Agenda Item # 4
Columbus Consolidated Government
Council Meeting
December 14, 2010
Agenda Report # 588
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) SOFT BODY ARMOR - (ANNUAL CONTRACT) - RFP NO. 10-0015
It is requested that Council approve the annual contract for soft body armor
from Protective Products (Sunrise, FL). The Contractor will provide soft body
armor for Public Safety Officers to include: Police, Marshal and Sheriff
Departments of the Columbus Consolidated Government 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. The contract renewal will
be contingent upon the mutual agreement of the City and the Contractor.
RFP postcard invitations were mailed to fifty-three vendors, and complete
specifications were posted on the web pages of the Purchasing Division and the
Georgia Procurement Registry. This RFP has been advertised, opened and
evaluated. Proposals were received on March 19, 2010 from the following
offerors:
Protective Products (Sunrise, FL)
Dana Safety Supply (Sugar Hill, GA)
GT Distributors of Georgia, Inc. (Rossville, GA)
Law Enforcement Supply (Marietta, GA)
*Safety & Security International, Inc. (Jamestown, NC)
*Fireline, Inc. (Winder, GA)
* At the first evaluation committee meeting, the committee deemed the indicated
offerors? proposals non-compliant. The vendors failed to include a
letter/notice of compliance from the Department of Justice as prescribed in the
specifications. Letters have been sent to each vendor detailing the reasons
their proposals were deemed non-compliant.
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Police, Marshal and Sheriff?s Departments. During the
evaluation and testing process, Protective Products was deemed most responsive
to the RFP. The RFP process is governed by the City?s Procurement Ordinance
Article 3-110, Competitive Sealed Proposals for Equipment, Supplies or
Professional services. 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,
negotiations will begin with the next responsive offeror. Evaluation results
and proposed costs have been submitted to the City Manager in a separate memo
for information purposes.
Funds will be budgeted each fiscal year for this ongoing service: General Fund
? Municipal Court - Marshal ? Operating Materials; 0101-530-3000-MRSH-6728,
General Fund ? Police ? Field Operations ? Operating Materials;
0101-400-2300-FILD-6728, General Fund ? Sheriff ? Detention ?Uniforms;
0101-550-2600-JAIL-6781.
* * * * * *
(B) FIREFIGHTING ACCESSORIES - (ANNUAL CONTRACT) - RFB NO. 11-0006
It is requested that Council approve the purchase of firefighting accessories
from W.S. Darley & Co., Fireline, Inc. and Ten-8 Fire & Safety Equipment for
the estimated annual contract value of $29,868.75. The firefighting
accessories, which include gloves, boots and helmets with face shield, will be
ordered on an ?as needed basis?.
The initial contract term shall be for two years with the option to renew for
three additional twelve-month periods. The renewal will be contingent upon the
mutual agreement of the City and the Contractor.
Bid postcard invitations were mailed to forty-two vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Six bids were received on September 29, 2010.
This bid has been advertised, opened and reviewed. The bidders were:
Description/Vendor Firefighting Helmets
(Est. Qty: 75) Shield w/o Firefighting Helmet
(Est. Qty: 75) Shield w/Gold Bugle Medallion
(Est. Qty: 75) Firefighting Gloves
(Est. Qty: 75) Firefighting Boots
(Est. Qty: 75)
W.S. Darley & Co.
(Melrose Park, IL) 187.50 (unit) 14,062.50 (total) 34.50 (unit)
2,587.50 (total) 45.50 (unit)
3,412.50 (total) 50.95 (unit)
3,821.25 (total) 133.00 (unit)
9,975.00 (total)
Fireline, Inc.
(Lawrenceville, GA) 246.25 (unit)
18,468.75 (total) 35.00 (unit)
2,625.00 (total) 45.00 (unit)
3,375.00 (total) 47.25 (unit)
3,543.75 (total) 103.50 (unit)
7,762.50 (total)
Ten-8 Fire & Safety
(Bradenton, GA) No bid No bid No bid 49.00 (unit)
3,675.00 (total) 84.00 (unit)
6,300.00 (total)
Thermo Fisher Scientific (Atlanta, GA) 194.25 (unit)
14,568.75 (total) No bid No bid 36.51 (unit)*
2,738.25 (total) 103.47 (unit)
7,760.25 (total)
NAFECO
(Decatur, AL) 271.76 (unit)
20,382.00 (total) 39.00 (unit)
2,925.00 (total) 52.94 (unit)
3,970.50 (total) 56.48 (unit)
4,236.00 (total) 109.49 (unit)
8,211.75 (total)
Georgia Fire & Rescue
(Canton, GA) 224.86 (unit)
16,864.50 (total) 47.90 (unit)
3,592.50 (total) 75.03 (unit)
5,627.25 (total) 56.78 (unit)
4,258.50 (total) 102.58 (unit)
7,693.50 (total)
* Thermo Fisher Scientific ? Gloves sample provided did not meet Columbus Fire
& EMS ?workability? requirement, i.e. the liner of the gloves separates from
the actual glove.
