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 # 7



Columbus Consolidated Government

Council Meeting



March 11, 2014



Agenda Report # 88





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) CELLULAR TELEPHONE SERVICES (ANNUAL CONTRACT)

It is requested that Council approve the continuation of cellular telephone

services with Verizon Wireless, via Georgia State Contract, GTA794-V. Verizon

was the awarded the contract with the State of Georgia Contract on January 1,

2014 through June 30, 2017



Alltel was awarded the contract to provide wireless communication services to

Columbus Consolidated Government, per Resolution No. 413-07 (RFP No. 07-0012),

on September 18, 2007. On July 11, 2009, Alltel services officially

transitioned from Alltel Wireless to Verizon Wireless. Verizon Wireless agreed

to honor the terms of the contract, and Council approved to continue the

contract with Verizon Wireless, per Resolution No. 481-09.



The City?s contract term has ended. However, Verizon Wireless is one of the

contractors awarded the Georgia State contract for Wireless communications.

Verizon Wireless has agreed to continue the same plan, monthly access charge

and any eligible discounts. Therefore, it is in the City?s best interest to

continue with Verizon Wireless under the new State Contract.



Funding will be budgeted each fiscal year for this on-going expense: Various

Accounts ? Mobile Phone ? 6622.



* * * * * *



(B) ANNUAL MAINTENANCE AND SUPPORT AGREEMENT FOR THE OASIS SYSTEM



It is requested that Council approve payment to Tyler Technologies, Inc.,

Appraisal and Tax Division (Dallas, TX), in the amount of $98,795.00, for the

annual renewal fee for OASIS Maintenance Support, covering the period January

2014 through December 2014. Payment will be made in two installments in the

amount of $49,397.50; the first payment upon approval of this resolution, and

the second payment after July 1st.



This maintenance provides Information Technology Department, the Tax Assessor's

Office and the Tax Commissioner's Office with software enhancements,

documentation updates, Users Group Support and Hotline Support for the OASIS

property tax and appraisal system. Maintenance has been budgeted and approved

annually since the OASIS software system was purchased in 1985. The vendor is

the developer of the software, and is therefore, the only known source to

provide the maintenance support.



Funds are budgeted in the FY14 Budget: General Fund - Information Technology -

Software Lease; 0101-210-1000-ISS-6541. The remaining funds for the second

payment, due after July 1, will be carried over to the FY15 budget.



* * * * * *



(C) REFUSE TRUCK BODY REFURBISHING SERVICES (ANNUAL CONTRACT) ? RFP NO. 14-0003



It is requested that Council authorize the execution of a contract with Fabco

Fabrication, Inc. (Valdosta, GA) to provide refurbishing services for refuse

truck bodies, which will be used on an ?as needed? basis.



Fabco Fabrication, Inc. will provide the following services:



? The vendor shall provide sufficiently trained, knowledgeable and service

oriented personnel to efficiently and effectively perform the required services.

? The contractor shall provide at its sole expense all equipment, supplies,

materials, merchandise, transportation and labor necessary for the satisfactory

operation of the contractor?s business.

? Contractor shall make a visual inspection of the vehicle body in need of

refurbishment within 10 days of notification by the City.

? Contractor shall submit a quote within 5 days of visual inspection.

? Contractor shall complete work within 15 days after notification to proceed.

? All work shall be completed to the full satisfaction of the Fleet Shop.



The term of the contract shall be for two (2) years with the option to renew

for three (3) additional twelve-month periods. Contract renewal will be

contingent upon the mutual agreement of the City and the Contractor.



The RFP was released on October 29, 2013. Request for proposal invitations

were mailed to two hundred fifty one (251) vendors and specifications were

posted on the City?s website, Georgia Procurement Registry and Onvia

DemandStar. RFP has been advertised, opened and evaluated. Two proposals were

received on November 22, 2013 from the following offerors:



Fabco Fabrication, Inc. (Valdosta, GA)

Rush Bus Center (Atlanta, GA) ? withdrawn*



*During the opening process, it was determined the proposal from Rush Bus

Center was strictly for refurbishing services for refuse truck cab and chassis

rather than bodies. A letter of inquiry was sent to the vendor and their

proposal was subsequently withdrawn.



The proposal was reviewed by the Evaluation Committee, which consisted of

voting representatives from: METRA and Public Works Departments. Two (2)

representatives from the Public Works Department served in an advisory

capacity.



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 offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offeror, the RFP must be re-bid.



Funding will be budgeted each fiscal year for this on-going expense:

Integrated Waste Fund ? Public Works ? Solid Waste Collection ? Professional

Services; 0207-260-3510-GARB-6311.



* * * * * *



(D) INDUSTRIAL, MEDICAL AND SPECIAL GASES (ANNUAL CONTRACT)



It is requested that Council approve the purchase of industrial, medical and

special gases from Airgas USA, LLC, via Georgia State Contract, SWC

9999-SPD-SPD0000054. The gas products will be purchased by Columbus Fire & EMS

and other departments on an ?as needed basis?. The term of the contract

effective date is August 1, 2011 through July 31, 2014, with the option to

renew.



