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 # 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


Back to List