Funds are budgeted each fiscal year for this on-going expense: General Fund ?
Fire & EMS - Logistics/Support ? Uniforms; 0101-410-3610-LOGI-6781.
(C) 5-YEAR CONSOLIDATED PLAN AND ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING
CONSULTING SERVICES ? RFP NO. 11-0006
It is requested that Council authorize the execution of a contract with W.
Frank Newton, Inc., to provide consulting services for the preparation of the
City?s 5-Year Consolidated Plan and Analysis of Impediments to Fair Housing
(AI) documents.
W. Frank Newton, Inc., will develop and carry out the process for completing a
5-year Consolidated Plan for a successful submission to HUD. As part of the
Consolidated Plan in the Budget Year 2011, the Community Reinvestment
Department will have to provide a summary of the Analysis of Impediments to
Fair Housing in Columbus, Georgia. Upon the compilation of all data, the
successful firm will analyze the data and report findings to the Community
Reinvestment Department. These impediments are not just dealing with programs
funded through federal funds, but impediments to all housing activities within
the City.
W. Frank Newton, Inc., shall report findings based on the compilation and
analysis of data listed in the following categories:
Review of relevant public policies & practices and their impact on fair housing.
Zoning
Subdivision Regulations
Building Codes
Housing Programs
ADA/504 Compliance
Predatory Lending
B. Information on institutional practices in the housing industry
Real estate practices
Rental Market
Lending/Mortgage
Residential Residency Requirements
Advertising
MLS/Boards of Realtors & Realist
Home Appraisals
Locations of Mortgage Loans
C. The nature and extent of fair housing complaints, violations or suits
against the jurisdiction.
D. Information on racial violence and the degree of segregation.
Housing Profile
Maps to show the various demographic patterns, housing patterns, and commercial
industrial development.
Employment and Transportation Profile
Demographic Data and Income
RFP postcard invitations were mailed to thirty vendors, and complete
specifications were posted on the web pages of the Purchasing Division and the
Georgia Procurement Registry. This RFP has been advertised, opened and
evaluated. Proposals were received on October 15, 2010 from the following
seven offerors:
W. Frank Newton, Inc. (Marietta GA)
BBC Research & Consulting (Denver CO)
Bleakly Advisory Group (Atlanta GA)
Ernest Swiger Consulting, Inc. (Stroudsburg PA)
Mullin & Longeran Associates (Pittsburgh PA)
PMG Associates, Inc. (Etowah NC)
Western Economic Services, LLC (Portland OR)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from the Community Reinvestment Department.
During the evaluation process, W. Frank Newton, Inc., was deemed most
responsive to the RFP. The RFP process is governed by the City?s Procurement
Ordinance, Articles 3-110 and 3-111, Competitive Sealed Proposals for the
procurement of Equipment, Supplies and Professional Services and
Architectural/Engineering and Land Surveying Services. 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, negotiation will begin with the next responsive
offeror. Evaluation results and proposed cost have been submitted to the City
Manager in a separate memo for informational purposes.
Funds are budgeted in the FY11 Budget: Community Development Block Grant Fund ?
Community Reinvestment ? Aid to Other Agencies ? Economic Development;
0210-245-2300-ECON-9307.
* * * * * * * * *
(D) PURCHASE OF WETLAND/STREAMBANK CREDITS
It is requested that Council authorize the City Manager to purchase wetland and
streambank credits from the Georgia Land Conservation Center or any other U.S.
Army Corps of Engineers approved mitigation bank in the Chattahoochee River
Hydrologic Unit to mitigate for impacts associated with development of the
Muscogee Technology Park.
Per Resolution 385-10, dated October 26, 2010, Council authorized the City
Manager to purchase wetlands and stream bank credits, in the amount $941,180,
from the Upatoi Creek and Kolomoki Mitigation banks to meet the requirements of
the City's Section 404 permit for impacts at Muscogee Technology Park. The
number of credits required to satisfactorily meet the 404 permit requirements
exceeds the combined available credits in both Upatoi and Kolomoki banks. The
U.S. Army Corps of Engineers has directed the City to purchase credits through
the Georgia Land Conservation Center or other approved bank in the
Chattahoochee River Hydrologic Unit if available. Currently there are no
other approved banks in the Chattahoochee Unit but an additional bank is
expected to become operational after the first of the year. Until additional
credits are available from approved banks, the City will be required to
purchase from the Georgia Land Conservation Center through the "in-lieu-fee
mitigation program".
The City is required, by our Section 404 permit, to mitigate for all wetlands
and stream bank impacts in Muscogee Technology Park. The limited availability
or credits from approved mitigation banks requires the City to purchase from
other approved sources or other approved banks as they become operational.
Council has approved the purchase of wetland and stream bank credits in the
amount of $941,180. The amount of funding to purchase credits will not change
as a result of this request. Funds are budgeted in the FY11 Budget: 1999 Sales
Tax Project Fund - 1999 SPLOST - 99 SPLOST NFL Improvements - Professional
Services - NFL Improvements; 0540 - 695 - 2133 - TXNF - 6311 - 50601 - 20060.