Purchases of medical gas products such as acetylene, oxygen and etc? from

Airgas USA, LLC, under the State Contract, will eliminate the need to request

price quotes and provide better pricing due to the Statewide Contract

discounted pricing.



Funds will be budgeted each fiscal year for this on-going expense: Fire & EMS ?

Operations/Medical; 6795. Purchases by other departments will be budgeted in

the appropriate line-item.



* * * * * *



(E) GENERATOR SYSTEM



It is requested that Council authorize the purchase of a used generator system

from Cummins Power South (Atlanta, GA) in the amount of $149,570.00.



On Saturday, June 15, 2013, during a load test of the diesel generator located

in the Government Center, internal problems were encountered and the block

cracked. The Facilities Maintenance Division located a vendor, Cummins Power

South, who could rent a generator to the City, on the same day of the incident,

until a decision could be made regarding the purchase of a new generator.



The purchase is requested because the City must have a permanent generator

system in place as a back-up power source. The Purchasing Division attempted

to let a bid for a new generator system but the process did not continue for

the following reasons:



? The original location for the new generator was by the cooling towers on the

1st Avenue side of the Government Center; however, the site was deemed unusable

because of space requirements.



? The next location for the new generator was in the Government Center basement

in the area where the old generator is located.



? It was then decided that the new generator would be placed on the grassed

area on the east end of the Government Center, out from under the Plaza

overhang. Additionally, the successful bidder would have been required to run

wiring and conduit. Because of the proposed location, electrical work, and/or

fuel capacity of the unit, it was determined that a protective wall would have

to be constructed; engineered drawings would have to be provided, and the State

Fire Marshal?s office would have to inspect the drawings.



These new requirements would further delay the bid process and would

significantly increase the cost to purchase the new generator. Therefore, the

Public Works Department elected to put the bid on hold and explore the option

of purchasing the rental generator.



Since the requirements to purchase a new unit proved too costly. The Public

Works Department determined that the rented generator is the size and type

required for the City to continue to use long-term. Therefore, Cummins Power

South was requested to provide a discounted quote based on the amount of rent

previously paid on the unit since June (approximately $10,000 per month).

Cummins Power South quoted a price of $149,570.00 for the City to purchase the

rented generator. The generator is a diesel-powered 2008 unit.

A new generator will cost over $250,000 total, with a life expectancy of 30,000

hours, in addition to a $30,000 rebate on the used unit. This unit has only

used 1090 hours, which leaves 28,010 hours of service. Purchasing the used

unit will save the City over $100,000.



Funds are budgeted in the FY14 Budget: LOST-Infrastructure ? Public Works ?

Capital Expenditures over $5000 ? Government Center Generator;

0109-260-9901-MNTN-7761-96020-20140.









?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE CONTINUATION OF THE ANNUAL CONTRACT FOR CELLULAR

TELEPHONE SERVICES WITH VERIZON WIRELESS, VIA GEORGIA STATE CONTRACT,

GTA794-V. VERIZON WAS THE AWARDED THE GEORGIA STATE CONTRACT ON JANUARY 1,

2014 THROUGH JUNE 30, 2017



WHEREAS, Alltel was awarded the contract to provide wireless

communication service to Columbus Consolidated Government, per Resolution No.

413-07 (RFP No. 07-0012), on September 18, 2007. On July 11, 2009, Alltel

services officially transitioned from Alltel Wireless to Verizon Wireless.

Verizon Wireless agreed to honor the terms of the contract, and Council

approved to continue the contract with Verizon Wireless, per Resolution No.

481-09; and,



WHEREAS, the City?s contract term has ended. However, Verizon Wireless is one

of the contractors awarded the Georgia State contract for Wireless

communication. Verizon Wireless has agreed to continue the same plan, monthly

access charge and any eligible discounts. Therefore, it is in the City?s best

interest to continue with Verizon Wireless under the State Contract; and,



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

FOLLOWS:



That the City Manager is hereby authorized to continue the annual

contract for cellular telephone services with Verizon Wireless, via Georgia

State Contract, GTA000187; contract term of January 1, 2014 through June 30,

2017. Funding will be budgeted each fiscal year for this on-going expense:

Various Accounts ? Mobile Phone ? 6622.



___________________



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

held the _________ day of ___________, 2014 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 PAYMENT TO TYLER TECHNOLOGIES, INC., APPRAISAL

AND TAX DIVISION (DALLAS, TX), IN THE AMOUNT OF $98,795.00 FOR THE ANNUAL

RENEWAL FEE FOR OASIS MAINTENANCE SUPPORT, COVERING THE PERIOD JANUARY 2014

THROUGH DECEMBER 2014. PAYMENT WILL BE MADE IN TWO INSTALLMENTS IN THE AMOUNT

OF $49,397.50; THE FIRST PAYMENT UPON APPROVAL OF THIS RESOLUTION, AND THE

SECOND PAYMENT AFTER JULY 1ST.



