide the additional sedans for the awarded bid price of $16,910.00 per
unit, for a total of $50,730.00.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase three (3) 2013 Ford
Fusions, from Rivertown Ford, (Columbus, GA) in the amount of $50,730.00.
Funds are budgeted in the FY13 Budget as follows: One (1) replacement vehicle
budgeted in General Fund ? Fire & EMS ? Fire/EMS Admin ? Automobiles;
0101-410-2800-ADSR-7721. Two (2) new staff vehicles budgeted in LOST-Public
Safety Fund ? Fire & EMS ? Public Safety-LOST ? Automobiles;
0102-410-9900-LOST-7721.
____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 A SERVICE CONTRACT FOR VARIOUS TYPES OF
ENGINES FROM ASSOCIATED FUEL SYSTEMS, INC., AND JASPER ENGINES & TRANSMISSIONS
FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $69,695.43.
WHEREAS, engine repair and rebuild services are required for METRA
Transit System, and will be procured on an ?as needed? basis; and,
WHEREAS, the contract period shall be for three years, with the option
to renew for two additional twelve month periods. Contract renewal is
contingent upon the mutual agreement of the Contractor and the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to enter into a service
contract for various types of engines from Associated Fuel Systems, Inc., and
Jasper Engines & Transmissions for the estimated annual contract value of
$69,695.43. Funds are budgeted each fiscal year for this ongoing expense:
Transportation Fund - METRA FTA (UMTA), Bus Engines, 0751-610-2400-MFTA-7727;
(City 10%, Federal 80% and State 10%)
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 ANNUAL CONTRACT FOR THE PURCHASE OF
MASONRY PRODUCTS FROM W.T. HARVEY LUMBER CO., D.A.T. TRUCKING, INC., FERGUSON
WATERWORKS AND JENKINS BRICK COMPANY FOR THE ESTIMATED CONTRACT VALUE OF
$123,006.00.
WHEREAS, masonry products will consist of: portland cement, concrete ready mix
w/gravel, brick sand, concrete sand, brick 3 hole, brick 8", brick 8" fire
brick, concrete building brick and concrete blocks. The masonry products will
be used by Public Services Department on an "as needed" basis; and
WHEREAS, the contract period is for two (2) years with option to renew for
three (3) additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract to purchase masonry products from W.T. Harvey Lumber Co., D.A.T.
Trucking, Inc., Ferguson Waterworks and Jenkins Brick Company for the estimated
annual contract value of $123,006.00. Funds are budgeted each fiscal year for
this ongoing expense: Sewer Fund ? Public Services ? Sewer Maintenance ?
Operating Materials, 0202-260-3210-SWRM-6728; Paving Fund ? Public Services ?
Repairs and Maintenance ? Operating Materials, 0203-260-3110-REPR-6728; Paving
Fund ? Public Services ? Right Of Way Maintenance ? Operating Materials,
0203-260-3120-ROWM-6728.
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 ANNUAL CONTRACT FOR THE PURCHASE OF BALL
FIELD SOIL CONDITIONER ON AN "AS NEEDED" BASIS FROM KELLHY SEED COMPANY AND
COLUMBUS FIRE & SAFETY FOR THE ESTIMATED CONTRACT VALUE OF $37,900.00.
WHEREAS, the Park Services Division of Parks and Recreation will use
the ball field conditioner to absorb moisture on the ball fields, usually after
it has rained and specifically, to get ball fields ready for play during
tournaments; and,
WHEREAS, the amount of ball field conditioner to be purchased will be
strictly determined by the weather. The contract period shall be for two (2)
years, with the option to renew for three (3) additional twelve-month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract for the purchase of Ball Field Soil Conditioner on an "as needed"
basis? from Kelly Seed Company and Columbus Fire & Safety for the estimated
annual contract value of $37,900.00. Funds will be budgeted each fiscal year
for this ongoing expense: General Fund ? Parks & Recreation - Park Services ?
Operating Materials; 0101-270-2100-PSRV-6728.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 EXTENSION OF THE ANNUAL CONTRACT FOR
PROFESSIONAL ANALYSIS OF THE COLUMBUS FIRE AND EMERGENCY MEDICAL SERVICES
PROMOTIONAL PROCEDURES WITH CWH MANAGEMENT SOLUTION FOR FIVE YEARS, WITH A NEW
CONTRACT END DATE OF SEPTEMBER 2017.
