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 # 6



Columbus Consolidated Government

Council Meeting



February 23, 2016



Agenda Report # 90





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) 7 YD DUMP TRUCKS ? RFB NO. 16-0012



It is requested that Council authorize the purchase of two (2) Peterbilt 337

cab & chassis for 7 yd dump trucks from Peterbilt of Albany (Albany, GA), at a

unit price of $76,087.00, for a total price of $152,174.00; and the purchase of

two (2) Godwin 300T truck bodies for 7 yd dump trucks from Transport Equipment

Co. (Albany, GA), at a unit price of $14,577.00, for a total price of

$29,154.00. The grand total for two (2) complete units is $181,328.00.



The vehicles were approved in the 2016 Budget and will be used by the staff of

the Rainwater Management Division to transport material such as dirt and rock

to and from job sites. These are replacement units.



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

the Georgia Procurement Registry. Five (5) bids were received on December 16,

2015. This bid has been advertised, opened and reviewed. The bidders were:



Option 1: Cab and Chassis ONLY Option 2: Body ONLY Option 3: Complete Unit

Vendors Year/Manufacturer/

Model Unit Price Total Price

(2 Units) Year/Manufacturer/

Model Unit Price Total Price

(2 Units) Unit Price Total Price

(2 Units)

Peterbilt of Albany

(Albany, GA) 2017

PETERBILT 337 $76,087.00 $152,174.00 NO BID NO BID

Transport Equipment Co.

(Albany, GA) NO BID 2015

GODWIN 300T $14,577.00 $29,154.00 NO BID

Kenworth of Montgomery

(Montgomery, AL) 1 2017

KENWORTH T370 $74,562.00 $149,124.00 NO BID NO BID

Transpower Incorporated

(Albany, GA) 2017

KENWORTH T370 $78,393.00 $156,786.00 NO BID NO BID

Four Star Freightliner

(Montgomery, AL) 2017 FREIGHTLINER

M2 106 NO BID 2016

OX MAVERICK NO BID $90,831.00 $181,662.00

1The low bidder for the Cab and Chassis ONLY was not selected because the

vendor did not meet specifications. The vendor has been notified in writing

and given the opportunity to respond.



Funds are budgeted in the FY16 Budget as follows: Sewer (Stormwater) Fund ?

Public Works ? Sewer Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-7723.



* * * * * *



(B) COLOR PHOTOCOPIER (ANNUAL CONTRACT) ? RFB NO. 11-0037



It is requested that Council approve the extension of the annual

contract with The Overby Company (Columbus, GA) for the lease of color

photocopiers at a reduced cost-per-copy rate of .006 for each black and white

copy and .0609 for each color copy. The color photocopiers are located in the

following offices : one (1) unit for the Planning Department, two (2) units

for the Print Shop, two (2) units for the GIS Divisions, one (1) unit for the

311 Citizens Services Center and one (1) unit for the Tax Assessor?s Office.



Per Resolution #88-11, Council authorized the execution of an annual contract

with The Overby Company for a minimum contract period of sixty (60) months.

The contract for the initial copiers will expire on February 21, 2016.

Additional copiers were added to the contract, with expiration dates in 2018.

Extending the contract will result in reduced costs and will align all using

departments with the same expiration date. The Overby Company has agreed to

extend the current contract, at a reduced cost-per-copy rate, for twenty-eight

(28) months (March 2016 ? June 2018).





Current Cost Per Copy New Cost Per Copy

(12% Rate Reduction)

Black/White Color Black/White Color

.007 .0709 .006 .0609





The Overby Company will provide repair services, maintain the color

photocopiers and provide all expendable supplies, excluding copier paper. The

color copiers are required to enhance graphics for presentations, and to

provide color copies for City departments. All current using departments are

in agreement with the contract extension at the reduced rate. All terms of the

current contract shall apply.



Funds are budgeted each fiscal year for this ongoing expense: Planning ?

Copier Charges, 0101-242-1000-PLAN-6632; Engineering ? Geographic Information

Systems ? Equipment Rental, 0101-250-2400-GIS-6543; Community Reinvestment ?

Print Shop ? Equipment Rental, 0101-240-2900-PRNT-6543; Chief Administrator ?

