Agenda Item # 5
Columbus Consolidated Government
Council Meeting
May 8, 2012
Agenda Report # 049
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) EDUCTOR TRUCK
It is requested that Council approve the purchase of one (1) eductor truck
(Combination Jet/Vacuum Sewer Cleaner with all standard equipment V312/1000)
via National Joint Powers Alliance (NJPA) Contract #031710-AMI, from Atlantic
Machinery, Inc. (Silver Spring, MD), in the amount of $285,370.00.
The eductor truck was approved in the FY12 Mid-Year Budget, and will be used by
the Rainwater Division of the Public Services Department to clean storm/drain
pipes. It is a replacement unit.
The purchase will be accomplished via Request for Proposal (RFP) #031710,
initiated by the National Joint Powers Alliance (NJPA), whereby Atlantic
Machinery, Inc., was the successful vendor contracted to provide Public Utility
Vehicles and/or Services, Apparatus, Equipment, and/or Accessories. The
contract, which commenced May 27, 2010, is good through May 27, 2014. The
National Joint Powers Alliance is a Service Cooperative created by Minnesota
Statute 123A.21. This statute was created in 1978 and revised in 1995 to allow
participating governmental and municipal agencies to reduce the cost of
purchased goods by leveraging their combined purchasing power. The NJPA bid
process meets the Procurement Ordinance requirements for Columbus Consolidated
Government.
Funds are budgeted in the FY12 Mid-Year Budget: Sewer Fund ? Public Services ?
Sewer Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-7723.
* * * * * *
(B) SERVICE TRUCKS
It is requested that Council approve the purchase of five (5) Service Trucks
via Georgia Statewide Contract, SWC #S-90795-B40, from Allan Vigil Ford
(Morrow, GA) in the amount of $133,173.42. Three (3) trucks will be used by
Fleet Maintenance: one (1) 2012 Ford F-350 Regular Cab, V8 Long Bed 4 x 2 [1
ton] truck at $39,961.00; and, two (2) 2012 Ford F-250 Regular Cab, V8 Long Bed
4 x 2 [? ton] trucks at $22,898.00 each, for a total cost of $45,796.00.
Facilities Maintenance with utilize two (2) 2012 Ford F-250 Regular Cab, V8
Long Bed 4 x 2 [? ton] trucks at $23,708.21 each, for a total cost of
$47,416.42.
The service trucks were approved in the FY12 Mid-Year Budget, and will be used
by personnel to haul tools and equipment needed to service vehicles in the
field and for facility maintenance. These are replacement vehicles.
Funds are budgeted in the FY12 Mid-Year Budget as follows:
Fleet Maintenance: General Fund ? Public Services ? Fleet Management ? Light
Trucks; 0101-260-2300-VHCL-7722 ? $85,757.00.
Facilities Maintenance: General Fund ? Public Services ? Facilities Maintenance
? Light Trucks; 0101-260-2700-MNTN-7722 ? $47,416.42.
* * * * * *
(C) BACKHOE
It is requested that Council approve the purchase of one (1) backhoe
(Caterpillar Model 416F Backhoe Loader) via National Joint Powers Alliance
(NJPA) Contract #060311-CAT, from Yancey Brothers (Fortson, GA), in the amount
of $67,000.00.
The backhoe was approved in the FY12 Mid-Year Budget, and will be used to pull,
load, move and manage equipment on the yard at the Heavy Equipment Shop. It is
a replacement unit.
The purchase will be accomplished via Request for Proposal (RFP) #060311,
initiated by the National Joint Powers Alliance (NJPA), whereby Caterpillar,
Inc., was one of the successful vendors contracted to provide Heavy
Construction Equipment Together With Related Accessories, Supplies, and
Services. The contract, which commenced July 19, 2011, is good through July
19, 2015. The National Joint Powers Alliance is a Service Cooperative created
by Minnesota Statute 123A.21. This statute was created in 1978 and revised in
1995 to allow participating governmental and municipal agencies to reduce the
cost of purchased goods by leveraging their combined purchasing power. The
NJPA bid process meets the Procurement Ordinance requirements for Columbus
Consolidated Government.