WHEREAS, Council approved the contract with CWH Management Solution on
January 15, 2002 (Resolution No. 17-02), which expired on January 30, 2012; and,
WHEREAS, the Fire and EMS Department requests extension of the contract
for the following reasons: 1) The promotional examination is only given every
two years. The next scheduled test will be late 2012, with the list of
candidates that would be in effect late 2015;
2) The final phases of the integrated ranks from the merger of the Fire and EMS
will be completed within the next 5 years; 3) Department Job Task analysis are
10 years old and are required to be re-evaluated. The job task analysis
re-evaluation process is scheduled to begin in 2014; 4) CWH will complete
approximately 9 remaining Job descriptions; and 5) CWH will modify Promotional
Procedures and present to Council for approval
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to extend the contract for
Professional Analysis of the Columbus Fire and Emergency Medical Services
Promotional Procedure, with CWH Management Solution for five years. Funds are
budgeted each fiscal year for this ongoing expense, Department of Fire and
Emergency Medical Services ? Fire/EMS Operations - Promotional Exam Board Fees;
0101-410-2100-FOPR-6356.
_______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2012 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 LAWN MAINTENANCE EQUIPMENT ON AN "AS
NEEDED" BASIS FROM HOME HARDWARE, INC. AND SUNSOUTH, LLC, FOR THE ESTIMATED
ANNUAL CONTRACT VALUE OF $73,888.33.
WHEREAS, the lawn maintenance equipment will be used by various City
departments, which includes various mowers, edgers, trimmers and chain saws;
and,
WHEREAS, the contract term is for a period of two (2) years with the option to
renew for three (3) additional twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase lawn maintenance
equipment on an "as needed" basis from Home Hardware, Inc. and Sunsouth, LLC.,
for the estimated annual contract value of $73,888.33. Funds are budgeted each
fiscal year for this ongoing expense: Funds are budgeted each fiscal year for
this ongoing expense: General Fund ? Parks & Recreation - Park Services?
Operating Materials, 0101-270-2100-PSRV-6728; Sewer Fund - Public Services ?
Sewer Maintenance ? Operating Materials, 0202-260-3210-SWRM-6728; Paving Fund ?
Public Services ? Right of Way Maintenance ? Operating Materials,
0203-260-3120-ROWN-6728; Paving Fund ? Public Services ? Repairs and
Maintenance ? Operating Materials, 0203-260-3110-REPA-6728.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2012 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 PURCHASE AND INSTALLATION OF THIRTY-SIX
(36) EAGLEYE MODEL 200 DIGITAL IN-CAR VIDEO SYSTEMS, WHICH INCLUDE TWO (2) 32GB
SD CARDS, LCD MONITOR AND BODY PACK, AND CRASH SENSOR, FROM INTERCEPTOR PUBLIC
SAFETY PRODUCTS, INC. (FORSYTH, GA), IN THE AMOUNT OF $117,000.00.
WHEREAS, thirty (30) units will be used by the Columbus Police
Department, and six (6) units will be used by the Marshal?s Office, to record
current events handled by Law Enforcement; and,
WHEREAS, the awarded vendor will be required to remove the old video
systems from pursuit vehicles and install the new video systems into the
vehicles. The work will take place at the CCG Garage in Columbus, Georgia to
avoid the necessity of transporting the vehicles to and from an out of town
location.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase thirty-six (36)
Eagleye Model 200 Digital In-Car Video Systems, which include two (2) 32Gb SD
Cards, LCD Monitor and Body Pack, and Crash Sensor, from Interceptor Public
Safety Products, Inc. (Forsyth, GA) in the amount of $117,000.00. Funds are
budgeted in the FY13 Budget as follows:
Police ? LOST-Public Safety ? Police ? Public Safety-LOST ? Capital Expend-Over
$5,000; 0102-400-9900-LOST-7763.
Marshal ? LOST-Public Safety ? Municipal Court ? Public Safety-LOST ? Capital
Expend-Over $5,000; 0102-530-9900-LOST-7763.
___________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the ___________ day of ____________, 2012 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 purchase SIX (6) DIAMANTE WRITERS WITH
BLUETOOTH KIT AND EXTENDED BATTERY FROM STENOGRAPH (ELMHURST, IL), IN THE
AMOUNT OF $30,442.70 ($5,073.78 EACH).
WHEREAS, Per Ordinance #12-2 the City changed the Classification and Pay Plan
by adding the position of Official Court Reporter. Currently, there are six
(6) Official Court Reporters. Along with this change, the City agreed to
purchase various equipment required for Court Reporter duties; and,
WHEREAS, the Superior Court Judges and Court Reporters have requested to
purchase Diamante Writers for each court reporter. The Diamante Writer is
manufactured by Stenograph, and is therefore considered an only known source
for the Writer per the Procurement Ordinance, Article 3-114.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase six (6) Diamante
Writers with Bluetooth Kit and Extended battery from Stenograph (Elmhurst, IL),
in the amount of $30,442.70 ($5,073.78 each). Funds are available in the FY13
Budget: General Fund ? Superior Court ? Chief Judge Superior Court, Judge
McBride, Judge Rumer, Judge Smith, Judge Peters, Judge Jordan ? Capital
Expenditures Over $5,000; 0101-500-1000, 2150, 2160, 2170, 2180, 2190 ? SUPJ ?
7761.
________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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.