City Manager ? Copier Charges; 0101-130-1000-CMAN-6632; and Boards and

Commissions ? Tax Assessors ? Copier Charges; 0101-290-1000-TAXA-6632.



* * * * * *



(C) CONTRACT AMENDMENT FOR 5-YEAR CONSOLIDATED PLAN, 1ST YEAR ANNUAL ACTION

PLAN AND ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING ? RFP NO. 16-0002



It is requested that Council authorize a contract amendment with Mullin &

Lonergan Associates (Pittsburgh, PA) in the amount of $17,990.00 for an

Analysis of Impediments to Fair Housing.



During the evaluation phase of the RFP, the Community Redevelopment Division

was notified that the City was exempt from completing another Analysis of

Impediments because of a new Final Rule on Affirmatively Furthering Fair

Housing. Subsequently, per Resolution #304-15, Council awarded the contract to

Mullin & Lonergan Associates for the 5-Year Consolidated Plan and the 1st Year

Annual Action Plan only.



However, the Final Rule was adopted in December 2015 and now the City is

required to update its Analysis of Impediments to Fair Housing. The analysis

must be completed by May 15, 2016. Because the firm of Mullin & Lonergan

Associates is still performing services for the 5-Year Consolidated Plan and

1st Year Annual Action Plan, and for continuity of services, the Purchasing

Division requested an itemized quote from the firm.



Mullin & Lonergan agreed to complete the services and provide the final

deliverables no later than May 15, 2016, for a fee of $17,990.00. The

Community Reinvestment Division approves the proposal for the Analysis of

Impediments to Fair Housing.



Funds are available in the FY16 Budget from Prior Year Funds: HOME Fund ?

Community Reinvestment ? HOME ? Professional Services; 0213-245-2500-HOME-6311.



* * * * * *



(D) NEW ROUTERS/SWITCHES TO UPGRADE PHONE CONNECTIVITY

It is requested that Council approve the purchase of new routers and switches

from CPAK Technology Solutions (Lagrange, GA) in the amount of $30,736.40. The

purchase will be made, by cooperative purchase, via Georgia Statewide Contract

#99999-SPD-T20120501-0006, awarded to Cisco, for whom CPAK is an authorized

partner.

The Information Technology Department is requesting to purchase the new

routers/switches to upgrade the connectivity of the AT&T phone lines to the

City?s network so we can continue to call out from our Cisco desk phones. This

purchase will replace the outdated equipment with new, warrantied equipment for

the Public Safety Building, Annex, and Government Center; and will provide

better reliability and redundancy.

Funds are budgeted in the FY16 Budget from FY15 and FY16 LOST Infrastructure

Technology Allocation: LOST/Infrastructure Fund ? Information Technology ?

Infrastructure/LOST ? Communications Equipment; 0109 ? 210 ? 9901? ISS ? 7733 -

90001-20150 & 20160.

* * * * * *



(E) PURCHASE OF COMPUTER EQUIPMENT AND ACCESSORIES BY COOPERATIVE PURCHASE

UTILIZING MUSCOGEE COUNTY SCHOOL DISTRICT CONTRACT (ANNUAL CONTRACT)

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

computer equipment and accessories, on an as needed basis, from Virtucom, Inc.

(Norcross, GA). The purchase will be accomplished via Cooperative Purchase

utilizing RFP No. 13-015, issued and awarded by the Muscogee County School

District. The contract term will begin on the date of contract execution

through June 30, 2019, with two optional one year extensions. The amount of

the intended purchases shall not exceed the amount budgeted for various

departments for computer equipment.

The vendor will provide, install and maintain computer equipment and

accessories, such as Lenovo computer hardware, mice, keyboards, etc? This

equipment will be utilized by end users throughout the City as deemed necessary

by the Information Technology Department.

By using the Muscogee County School District RFP award, CCG will be able to

benefit from MCSD?s volume pricing which is more cost effective than the

current state contract pricing, while also obtaining longer warranties and

on-site services. This contract will allow CCG to continue to purchase Lenovo

computers with the same or better specifications. It will also provide for the

vendor to set-up and install the new systems, rather than drop shipping

equipment to CCG and requiring IT staff to perform the installation. This will

allow IT staff more time to respond to IT Central requests and focus on other

tasks, such as the older machines that are not under warranty or service.

Article 9-101, of the City?s Procurement Ordinance, allows for participation in

cooperative purchasing with other public procurement units.