Funds are budgeted in the FY12 Mid-Year Budget: General Fund ? Public Services
? Fleet Management ? Heavy Trucks; 0101-260-2300-VHCL-7723.
* * * * * *
(D) SPRAYER TRUCK
It is requested that Council approve the purchase of one (1) Sprayer Truck via
Georgia Statewide Contract #99999-SPD-SPD0000039, from Peach State Truck
Centers (Norcross, GA), in the amount of $142,424.00.
The sprayer truck was approved in the FY12 Mid-Year Budget, and will be used to
spray herbicide on the right-of-way for weed control. It is a replacement unit.
Funds are budgeted in the FY12 Mid-Year Budget: Paving Fund ? Public Services
? Right-of-Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.
(E) FUEL TRUCK
It is requested that Council approve the purchase of one (1) Fuel Truck via
Georgia Statewide Contract #99999-SPD-SPD0000039, from Wade Ford (Smyrna, GA),
in the amount of $62,876.00.
The fuel truck was approved in the FY12 Mid-Year Budget, and will be used to
service and fuel tractors and other equipment that cannot drive to fueling
point. It is a replacement unit.
Funds are budgeted in the FY12 Mid-Year Budget: Paving Fund ? Public Services
? Right-of-Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.
* * * * * *
(F) PLOTTER/PRINTER SERVICES (ANNUAL CONTRACT) - RFB NO. 11-0036
It is requested that Council approve the contract for the rental of
plotter/printer services from The Overby Company (Columbus, GA) for the monthly
rental rate of $314.00 per month and a plotting charge of $0.30 per square
foot. The Contractor will provide, repair, and maintain the plotter/printer, as
well as, provide all expendable supplies, excluding the plotter paper. The
plotter/printer will be utilized by Geographic Information Systems Division to
draw charts and blue prints.
The contract term shall be for sixty (60) months. The contract will be
automatically renewed (without the need for any further action) every 12 months
until the end of such 60-month term.
Bid postcard invitations were mailed to seventy-four vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Two bids were received on March 28, 2012. This
bid has been advertised, opened and reviewed. The bidders were:
Funds will be budgeted each fiscal year for this on-going expense: General Fund
? Engineering ? Geographic Information Systems ? Equipment Rental/Lease;
0101-250-2400-GIS-6543.
* * * * * *
(G) FIRE APPARATUS AND EQUIPMENT
It is requested that Council approve the purchase of one (1) E-One 1500 GPM
Side Mount Rescue Pumper with 1030 Gallon Booster Tank Mounted on a new 2012
Custom E-One typhoon Cab and Chassis, in the amount of $356,411.00 (if pre-paid
in full, the discounted cost will be $347,186.00); and applicable loose
equipment in the amount of $33,464.89, from Hall-Mark Fire Apparatus, Inc.,
(Ocala, Florida).
This replacement fire apparatus was approved in the FY12 Midyear Budget and
will be assigned to Fire Station #1. The new fire truck will replace a unit
that is a 2000 model (12 years old).
To accomplish this purchase, the Department of Fire & EMS is participating in
Bid No 11-10-1202 administered by the Florida Fire Chief?s Association, the
Florida Sheriff?s Association and the Florida Association of Counties. The
cooperative bid was administered by the aforementioned organizations to be
extended and guaranteed to any and all units of local governments and public
safety agencies. The bid contract covers the period of January 1, 2012
through December 31, 2012. The procurement process administered by the
entities in the State of Florida meets the procurement requirements of Columbus
Consolidated Government. The City?s Procurement Ordinance, Article 9-101,
?Cooperative Purchasing Authorized,? allows for participation in this Bid.
Hall-Mark Fire Apparatus is one of the awarded vendors on the contract, and the
fire apparatus, as well as the loose equipment, under the same contract.
