Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016

Council Members

Agenda Item # 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


Back to List