WHEREAS, this maintenance provides Information Technology, the Tax

Assessor's Office and the Tax Commissioner's Office with software enhancements,

documentation updates, Users Group Support and Hotline Support for the OASIS

property tax and appraisal system. Maintenance has been budgeted and approved

annually since the OASIS software system was purchased in 1985; and,



WHEREAS, the vendor is the developer of the software, and is therefore,

the only known source to provide the maintenance support.



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



That the City Manager is hereby authorized to make payment to Tyler

Technologies, Inc., Appraisal and Tax Division (Dallas, TX), in the amount of

$98,795.00, for the annual renewal fee for OASIS Maintenance Support, covering

the period January 2014 through December 2014. Payment will be made in two

installments in the amount of $49,397.50; the first payment upon approval of

this resolution, and the second payment after July 1st. Funds are budgeted in

the FY14 Budget: General Fund - Information Technology - Software Lease;

0101-210-1000-ISS-6541. The remaining funds for the second payment, due after

July 1, will be carried over to the FY15 budget.



___________________





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

held the _________ day of __________, 2014 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 A CONTRACT WITH FABCO

FABRICATION, INC., (VALDOSTA, GA) TO PROVIDE REFUSE TRUCK BODY REFURBISHING

SERVICES, WHICH WILL BE USED ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 14-0003) and one viable proposal was

received; and,



WHEREAS, the proposal submitted by Fabco Fabrication, Inc., met all proposal

requirements; and,



WHEREAS, the term of the contract shall be for two (2) years with the option to

renew for three (3) 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 a contract with

Fabco Fabrication, Inc. (Valdosta, GA), to provide Refuse Truck Body

Refurbishing Services, which will be used on an ?as needed? basis. Funding

will be budgeted each fiscal year for this on-going expense: Integrated Waste

Fund ? Public Works ? Solid Waste Collection ? Professional Services;

0207-260-3510-GARB-6311.



_____________________





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

held the _________ day of ___________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_____________________________ ________________________

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



?ITEM D?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF INDUSTRIAL, MEDICAL AND SPECIAL GASES,

ON AN ?AS NEEDED BASIS?, FROM AIRGAS USA, LLC, VIA THE GEORGIA STATEWIDE

CONTRACT SWC 9999-SPD-SPD0000054; THE TERM OF THE CONTRACT EFFECTIVE DATE IS

AUGUST 1, 2011 THROUGH JULY 31, 2014, WITH THE OPTION TO RENEW.



WHEREAS, the State of Georgia has advertised sealed bids for the purchase of

Industrial, Medical and Special Gas products and awarded a contract to the

lowest, qualified vendor; and,



WHEREAS, Georgia Statewide contracts are approved for use by local

governments, and meet the requirements of the City?s procurement ordinance;

and,



WHEREAS, the contract pricing will remain in effect through July

31, 2014.



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



That the City Manager is hereby authorized to purchase industrial,

medical and special gases, on an ?as needed basis?, from Airgas USA, LLC, via

Georgia State Contract, SWC 9999-SPD-SPD0000054; the term of the contract

effective date is August 1, 2011 through July 31, 2014, with the option to

renew. Funds will be budgeted each fiscal year for this on-going expense: Fire

& EMS ? Operations/Medical; 6795. Purchases by other departments will be

budgeted in the appropriate line-item.

_____________________





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

held the _________ day of ____________, 2014 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 A USED GENERATOR SYSTEM FROM CUMMINS

POWER SOUTH (ATLANTA, GA) IN THE AMOUNT OF $149,570.00.



WHEREAS, on Saturday, June 15, 2013, during a load test of the diesel generator

located in the Government Center, internal problems were encountered and the

block cracked. The Facilities Maintenance Division located a vendor, Cummins

Power South, who could rent a generator to the City, on the same day of the

incident, until a decision could be made regarding the purchase of a new

generator; and,



WHEREAS, the requirements to purchase a new unit proved too costly. The Public

Works Department determined that the rented generator is the size and type

required for the City to continue to use long-term, and requested that Cummins

Power South provide a discounted quote based on the amount of rent previously

paid on the unit since June (approximately $10,000 per month); and



WHEREAS, the generator is a diesel-powered 2008 unit and has been utilized for

approximately 1090 engine hours; and,



WHEREAS, purchasing the unit is required because the City must have a permanent

generator system in place as a back-up power source.



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



That the City Manager is hereby authorized to purchase a used generator

system from Cummins Power South (Atlanta, GA) in the amount of $149,570.00.

Funds are budgeted in the FY14 Budget: LOST-Infrastructure ? Public Works ?

Capital Expenditures over $5000 ? Government Center Generator;

0109-260-9901-MNTN-7761-96020-20140.



____________________





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

held the _________ day of ___________, 2014 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


No attachments for this document.

Back to List