Funding for the ongoing purchases and services will be budgeted, each fiscal

year, in various departments? budgets for computer equipment.



* * * * * *



(F) REPLACEMENT OF DAMAGED RESCUE PUMPER AND LOOSE EQUIPMENT

It is requested that Council approve the purchase of an E-One 1500 GPM Side

Mount Rescue Pumper and loose equipment from Fireline, Inc. (Winder, GA), in

the amount of $534,189.00.



On November 18, 2015 a 2005 Pierce Saber Pumper (Vehicle #3061) with attached

equipment was damaged beyond repair in a fire at Fire Station 11. The pumper

had mileage of 117,024. The insurance company has issued a check toward the

replacement in the amount of $122,500. The cost for replacement is as follows:



Cost of Replacement Pumper $455,349.00

Cost of Loose Equipment including: 78,840.00

2-Portable Radios

1-Truck Radio

1-MDT Computer

1-Frac Pak Splints

1-KED Immobilization

1-Defibrillator

3-Sets of Turnout Gear

1-Binoculars

4-SCBA Bottles and Harnesses

1-Backboard

3-Streamlight Vuclan LED Flashlights

1-Rope Bag

1-ISG Elite XR Thermal Imaging Camera

1-Pharmguard



Total Cost: 534,189.00

Less Insurance Proceeds: -122,500.00

Remaining Balance: $411,689.00



To accomplish this purchase, the Department of Fire & EMS is participating in

Bid No 15-11-0116 administered by the Florida Fire Chiefs Association, the

Florida Sheriffs 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 February 2, 2015 - March

31, 2016. 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.



E-One is one of the awarded manufactures on the contract, for fire apparatus,

as well as, the loose equipment, under the same contract. FireLine, Inc., is

the authorized dealer in Georgia for E-One.



Funding for the replacement cost is available from insurance proceeds in the

amount of $122,500.00. The remaining balance of $411,689.00 is available in

FY16 Budget: OLOST - Public Safety - Contingency and OLOST Interest.



* * * * * *



(G) CONSULTING SERVICES FOR THE DEFERRED COMPENSATION PLAN



It is requested that Council approve a five-month contract with Raymond James &

Associates, Inc., a U.S. Securities & Exchange (SEC), Registered Investment

Adviser, to provide Consulting Services for the Deferred Compensation Plan, in

an amount not to exceed $5,000.



The City completed a Request for Proposal to select a sole-provider going

forward for its Deferred Compensation Plan to provide third party

administration, recordkeeping, education and investment management services for

the Plan. During the transition period the investment consultant will review

fund line-up for all 457 vendors, assist Plan Sponsor in evaluating the

investment choices for the plan by assisting with the assessment of investment

alternatives as applicable; establish quarterly reports of plan performance,

review quarterly performance reports, ensure compliance with CCG Plan Document

for all 457 vendors, and participate in vendor meetings as requested.



The Deferred Compensation Plan is an employee benefit the City provides for

employees to designate a portion of their compensation to be deferred each

appropriate pay period in a manner approved by the Columbus City Council. An

amended and Restated Plan will be presented to Council at a future meeting to

update the Plan as required by the Internal Revenue Code and for other

practical considerations. The Plan revisions will require the use of a

sole-provider for all participants who join the Plan going forward which is

designed to lower participant and plan expenses, simplify the investment menu,

provide group seminars and individual meetings on investment and retirement

planning topics, and provide enhanced integrated administration and reporting

for the 457 Plan.



The Human Resources Director and Deputy Director of Finance, Planning and

Development recommend the proposed contract with Raymond James & Associates,

Inc., for this five-month contract because the vendor assisted with the

financial analysis of the various proposals submitted for the CCG Deferred

Compensation RFP. Raymond James & Associates is the Advisor/Consultant for the

City?s Pension Board.



Funds are budgeted in the FY16 Budget: General Fund -Human Resources ?

Employee Benefits ? Consulting; 0101-220-2100-BENE-6315.



?ITEM A?

