Agenda Item # 1
Columbus Consolidated Government
Council Meeting
June 12, 2012
Agenda Report # 060
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) BUCKET TRUCK WITH 100+ FOOT VERTICAL REACH
It is requested that Council approve the purchase of one (1) bucket truck with
100+ foot vertical reach (Terex Utilities Hi-Ranger TCX65/100) from Terex
Utilities, Inc. (Watertown, SD)/Genie Industries, Inc., in the amount of
$298,773.00, via National Joint Powers Alliance (NJPA) Contract #031710-GII.
The bucket truck is a replacement unit and will be used by the Facilities
Maintenance Division of the Public Services Department to maintain lighting on
the Interstate (Ft. Benning Gateway), selective street lighting, and field
lighting at South Commons to include all of the outer lying league fields. This
equipment will also be utilized for roof maintenance, scoreboard repair, and
maintenance/support of the Radio Shop, with the maintenance and repair of the
Early Warning System and other tasks that require this equipment?s unique
abilities to reach 100+ feet vertically. Occasionally, it may also be called
upon for use during a rescue.
The purchase will be accomplished via Request for Proposal (RFP) #031710,
initiated by the National Joint Powers Alliance (NJPA), whereby Genie
Industries, Inc. (a subsidiary of Terex), 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 RFP process meets the Procurement Ordinance
requirements for Columbus Consolidated Government.
Funds are budgeted in the FY12 Mid-Year Budget: General Fund ? Public Services
? Facilities Maintenance ? Heavy Trucks; 0101-260-2700-MNTN-7723.
* * * * * * * *
(B) THERMAL IMAGERS (ANNUAL CONTRACT) ? RFP NO. 11-0027
It is requested that Council approve an annual contract for Thermal Imagers
from NAFECO, Inc., (Decatur, AL) for the estimated contract amount of
$156,080.00. The Fire & EMS Department anticipates purchasing approximately 20
Thermal Imagers over the next three years.
NAFECO, Inc., was awarded the contract for a one-time purchase of twelve (12)
Thermal Imagers on June 21, 2011, per Resolution No. 218-11, (RFP No.
11-0027). During the RFP process the Evaluation Committee performed extensive
testing of the units proposed by three vendors: NAFECO (Decatur, AL),
FireLine, Inc., (Winder, GA), and Georgia Fire & Rescue Supply (Canton, GA).
The Thermal Imager proposed by NAFECO was deemed to be the most responsive and
all-inclusive piece of equipment. Therefore, for the anticipate purchases, it
is necessary to maintain uniformity in the equipment and continue to purchase
the Thermal Imagers from NAFECO, Inc.
The contract term shall be for three years, with the following proposed cost
for each year of the contract.
Description Est.
Usage 1st Year
Unit Cost 2nd Year
Unit Cost 3rd Year
Unit Cost
ISG K1000XR Thermal Imager w/fast attack & batteries for life program
20
$7,294.00
$7,694.00
$8,094.00
ISG Retractable Lanyard 20 $100.00 $110.00 $120.00
Funds will budgeted each fiscal year for this ongoing expense: LOST- Public
Safety ? Fire & EMS ? Public Safety-LOST ? Capital Expend-Over $5000,
0102-410-9900-7761.
* * * * * *
(C) ELEVATOR MAINTENANCE SERVICES (ANNUAL CONTRACT) ? RFB NO. 12-0038
It is requested that Council approve the execution of an annual contract with
Mowrey Elevator Company of Florida, Inc., (Marianna, FL) to provide elevator
maintenance services for the estimated annual contract value of $49,500.00.
The contract term will be for three years, with the option to renew for two
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the City and the contracted vendor.
Maintenance services will be performed on a regular and systematic schedule on
elevators located in the Government Center, Civic Center, Cities Parking
Garages, South Commons Softball Stadium, Golden Park, Government Center Annex
Building, Public Safety Complex, Muscogee County Jail and the Trade Center.