Per the contract, a pre-pay discount plan is available to the City for this
purchase, as follows:
Base unit price per truck $356,411.00
Discount for Pre-payment - 9,225.00
Total Discounted Unit Price $347,186.00
Additionally, if full payment for the truck is pre-paid, the City will receive
a rebate of $100.00 each and every day the completed apparatus is delayed and
not delivered by the agreed upon delivery date.
Funds are budgeted in the FY12 Midyear Budget as follows: The Fire Apparatus
is budgeted in LOST/Public Safety ? Fire & EMS ? Public Safety/LOST ? Heavy
Trucks; 0102-410-9900-LOST-7723. The Loose Equipment is budgeted in
LOST/Public Safety ? Fire & EMS ? Public Safety/LOST ? Capital Expenditures
Over $5,000.00; 0102-410-9900-LOST-7761.
* * * * * * * * *
(H) MONITOR/DEFIBRILLATOR AND ACCESSORIES
It is requested that Council approve the purchase of one LifePak
monitor/defibrillator and accessories from Physio Control (Redmond, WA) in the
amount of $33,488.00.
The monitor/defibrillator will be used by the Fire & EMS Department and
assigned to Ambulance M-6 at Fire Station #6. The only "reserve" cardiac
monitor is currently in use at the Training Center, where the Department
teaches EMS certification classes in-house.
The LifePak brand is requested to maintain uniformity of the medical equipment
throughout the department. The Department currently has seventeen (17) LifePak
monitor/defibrillators. Physio Control is the manufacturer of the LifePak
monitor/defibrillators, and is considered the only known source for the
purchase, per the Procurement Ordinance #3-114.
Funds are budgeted in the FY12 Midyear Budget: LOST/Public Safety ? Fire & EMS
? Public Safety/LOST ? Capital Expenditures Over $5,000.00;
0102-410-9900-LOST-7761.
* * * * * * * * *
(I) CONTRACT AMENDMENT FOR 2011 CUT AND COVER PROJECT ? 2ND AVENUE & 11TH
STREET; 17TH AVENUE; AND ROBERT E. LEE DRIVE ? RFB NO. 12-0020
It is requested that Council authorize the execution of Amendment One to the
contract for the 2011 Cut and Cover project, with Southeastern Site
Development, for the purpose of including $32,617.00 for the Rosemont Drive
drainage system project.
Per Resolution No. 402-11, Council authorized the execution of a construction
contract with Southeastern Site Development, Inc., in the amount of
$1,505,263.19, for the 2011 Cut and Cover Project - 2nd Avenue and 11th Street,
17th Avenue, and Robert E. Lee Drive.
Contract Amendment One is for the construction of a drainage system that will
help reduce flooding on Rosemont Drive. The Engineering Department received
many complaints from an owner of apartments located in the area. The owner
provided video of a flood event in which the existing system was surging. It
was noted that the system has a restriction where the pipe changed from a
larger size pipe to a smaller one; there are also some utility conflicts in the
system.
The Engineering Department would like to have the work performed before the
volatile storm season begins. If the traditional bidding process is followed,
it would be mid-summer before the work could begin because of the time involved
in developing plans, specifications and receiving bids. Therefore, the
Engineering Department requested pricing from (2) contractors that are
currently under contract performing similar work:
CONTRACTOR QUOTE
Southeastern Site Development (Newnan, GA) $ 32,617.00
Kam, Inc. (Columbus, GA) 65,000.00
Funds are budgeted in the FY12 Budget: Special Projects Capital Project Fund ?
Stormwater Fund Supported Capital Projects ? Stormwater Fund ? Drainage/street
improvements; 0508-660-2000-CPSF-7622-21118-20120
Emergency Purchase ? Information Only
Emergency Purchase of 600 Gallon Water Heater for Muscogee County Jail:
On May 2, 2012, the Public Services Director requested the emergency purchase
of a 600 gallon water heater for the Jail.