A RESOLUTION



NO. _____



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) PETERBILT 337 CAB & CHASSIS

FOR 7 YD DUMP TRUCKS FROM PETERBILT OF ALBANY (ALBANY, GA), AT A UNIT PRICE OF

$76,087.00, FOR A TOTAL PRICE OF $152,174.00; AND TWO (2) GODWIN 300T TRUCK

BODIES FOR 7 YD DUMP TRUCKS FROM TRANSPORT EQUIPMENT CO. (ALBANY, GA) AT A UNIT

PRICE OF $14,577.00, FOR A TOTAL PRICE OF $29,154.00. THE GRAND TOTAL FOR TWO

(2) COMPLETE UNITS IS $181,328.00.



WHEREAS, the vehicles were approved in the FY16 Budget. They will be used by

staff of the Rainwater Management Division to transport material such as dirt

and rock to and from job sites. These are replacement units.



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



That the City Manager is hereby authorized to purchase two (2) Peterbilt 337

cab & chassis from Peterbilt of Albany (Albany, GA), at a unit price of

$76,087.00, for a total price of $152,174.00; and two (2) Godwin 300T truck

bodies from Transport Equipment Co. (Albany, GA), at a unit price of

$14,577.00, for a total price of $29,154.00; for a grand total price of

$181,328.00. Funds are budgeted in the FY16 Budget as follows: Sewer

(Stormwater) Fund ? Public Works ? Sewer Maintenance ? Heavy Trucks;

0202-260-3210-SWRM-7723.



__________________



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

the______ day of ____________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 APPROVING THE EXTENSION OF THE ANNUAL CONTRACT WITH THE OVERBY

COMPANY (COLUMBUS, GA) FOR THE LEASE OF COLOR PHOTOCOPIERS AT A REDUCED

COST-PER-COPY RATE OF .006 FOR EACH BLACK AND WHITE COPY, AND .0609 FOR EACH

COLOR COPY.



WHEREAS, the color photocopiers are located in the following offices: one (1)

unit for the Planning Department, two (2) units for the Print Shop, two (2)

units for the GIS Divisions, one (1) unit for the 311 Citizens Services Center

and one (1) unit for the Tax Assessor?s Office; and,



WHEREAS, per Resolution #88-11, Council authorized the execution of an annual

contract with The Overby Company for a minimum contract period of sixty (60)

months. The contract for the initial copiers will expire on February 21,

2016. Additional copiers were added to the contract, with expiration dates in

2018. Extending the contract will result in reduced costs and will align all

using departments with the same expiration date. The Overby Company has agreed

to extend the current contract, at a reduced cost-per-copy rate, for

twenty-eight (28) months (March 2016 ? June 2018); and,



WHEREAS, the Overby Company will provide repair services, maintain the color

photocopiers and provide all expendable supplies, excluding copier paper. The

color copiers are required to enhance graphics for presentations, and to

provide color copies for City departments. All current using departments are

in agreement with the contract extension at the reduced rate.



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



That the City Manager is hereby authorized to approve the extension of the

annual contract with The Overby Company (Columbus, GA) for the lease of color

photocopiers at a reduced cost-per-copy rate of .006 for each black and white

copy and .0609 for each color copy. Funds are budgeted each fiscal year for

this ongoing expense. Planning ? Copier Charges, 0101-242-1000-PLAN-6632;

Engineering ? Geographic Information Systems ? Equipment Rental,

0101-250-2400-GIS-6543; Community Reinvestment ? Print Shop ? Equipment Rental,

0101-240-2900-PRNT-6543; Chief Administrator ? City Manager ? Copier Charges;

0101-130-1000-CMAN-6632; and Boards and Commissions ? Tax Assessors ? Copier

Charges; 0101-290-1000-TAXA-6632.



_______________



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

_________ day of _________________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 CONTRACT AMENDMENT WITH MULLIN & LONERGAN ASSOCIATES

(PITTSBURGH, PA) IN THE AMOUNT OF $17,990.00 FOR AN ANALYSIS OF IMPEDIMENTS TO

FAIR HOUSING.