Bid postcard invitations were mailed to one hundred and sixty-two vendors and
bid specifications were posted on the web page of the Purchasing Division and
the Georgia Procurement Registry. Seven bids were received on March 7, 2012.
This bid has been advertised, opened and reviewed. The bidders were:
Mowrey Elevator Company of Florida, Inc. (Marianna, FL) $ 49,500.00
Elevator Service Company (Columbus, GA) $ 53,628.00
Otis Elevator Company (Atlanta, GA) $ 63,660.00
ThyssenKrupp Elevator (Macon, GA) $ 128,856.00
Genesis Elevator Company (Kennesaw, GA) $ 46,500.00*
Eastern Elevator Service, Inc. (Marietta, GA) $ 93,840.00*
Georgia Commercial & Residential Elevators, LLC (McDonough, GA) $ 108,192.00*
*The following vendors listed below bids were deemed incomplete:
1) Genesis Elevator Company failed to include required Statement of
Qualifications and Statement of Emergency.
2) Eastern Elevator Service, Inc. failed to include Statement of
Qualifications, Statement of Emergency and Drug Certification.
3) Georgia Commercial & Residential Elevators, LLC failed to include
Statement of Certifications.
All vendors have been notified in writing.
Funds will budgeted each fiscal year for this ongoing expense: General Fund -
Facilities Maintenance ? Service Contracts, 0101-260-2700-MNTN-6513.
* * * * * *
(D) RIGHT OF WAY ACQUISITION SERVICES (ANNUAL CONTRACT) ? RFP
NO. 12-0021
It is requested that Council approve the annual contract for the provision of
Right of Way Acquisition Services with Moreland Altobelli Associates (Norcross,
GA), THC, Inc., (Lawrenceville, GA), LAI Engineering (Marietta, GA), Smith
Real Estate Services (Atlanta, GA), Crutchfield Land Acquisition, LLC
(Thomaston, GA), and Terrell, Hundley & Carroll (Lawrenceville, GA). The firms
will be utilized on an "as needed" rotational basis, based on cost and
availability.
The Contractors will provide all right of way acquisition services required to
assist the City with acquiring property and easements. Acquisition services
are defined as those tasks necessary to supply the City with a recorded
warranty deed or full condemnation package for the identified parcels. These
tasks may include, but are not limited to: the title search, property
appraisal, cost to cure appraisal, data book preparation, GDOT right of way
detailed cost estimate, negotiation, negotiation records, deed preparation,
deed recording, condemnation filing package, relocation assistance, property
management, and final disposition of property either by closing or condemnation.
Federal funds, State funds and Local funds may be allocated for these right of
way and easement acquisitions which may require the Contractors to adhere to
all GDOT and Federal guidelines.
All right of way/easement acquisitions and documentation must be completed
within the mutually agreed upon time frame for the individual task/purchase
order. The CONSULTANT is required to provide the CCG with all information
required to proceed with any condemnations as required meeting the project
schedule.
There are two known specific projects that are anticipated to be included in
this contract at this time:
a. Ft. Benning/Brennan/Cusseta Roads Intersection Improvement Project
(36) parcels (mixed Use).
b. Forrest Road Widening Project with (162) parcels (residential).
Other projects will be assigned on an as needed basis.
The initial term of the contract shall be for two (2) years, with the option to
renew for three (3) additional twelve-month periods, if agreeable to both
parties.
Request for proposals postcard invitations were mailed to forty-four (44)
vendors, and specifications were posted on the City?s website and Georgia
Procurement Registry. The RFP has been advertised, opened and evaluated.
Proposals were received on April 13, 2012, from the following six offerors.