Currently, the jail has only one hot water heater serving the kitchen and
tower. This includes kitchens, bathrooms, showers, etc. for the inmate
population. Should the water heater go down, the area would be without hot
water for four to six weeks until a new one can be fabricated.
The same type of tank, that currently exists, must be purchased so that
re-plumbing and/or refitting will not be required. Facilities Maintenance has
checked prices for alternate tanks and the savings would not be significant
enough to offset the re-plumbing costs. The water heater that is needed is an
A.O. Smith model BTP 600A00N12500. The local sole source vendor for A.O. Smith
is Ferguson, located at 1414 54th St. Expected delivery is 4 to 6 weeks from
time of order. The cost of the water heater is $37,372.00. The City Manager
approved the emergency purchase on May 2, 2012.
Funds are budgeted in the FY12 Budget: General Fund ? Public Services ? Other
Maintenance/Repairs ? ?Building Maintenance ? Public Safety;
0101-260-3710-REPA-6528.
?ITEM A?
A RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) EDUCTOR TRUCK
(COMBINATION JET/VACUUM SEWER CLEANER WITH ALL STANDARD EQUIPMENT V312/1000),
VIA NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT #031710-AMI, FROM ATLANTIC
MACHINERY INC. (SILVER SPRING, MD) IN THE AMOUNT OF $285,370.00.
WHEREAS, the eductor truck is a replacement unit and will be used by the
Rainwater Division of the Public Services Department to clean storm/drain pipes.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) eductor
truck (Combination Jet/Vacuum Sewer Cleaner with all standard equipment
V312/1000) from Atlantic Machinery Inc. (Silver Spring, MD) in the amount of
$285,370.00. Funds are budgeted in the FY12 Mid-Year Budget: Sewer Fund ?
Public Services ? Sewer Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-7723.
_______________________________________
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 FIVE (5) SERVICE TRUCKS VIA
GEORGIA STATEWIDE CONTRACT, SWC #S-90795-B40, FROM ALLAN VIGIL FORD (MORROW,
GA) IN THE AMOUNT OF $133,173.42.
WHEREAS, three (3) trucks will be used by Fleet Maintenance: one (1) 2012 Ford
F-350 Regular Cab, V8 Long Bed 4 x 2 [1 ton] truck at $39,961.00; two (2) 2012
Ford F-250 Regular Cab, V8 Long Bed 4 x 2 [? ton] trucks at $22,898.00 each,
for a total cost of $45,796.00. Facilities Maintenance with utilize two (2)
2012 Ford F-250 Regular Cab, V8 Long Bed 4 x 2 [? ton] trucks at $23,708.21
each, for a total cost of $47,416.42. These are replacement vehicles; and,
WHEREAS, the service trucks were approved in the FY12 Mid-Year Budget, and will
be used by personnel to haul tools and equipment needed to service vehicles in
the field and for facility maintenance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase five (5) Service
Trucks via Georgia Statewide Contract, SWC #S-90795-B40, from Allan Vigil Ford
(Morrow, GA) in the amount of $133,173.42. Funds are budgeted in the FY12
Mid-Year Budget as follows:
Fleet Maintenance: General Fund ? Public Services ? Fleet Management ? Light
Trucks; 0101-260-2300-VHCL-7722 ? $85,757.00.
Facilities Maintenance: General Fund ? Public Services ? Facilities Maintenance
? Light Trucks; 0101-260-2700-MNTN-7722 ? $47,416.42.
_______________________________________
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 THE PURCHASE OF ONE (1) BACKHOE (CATERPILLAR
MODEL 416F BACKHOE LOADER), VIA NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT
#060311-CAT, FROM YANCEY BROTHERS CATERPILLAR (FORTSON, GA), IN THE AMOUNT OF
$67,000.00.
WHEREAS, the backhoe was approved in the FY12 Mid-Year Budget and will be
used to pull, load, move and manage equipment on the yard at the Heavy
Equipment Shop. 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)
Caterpillar model 416F backhoe loader from Yancey Brothers Caterpillar
(Fortson, GA), in the amount of $67,000.00. Funds are budgeted in the FY12
Mid-Year Budget: General Fund ? Public Services ? Fleet Management ? Heavy
Trucks; 0101-260-2300-VHCL-7723.