WHEREAS, during the evaluation phase of the RFP, the Community Redevelopment

Division was notified that the City was exempt from completing another Analysis

of Impediments because of a new Final Rule on Affirmatively Furthering Fair

Housing. Subsequently, per Resolution #304-15, Council awarded the contract to

Mullin & Lonergan Associates for the 5-Year Consolidated Plan and the 1st Year

Annual Action Plan only; and,



WHEREAS, the Final Rule was adopted in December 2015 and now the City is

required to update its Analysis of Impediments to Fair Housing. The analysis

must be completed by May 15, 2016. Because the firm of Mullin & Lonergan

Associates is still performing services for the 5-Year Consolidated Plan and

1st Year Annual Action Plan, and for continuity of services, the Purchasing

Division requested an itemized quote from the firm; and,



WHEREAS, Mullin & Lonergan agreed to complete the services and provide the

final deliverables no later than May 15, 2016, for a fee of $17,990.00. The

Community Reinvestment Division approves the proposal for the Analysis of

Impediments to Fair Housing.



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



That the City Manager is hereby authorized to amend the contract with Mullin &

Lonergan Associates (Pittsburgh, PA) in the amount of $17,990.00 for an

Analysis of Impediments to Fair Housing. Funds are available in the FY16

Budget from Prior Year Funds: HOME Fund ? Community Reinvestment ? HOME ?

Professional Services; 0213-245-2500-HOME-6311.

______________



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

_________ day of _________________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 NEW ROUTERS AND SWITCHES FROM CPAK

TECHNOLOGY SOLUTIONS (LAGRANGE, GA) IN THE AMOUNT OF $30,736.40. THE PURCHASE

WILL BE MADE, BY COOPERATIVE PURCHASE, VIA GEORGIA STATEWIDE CONTRACT

#99999-SPD-T20120501-0006, AWARDED TO CISCO, FOR WHOM CPAK IS AN AUTHORIZED

PARTNER.

WHEREAS, the Information Technology Department is requesting to purchase the

new routers/switches to upgrade the connectivity of the AT&T phone lines to the

City?s network so we can continue to call out from our Cisco desk phones; and,

WHEREAS, this purchase will replace the outdated equipment with new, warranted

equipment for the Public Safety Building, Annex, Government Center; and will

provide better reliability and redundancy.

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



That the City Manager is hereby authorized to purchase new routers and switches

from CPAK Technology Solutions (Lagrange, GA) in the amount of $30,736.40 Funds

are budgeted in the FY16 Budget from FY15 and FY16 LOST Infrastructure

Technology Allocation: LOST/Infrastructure Fund ? Information Technology ?

Infrastructure/LOST ? Communications Equipment; 0109 ? 210 ? 9901? ISS ? 7733 -

90001-20150 & 20160.

_____________________________



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

held the _________ day of _________________, 2016 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 CONTACT WITH VIRTUCOM, INC., (NORCROSS GA)

FOR THE PURCHASE OF COMPUTER EQUIPMENT AND ACCESSORIES, ON AN AS NEEDED BASIS.

THE PURCHASE WILL BE ACCOMPLISHED VIA COOPERATIVE PURCHASE UTILIZING RFP NO.

13-015, ISSUED AND AWARDED BY THE MUSCOGEE COUNTY SCHOOL DISTRICT. THE

CONTRACT TERM WILL BEGIN ON THE DATE OF CONTRACT EXECUTION THROUGH JUNE 30,

2019, WITH TWO OPTIONAL ONE YEAR EXTENSIONS. THE AMOUNT OF THE INTENDED

PURCHASES SHALL NOT EXCEED THE AMOUNT BUDGETED FOR VARIOUS DEPARTMENTS FOR

COMPUTER EQUIPMENT.

WHEREAS, the vendor will provide, install and maintain computer equipment and

accessories, such as Lenovo computer hardware, mice, keyboards, etc. This

equipment will be utilized by end users throughout the City as deemed necessary

by the Information Technology Department; and,

WHEREAS, by using the Muscogee County School District RFP award, CCG will be

able to benefit from MCSD?s volume pricing which is more cost effective than

the current state contract pricing, while also obtaining longer warranties and

on-site services. This contract will allow CCG to continue to purchase Lenovo

computers with the same or better specifications. It will also provide for the

vendor to set-up and install the new systems, rather than drop shipping

equipment to CCG and requiring IT staff to perform the installation. This will

allow IT staff more time to respond to IT Central requests and focus on other

tasks, such as the older machines that are not under warranty or service; and,

WHEREAS, Article 9-101, of the City?s Procurement Ordinance, allows for

participation in cooperative purchasing with other public procurement units.