Moreland Altobelli Associates (Norcross, GA)
THC, Inc. (Lawrenceville, GA)
LAI Engineering (Marietta, GA)
Smith Real Estate Services (Atlanta, GA)
Crutchfield Land Acquisition, LLC (Thomaston, GA)
Terrell, Hundley & Carroll (Lawrenceville, GA)
The proposals were reviewed by the Evaluation Committee members, which
consisted of representatives from Engineering and Planning. The Project
Managers from the City Manager Office and Right of Way Acquisition &
Transportation served as Advisors and were not voting member.
During the evaluation process, Moreland Altobelli Associates, THC, Inc., LAI
Engineering, Smith Real Estate Services, Crutchfield Land Acquisition, LLC, and
Terrell, Hundley & Carroll were deemed responsive to the RFP. The Evaluation
Committee recommended award of the contract to all six vendors to be utilized
on a rotational basis.
The City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals
for the procurement of Equipment, Supplies and Professional Services, governs
the RFP Process. During the process of an RFP there is no formal opening, due
to the possibility of negotiated components of the proposal. In the event
Council does not approve the recommended offerors, no proposal responses or any
negotiated components are made public until after the award of the contract.
If Council does not approve the recommended offerors, the RFP specifications
will be re-advertised. The evaluation results have been submitted to the City
Manager in a separate memo for informational purposes.
Funding for projects will be funded with the Local Option Sales Tax or Special
Purpose Local Option Sales Tax.
* * * * * *
(E) UPGRADE OF CCG VIRTUAL DATA STRUCTURE ENVIRONMENT
It is requested that Council approve the purchase of blade servers and VMware
software, for the upgrade of the CCG Virtual data structure environment, from
IBM/CPAK (Atlanta, Georgia) in the amount of $32,635.44, via Georgia Statewide
Contract, SWC #90813-02.
The purchase includes: IBM BladeCenter HS22 (2 @ $7,781.00 =$15,562.72), and
VMware vSphere 5 Enterprise Plus - 1 Proc License (4 @ $4,268.18 =
$17,072.72). With the purchase of the blade servers and software, the hardware
and software for the virtual data structure environment will be upgraded to the
latest versions.
Funds are budgeted in the FY12 Budget: LOST/Infrastructure Fund ? Information
Technology ? Computer Equipment ? IT Storage Project; 0109 ? 210 ? 9901 ? ISS ?
7751 ? 90001 ? 20120.
* * * * * *
(F) REPLACEMENT COMPUTER EQUIPMENT
It is requested that Council approve the purchase of replacement computer
equipment from CDW (Vernon Hill, IL) in the amount of $28,603.59, via National
Joint Powers Alliance (NJPA), contract #111309-CDW.
The replacement equipment includes: printers, monitors, desktops, laptops, and
external DVD drives. The equipment will be distributed, as needed, to various
departments.
The purchase will be accomplished per Invitation for Bid (IFB) #111309,
initiated by the National Joint Powers Alliance (NJPA), whereby CDW, was the
successful vendor contracted to provide Technology Solutions with Related
Equipment and Accessories. The contract, which commenced November 23, 2009,
has been renewed through November 23, 2012. 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 Budget: LOST/Infrastructure Fund ? Information
Technology ? Computer Equipment ? IT Storage Project; 0109 ? 210 ? 9901 ? ISS ?
7751 ? 90001 ? 20120.
* * * * * *
(G) INMATE VANS (COMMERCIAL CUTAWAY)
It is requested that Council authorize the purchase of six (6) Inmate Vans
(Commercial Cutaway), from Rivertown Ford, (Columbus, GA) in the amount of
$208,440.00.
The vehicles will be used by the Rainwater Division, of the Public Services
Department, to transport Muscogee County Prison personnel and inmates to and
from correctional facilities. These units are replacement vehicles.
Bid postcard invitations were mailed to two-hundred-nineteen vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Eight bids were received on May 23. This bid
has been advertised, opened and reviewed. The bidders were:
The Commercial Cutaway Van is not listed on the Georgia Statewide Contract.
Funds are budgeted in the FY12 Mid-Year Budget: Sewer Fund ? Public Services ?