_______________________________________
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 PURCHASE OF ONE (1) SPRAYER TRUCK VIA
GEORGIA STATEWIDE CONTRACT #99999-SPD-SPD0000039, FROM PEACH STATE TRUCK
CENTERS (NORCROSS, GA) IN THE AMOUNT OF $142,424.00.
WHEREAS, the sprayer truck was approved in the FY12 Mid-Year Budget, and will
be used to spray herbicide on the right-of-way for weed control. 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) Sprayer
Truck via Georgia Statewide Contract #99999-SPD-SPD0000039, from Peach State
Truck Centers (Norcross, GA) in the amount of $142,424.00. Funds are
budgeted in the FY12 Mid-Year Budget: Paving Fund ? Public Services ?
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 ____________________, 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 PURCHASE OF ONE (1) FUEL TRUCK VIA GEORGIA
STATEWIDE CONTRACT #99999-SPD-SPD0000039, FROM WADE FORD (SMYRNA, GA) IN THE
AMOUNT OF $62,876.00.
WHEREAS, the fuel truck was approved in the FY12 Mid-Year Budget, and will be
used to service and fuel tractors and other equipment that cannot drive to
fueling point. 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) Fuel
Truck via Georgia Statewide Contract #99999-SPD-SPD0000039, from Wade Ford
(Smyrna, GA) in the amount of $62,876.00. Funds are budgeted in the FY12
Mid-Year Budget: Paving Fund ? Public Services ? 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 ____________________, 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 EXECUTION OF A CONTRACT FOR THE RENTAL OF
PLOTTER/PRINTER SERVICES FROM THE OVERBY COMPANY (COLUMBUS, GA) FOR THE MONTHLY
RENTAL RATE OF $314.00 PER MONTH, AND A PLOTTING CHARGE OF $0.30 PER SQUARE
FOOT.
WHEREAS, the Contractor will provide, repair, and maintain the plotter/printer,
as well as, provide all expendable supplies, excluding the plotter paper; and,
WHEREAS, the plotter will be utilized by Geographic Information Systems
Division to draw charts and blue prints; and,
WHEREAS, the contract term shall be for sixty (60) months. The contract will
be automatically renewed (without the need for any further action) every 12
months until the end of such 60-month term.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract for the rental
of plotter/printer services from The Overby Company (Columbus, GA) for the
monthly rental rate of $314.00 per month, and a plotting charge of $0.30 per
square foot. Funds will be budgeted each fiscal year for this on-going
expense: General Fund ? Engineering ) Geographic Information Systems ?
Equipment Rental/Lease, 0101-250-2400-GIS-6543.
_________________________________________
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 ONE (1) E-ONE 1500 GPM SIDE MOUNT
RESCUE PUMPER WITH 1030 GALLON BOOSTER TANK MOUNTED ON A NEW 2012 CUSTOM E-ONE
TYPHOON CAB AND CHASSIS, IN THE AMOUNT OF $356,411.00 (IF PRE-PAID IN FULL, THE
DISCOUNTED COST WILL BE $347,186.00); AND APPLICABLE LOOSE EQUIPMENT IN THE
AMOUNT OF $33,464.89, FROM HALL-MARK FIRE APPARATUS, INC., (OCALA, FLORIDA).