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



That the City Manager is hereby authorized to enter into contract with

Virtucom, Inc., (Norcross GA) for the purchase of computer equipment and

accessories, on an as needed basis. The purchase will be accomplished via

Cooperative Purchase utilizing RFP No. 13-015, issued and awarded by the

Muscogee County School District. The contract term will begin on the date of

contract execution through June 30, 2019, with two optional one year

extensions. Funding for the ongoing purchases and services will be budgeted,

each fiscal year, in various departments? budgets for computer equipment.



________________



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

______________ day of _____________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM F?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF AN E-ONE 1500 GPM SIDE MOUNT RESCUE

PUMPER AND LOOSE EQUIPMENT FROM FIRELINE, INC. (WINDER, GA), IN THE AMOUNT OF

$534,189.00.



WHEREAS, on November 18, 2015 a 2005 Pierce Saber Pumper (Vehicle #3061) with

attached equipment was damaged beyond repair in a fire at Fire Station 11. The

pumper had mileage of 117,024. The insurance company has issued a check toward

the replacement in the amount of $122,500. The cost for replacement is as

follows:



Cost of Replacement Pumper: $455,349.00

Cost of Loose Equipment: 78,840.00

Total Cost: 534,189.00

Less Insurance Proceeds: -122,500.00

Remaining Balance: $411,689.00 ;and,



WHEREAS, to accomplish this purchase, the Department of Fire & EMS is

participating in Bid No 15-11-0116 administered by the Florida Fire Chiefs

Association, the Florida Sheriffs 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

February 2, 2015 - March 31, 2016. 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; and,



WHEREAS, E-One is one of the awarded manufactures on the contract, for

fire apparatus, as well as, the loose equipment, under the same contract.

FireLine, Inc., is the authorized dealer in Georgia for E-One.



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



That the City Manager is hereby authorized to purchase of an E-One 1500 GPM

Side Mount Rescue Pumper and loose equipment from Fireline, Inc. (Winder, GA),

in the amount of $534,189.00. Funding for the replacement cost is available

from insurance proceeds in the amount of $122,500.00. The remaining balance of

$411,689.00 is available in FY16 Budget: OLOST - Public Safety - Contingency

and OLOST Interest.



_____________



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

held the _________________ day of _________________, 2016 and adopted at said

meeting by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff 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 A FIVE-MONTH CONTRACT, BEGINNING FEBRUARY 23, 2016

THROUGH JUNE 30, 2016, WITH RAYMOND JAMES & ASSOCIATES, INC., A U.S. SECURITIES

& EXCHANGE (SEC), REGISTERED INVESTMENT ADVISER, TO PROVIDE CONSULTING SERVICES

FOR THE DEFERRED COMPENSATION PLAN, IN AN AMOUNT NOT TO EXCEED $5,000.



WHEREAS, the City completed a Request for Proposal to select a sole-provider

going forward for its Deferred Compensation Plan to provide third party

administration, recordkeeping, education and investment management services for

the Plan; and,



WHEREAS, during the transition period, Raymond James & Associates will review

fund line-up for all 457 Service Providers, assist Plan Sponsor in evaluating

the investment choices for the plan by assisting with the assessment of

investment alternatives as applicable; establish quarterly reports of plan

performance, review quarterly performance reports, ensure compliance with CCG

Plan Document for all 457 vendors, and participate in vendor meetings as

requested; and,



WHEREAS, Raymond James & Associates will assist Columbus Consolidated

Government in its capacity as the Plan Sponsor of the Columbus, Georgia

Consolidated IRC 457 Employees? Deferred Compensation Plan (the Plan) with

review of fees, overall expenses and plan offerings during the implementation

process for an Amended and Restated Plan which will be presented to this

Council at a future meeting.



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



That the City Manager is hereby authorized to enter into a five-month contract,

beginning February 23, 2016 through June 30, 2016, with Raymond James &

Associates, Inc., a U.S. Securities & Exchange (SEC), Registered Investment

Adviser, to provide Consulting Services for the Deferred Compensation Plan, in

an amount not to exceed $5,000, Funds are budgeted in the FY16 Budget:

General Fund -Human Resources ? Employee Benefits ? Consulting;

0101-220-2100-BENE-6315.



______________________



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

____________ day of ___________, 2016 and adopted at said meeting by the

affirmative vote of ________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

Attachments


No attachments for this document.

Back to List