Sewer Maintenance ? Light Trucks; 0202-260-3210-SWRM-7722.
* * * * * * * *
(H) MULTI-STOP STEP VAN
It is requested that Council authorize the purchase of one (1) 20' Multi-Stop
Step Van (2013 Ford/Utilimaster Van), from Rountree Moore Chevrolet Nissan,
(Lake City, FL) in the amount of $46,141.00.
The vehicle will be used by the Columbus Office of Homeland Security, Hazardous
Devices Response Team, as a response vehicle to transport robots and post blast
investigation equipment. This unit is a new vehicle.
Bid postcard invitations were mailed to two-hundred-twenty-three vendors and
bid specifications were posted on the web page of the Purchasing Division and
the Georgia Procurement Registry. Eight bids were received on May 30. This
bid has been advertised, opened and reviewed. The bidders were: (Note:
Vendors were requested to bid on 2 sizes, an 18' vehicle and a 20' vehicle. The
using agency decided on the 20'unit, since the price was within budget).
OPTION 1: 18' Vehicle
Manufacturer/Make/Model Unit Price OPTION 2: 20' Vehicle
Manufacturer/Make/Model Unit Price
Rountree Moore Chevrolet Nissan (Lake City, FL) 2013 Ford/Utilimaster Van $44,166.00
2013 Ford/Utilimaster Van $46,141.00
Allan Vigil Ford (Morrow, GA) 2013 Ford F59/Utilimaster Van $44,972.00 2013
Ford/Utilimaster Van $46,997.00
Trans Power, Inc. (Albany, GA) 2013 Ford F59/Utilimaster $45,730.00 Ford Utilimaster WI20 $47,749.00
Northside Ford (San Antonio, TX)1 2013 Ford/Utilimaster F5K $42,869.00 2013
Ford/Utilimaster F5K $44,936.00
1 Northside Ford failed to provide the required warranty information, and has
therefore been deemed ?incomplete?. Vendor has been notified and given the
opportunity to respond.
The Multi-Stop Step Van is not listed on the Georgia Statewide Contract.
Funds are budgeted in the FY12 Budget: Multi-Gov?t Project Fund ? Homeland
Security ? DHS State Homeland Security Grant ? Light Trucks;
0216-450-2131-EDOG-7722.
?ITEM A?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) BUCKET TRUCK WITH 100+
FOOT VERTICAL REACH (TEREX UTILITIES HI-RANGER TCX65/100) FROM TEREX UTILITIES,
INC.,(WATERTOWN, SD)/GENIE INDUSTRIES IN THE AMOUNT OF $298,773.00, VIA
NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT #031710-GII.
WHEREAS, the bucket truck is a replacement unit and will be used by the
Facilities Maintenance Division of the Public Services Department to maintain
lighting on the Interstate (Ft. Benning Gateway), selective street lighting,
and field lighting at South Commons to include all of the outer lying league
fields. This equipment will also be utilized for roof maintenance, scoreboard
repair, and maintenance/support of the Radio Shop, with the maintenance and
repair of the Early Warning System and other tasks that require this
equipment?s unique abilities to reach 100+ feet vertically. Occasionally, it
may also be called upon for use during a rescue.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) bucket
truck with 100+ foot vertical reach (Terex Hi-Ranger TCX65/100) from Terex
Utilities, Inc. (Watertown, SD)/Genie Industries in the amount of $298,773.00.
Funds are budgeted in the FY12 Mid-Year Budget: General Fund ? Public Services
? Facilities Maintenance ? Heavy Trucks; 0101-260-2700-MNTN-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 EXECUTION OF AN ANNUAL CONTRACT WITH NAFECO, INC.
(DECATUR, AL), TO PROVIDE THERMAL IMAGERS OVER THE NEXT THREE YEARS FOR THE
ESTIMATED AMOUNT OF $156,080.00. THE FIRE & EMS DEPARTMENT ANTICIPATES
PURCHASING APPROXIMATELY 20 THERMAL IMAGERS OVER THE NEXT THREE (3)YEARS.