WHEREAS, this replacement fire apparatus was approved in the FY12 Midyear
Budget and will be assigned to Fire Station #1;and,
WHEREAS, to accomplish this purchase, the Department of Fire & EMS is
participating in Bid No 11-10-1202 administered by the Florida Fire Chief?s
Association, the Florida Sheriff?s Association and the Florida Association of
Counties. The City?s Procurement Ordinance, Article 9-101, ?Cooperative
Purchasing Authorized,? allows for participation in this Bid; and
WHEREAS, the cooperative bid was administered by the aforementioned
organizations to be extended and guaranteed to any and all units of local
governments and public safety agencies. The bid contract covers the period of
January 1, 2012 through December 31, 2012. The procurement process
administered by the entities in the State of Florida meets the procurement
requirements of Columbus Consolidated Government. Hall-Mark Fire Apparatus is
one of the awarded vendors on the contract, and the fire apparatus, as well as
the loose equipment, under the same contract.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) E-One
1500 GPM Side Mount Rescue Pumper with 1030 Gallon Booster Tank Mounted on a
new 2012 Custom E-One typhoon Cab and Chassis, in the amount of $356,411.00 (if
pre-paid in full, the discounted cost will be $347,186.00); and applicable
loose equipment in the amount of $33,464.89, from Hall-Mark Fire Apparatus,
Inc., (Ocala, Florida). Funds are budgeted in the FY12 Midyear Budget as
follows: The Fire Truck is budgeted in LOST/Public Safety ? Fire & EMS ?
Public Safety/LOST ? Heavy Trucks; 0102-410-9900-LOST-7723. The Loose
Equipment is budgeted in LOST/Public Safety ? Fire & EMS ? Public Safety/LOST ?
Capital Expenditures Over $5,000.00; 0102-410-9900-LOST-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
ITEM H?
A RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) LIFEPAK MONITOR/DEFIBRILLATOR
AND ACCESSORIES FROM PHYSIO CONTROL (REDMOND, WA) IN THE AMOUNT OF $33,488.00.
WHEREAS, the monitor/defibrillator will be used by the Fire & EMS Department
and assigned to Ambulance M-6 at Fire Station #6. The only "reserve" cardiac
monitor is currently in use at the Training Center, where the Department
teaches EMS certification classes in-house; and,
WHEREAS, the LifePak brand is requested to maintain uniformity of the medical
equipment throughout the department. The Department currently has seventeen
(17) LifePak monitor/defibrillators. Physio Control is the manufacturer of the
LifePak monitor/defibrillators, and is considered the only known source for the
purchase, per the Procurement Ordinance #3-114.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) LifePak
monitor/defibrillator and accessories from Physio Control (Redmond, WA) in the
amount of $33,488. Funds are budgeted in the FY12 Midyear Budget: LOST/Public
Safety ? Fire & EMS ? Public Safety/LOST ? Capital Expenditures Over $5,000.00;
0102-410-9900-LOST-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
?ITEM I?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF AMENDMENT ONE TO THE CONTRACT FOR
THE 2011 CUT AND COVER PROJECT, WITH SOUTHEASTERN SITE DEVELOPMENT, FOR THE
PURPOSE OF INCLUDING $32,617.00 FOR A ROSEMONT DRIVE DRAINAGE SYSTEM PROJECT.
WHEREAS, Per Resolution No. 402-11, Council authorized the execution of a
construction contract with Southeastern Site Development, Inc., in the amount
of $1,505,263.19, for the 2011 Cut and Cover Project - 2nd Avenue and 11th
Street, 17th Avenue, and Robert E. Lee Drive; and,
WHEREAS, Contract Amendment One is for the construction of a drainage
system that will help reduce flooding on Rosemont Drive. The Engineering
Department received many complaints from an owner of apartments located in the
area. The owner provided video of a flood event in which the existing system
was surging. It was noted that the system has a restriction where the pipe
changed from a larger size pipe to a smaller one; there are also some utility
conflicts in the system. The Engineering Department would like to have the
work performed before the volatile storm season begins.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute Amendment One to
the contract for the 2011 Cut and Cover project, with Southeastern Site
Development, for the purpose of including $32,617 for a Rosemont Drive drainage
system project. Funds are budgeted in the FY12 Budget: Special Projects
Capital Project Fund ? Stormwater Fund Supported Capital Projects ? Stormwater
Fund ? Drainage/street improvements; 0508-660-2000-CPSF-7622-21118-20120.
_______________________________________
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