?ITEM A?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR SOFT BODY ARMOR FROM
PROTECTIVE PRODUCTS (SUNRISE, FL).
WHEREAS, an RFP was administered (RFP No. 10-0015) and six proposals were
received; and,
WHEREAS, the proposal submitted by Protective Products met all proposal
requirements and was evaluated responsive to the RFP; and,
WHEREAS, the term of contract period shall be for two years, with option to
renew for three (3) additional twelve (12) month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual contract for
soft body armor with Protective Products (Sunrise, FL). The term of contract
shall be for two (2) years with the option to renew for three (3) additional
twelve-month periods. Funds will be budgeted each fiscal year for this ongoing
service: General Fund ? Municipal Court - Marshal ? Operating Materials;
0101-530-3000-MRSH-6728, General Fund ? Police ? Field Operations ? Operating
Materials; 0101-400-2300-FILD-6728, General Fund ? Sheriff ? Detention ?
Uniforms; 0101-550-2600-JAIL-6781.
______________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FIREFIGHTING ACCESSORIES ON AN ?AS
NEEDED BASIS? FROM W.S. DARLEY & CO., FIRELINE, INC. AND TEN-8 FIRE & SAFETY
EQUIPMENT FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $29,868.75.
WHEREAS, the contracted vendors will provide firefighting helmets, boots and
gloves on an ?as needed basis; and,
WHEREAS, the contract term shall be for two years an option to renew for three
additional twelve month periods. Renewal of the contract is contingent upon
the mutual agreement of the City and the Contractors.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase firefighting accessories
on an ?as needed basis? from W.S. Darley & Co., Fireline, Inc., and Ten-8 Fire
& Safety Equipment for the estimated annual contract value of $29,868.75.
Funds are budgeted each fiscal year for this on-going expense: General Fund ?
Fire & EMS - Logistics/Support ? Uniforms; 1010-410-3610-LOGI-6781.
______________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM C?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH W. FRANK
NEWTON, INC., TO PROVIDE CONSULTING SERVICES FOR THE PREPARATION OF THE CITY?S
5-YEAR CONSOLIDATED PLAN AND ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING (AI)
DOCUMENTS.
WHEREAS, an RFP was administered (RFP No. 11-0006) and seven proposals
were received; and,
WHEREAS, the proposal submitted by W. Frank Newton, Inc., met all proposal
requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
W. Frank Newton, Inc., to provide consulting services for the preparation of
the City?s 5-Year Consolidated Plan and Analysis of Impediments to Fair Housing
(AI) documents. Funds are budgeted in the FY11 Budget: Community Development
Block Grant Fund ? Community Reinvestment ? Aid to Other Agencies ? Economic
Development; 0210-245-2300-ECON-9307
______________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM D?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF WETLAND AND STREAMBANK CREDITS
FROM THE GEORGIA LAND CONSERVATION CENTER OR ANY OTHER U.S. ARMY CORPS OF
ENGINEERS APPROVED MITIGATION BANK IN THE CHATTAHOOCHEE RIVER HYDROLOGIC UNIT
TO MITIGATE FOR IMPACTS ASSOCIATED WITH DEVELOPMENT OF THE MUSCOGEE TECHNOLOGY
PARK.
WHEREAS, Per Resolution 385-10, dated October 26, 2010, Council authorized the
City Manager to purchase wetlands and stream bank credits, in the amount
$941,180, from the Upatoi Creek and Kolomoki Mitigation banks to meet the
requirements of the City's Section 404 permit for impacts at Muscogee
Technology Park. The number of credits required to satisfactorily meet the
404 permit requirements exceeds the combined available credits in both Upatoi
and Kolomoki banks. The U.S. Army Corps of Engineers has directed the City to
purchase credits through the Georgia Land Conservation Center or other approved
bank in the Chattahoochee River Hydrologic Unit if available. Currently there
are no other approved banks in the Chattahoochee Unit but an additional bank is
expected to become operational after the first of the year. Until additional
credits are available from approved banks, the City will be required to
purchase from the Georgia Land Conservation Center through the "in-lieu-fee
mitigation program"; and,
WHEREAS, the City is required by our Section 404 permit to mitigate for all
wetlands and stream bank impacts in Muscogee Technology Park. The limited
availability or credits from approved mitigation banks requires the City to
purchase from other approved sources or other approved banks as they become
operational.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase wetland and
streambank credits from the Georgia Land Conservation Center or any other U.S.
Army Corps of Engineers approved mitigation bank in the Chattahoochee River
Hydrologic Unit to mitigate for impacts associated with development of the
Muscogee Technology Park. Council has approved the purchase of wetland and
stream bank credits in the amount of $941,180. The amount of funding to
purchase credits will not change as a result of this request. Funds are
budgeted in the FY11 Budget: 1999 Sales Tax Project Fund - 1999 SPLOST - 99
SPLOST NFL Improvements - Professional Services - NFL Improvements; 0540 - 695
- 2133 - TXNF - 6311 - 50601 - 20060.
______________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2010 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
Attachments
No attachments for this document.