WHEREAS, NAFECO, Inc. was awarded the contract for a one-time purchase of
twelve (12) Thermal Imagers on June 21, 2011, per Resolution No. 218-11 (RFP
No. 11-0027). During the RFP process the Evaluation Committee performed
extensive testing of the units proposed by three vendors: NAFECO (Decatur,
AL), FireLine, Inc. (Winder, GA), and Georgia Fire & Rescue Supply (Canton,
GA). The Thermal Imager proposed by NAFECO was deemed to be the most
responsive and all-inclusive piece of equipment. Therefore, for the anticipate
purchases, it is necessary to maintain uniformity in the equipment and continue
to purchase the Thermal Imagers from NAFECO, Inc.; and,
WHEREAS, the contract term shall be for three years.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract with NAFECO, Inc., to provide thermal imagers over the next three
years for the estimated contract amount of $156,080.00. The Fire & EMS
Department anticipates purchasing approximately 20 Thermal Imagers over the
next three (3) years. Funds will budgeted each fiscal year for this ongoing
expense: LOST- Public Safety ? Fire & EMS ? Public Safety-LOST ? Capital
Expend-Over $5000, 0102-410-9900-7761.
____________
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 C?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH MOWREY
ELEVATOR COMPANY OF FLORIDA, INC., TO PROVIDE ELEVATOR MAINTENANCE SERVICES FOR
THE ESTIMATED ANNUAL CONTRACT VALUE OF $49,500.00
WHEREAS, maintenance services will be performed on a regular and systematic
schedule on elevators located in the Government Center, Civic Center, Cities
Parking Garages, South Commons Softball Stadium, Golden Park, Government Center
Annex Building, Public Safety Complex, Muscogee County Jail and the Trade
Center; and,
WHEREAS, the contract term will be for three years, with the option to renew
for two additional twelve-month periods. Contract renewal is contingent upon
the mutual agreement of the City and the contracted vendor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract with Mowrey Elevator Company of Florida, Inc. to provide elevator
maintenance services for the estimated annual contract value of $49,500.00.
Funds will budgeted each fiscal year for this ongoing expense: General Fund -
Facilities Maintenance ? Service Contracts, 0101-260-2700-MNTN-6513.
_____________
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 EXECUTION OF CONTRACTS FOR RIGHT OF WAY
ACQUISITION SERVICES WITH MORELAND ALTOBELLI ASSOCIATES (NORCROSS, GA), THC,
INC., (LAWRENCEVILLE, GA), LAI ENGINEERING (MARIETTA, GA), SMITH REAL ESTATE
SERVICES (ATLANTA, GA), CRUTCHFIELD LAND ACQUISITION, LLC (THOMASTON, GA), AND
TERRELL, HUNDLEY & CARROLL (LAWRENCEVILLE, GA), ON AN "AS NEEDED" ROTATIONAL
BASIS, BASED ON COST AND AVAILABILITY.
WHEREAS, an RFP was administered (RFP No. 12-0021) and six proposals were
received; and,
WHEREAS, the proposals submitted by Moreland Altobelli Associates, THC, Inc.,
LAI Engineering, Smith Real Estate Services, Crutchfield Land Acquisition, LLC,
and Terrell, Hundley & Carroll met all proposal requirements and was evaluated
responsive to the RFP; and,
WHEREAS, the term of this contract shall be for two years, with an option to
renew for three additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute contracts for right of
way acquisition services with Moreland Altobelli Associates (Norcross, GA),
THC, Inc., (Lawrenceville, GA), LAI Engineering (Marietta, GA), Smith Real
Estate Services (Atlanta, GA), Crutchfield Land Acquisition, LLC (Thomaston,
GA), and Terrell, Hundley & Carroll (Lawrenceville, GA), on an "as needed"
rotational basis, based on cost and availability. Funding for projects will be
funded with the Local Option Sales Tax or Special Purpose Local Option Sales
Tax.
____________________
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 BLADE SERVERS AND VMWARE SOFTWARE,
FOR THE UPGRADE OF THE CCG VIRTUAL DATA STRUCTURE ENVIRONMENT, FROM IBM/CPAK
(ATLANTA, GEORGIA) IN THE AMOUNT OF $32,635.44, VIA GEORGIA STATEWIDE CONTRACT,
SWC #90813-02.
WHEREAS, the purchase includes: IBM BladeCenter HS22 (2 @ $7,781.00
=$15,562.72), and VMware vSphere 5 Enterprise Plus - 1 Proc License (4 @
$4,268.18 = $17,072.72); and,
WHEREAS, with the purchase of the blade servers and software, the hardware
and software for the virtual data structure environment will be upgraded to the
latest versions.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase blade servers
and VMware software, for the upgrade of the CCG Virtual data structure
environment, from IBM/CPAK (Atlanta, Georgia) in the amount of $32,635.44, via
Georgia Statewide Contract, SWC #90813-02. Funds are budgeted in the FY12
Budget: LOST/Infrastructure Fund ? Information Technology ? Computer Equipment
? IT Storage Project; 0109 ? 210 ? 9901 ? ISS ? 7751 ? 90001 ? 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
?ITEM F?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF REPLACEMENT COMPUTER EQUIPMENT FROM
CDW (VERNON HILL, IL) IN THE AMOUNT OF $28,603.59, VIA NATIONAL JOINT POWERS
ALLIANCE (NJPA), CONTRACT #111309-CDW.
WHEREAS, the replacement equipment includes: printers, monitors, desktops,
laptops, and external DVD drives. The equipment will be distributed, as
needed, to various departments.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase replacement
computer equipment from CDW (Vernon Hill, IL) in the amount of $28,603.59,
via National Joint Powers Alliance (NJPA), contract #111309-CDW. Funds are
budgeted in the FY12 Budget: LOST/Infrastructure Fund ? Information Technology
? Computer Equipment ? IT Storage Project; 0109 ? 210 ? 9901 ? ISS ? 7751 ?
90001 ? 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
?ITEM G?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF SIX (6) INMATE VANS (COMMERCIAL
CUTAWAY), FROM RIVERTOWN FORD, (COLUMBUS, GA) IN THE AMOUNT OF $208,440.00.
WHEREAS, the vehicles will be used by the Rainwater Division, of the Public
Services Department, to transport Muscogee County Prison personnel and inmates
to and from correctional facilities. These units are replacement vehicles.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase six (6) Inmate Vans
(Commercial Cutaway), from Rivertown Ford, (Columbus, GA) in the amount of
$208,440.00. Funds are budgeted in the FY12 Mid-Year Budget: Sewer Fund ?
Public Services ? Sewer Maintenance ? Light Trucks; 0202-260-3210-SWRM-7722.
_____________
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) 20' MULTI-STOP STEP VAN (2013
FORD/UTILIMASTER VAN), FROM ROUNTREE MOORE CHEVROLET NISSAN, (LAKE CITY, FL) IN
THE AMOUNT OF $46,141.00.
WHEREAS, the vehicle will be used by the Columbus Office of Homeland Security,
Hazardous Devices Response Team, as a response vehicle to transport robots and
post blast investigation equipment. This unit is a new vehicle.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) 20' Multi-Stop
Step Van, from Rountree Moore Chevrolet Nissan, (Lake City, FL) in the amount
of $46,141.00. Funds are budgeted in the FY12 Budget: Multi-Gov?t Project
Fund ? Homeland Security ? DHS State Homeland Security Grant ? Light Trucks;
0216-450-2131-EDOG-7722.
_______________
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