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 # 11





Columbus Consolidated Government



Council Meeting



August 14, 2012





Agenda Report # 094







TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) 7-YARD DUMP TRUCKS ? RFB NO. 12-0030



It is requested that Council authorize the purchase of five (5) 7-Yard Dump

Truck cab and chassis (2013 Freightliner M2 106), from FourStar Freightliner,

Inc., (Montgomery, AL) in the amount of $71,571.00 per unit, for a total of

$357,855.00; and the purchase of five (5) 7-Yard Dump Truck bodies (2012

Crysteel Select), from Park Built Body Co., Inc., (Sylvester, GA) in the amount

of $12,014.75 per unit, for a total of $60,073.75. Four (4) of the units were

approved in FY12. An additional unit was approved in FY13.



The vehicles will be used by the Public Services Department to transport dirt,

gravel, and other material to and from job sites. These units are replacement

vehicles.



Bid postcard invitations were mailed to one-hundred-sixty-three vendors and bid

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

Georgia Procurement Registry. Twelve bids were received on June 13. This bid

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

OPTION 1:

Cab & Chassis Only OPTION 2:

Body Only OPTION 3:

Complete Unit

UNIT COST UNIT COST UNIT COST

FourStar Freightliner, Inc. (Montgomery, AL) $71,571.00 NO BID NO BID

Park Built Body Co., Inc. (Sylvester, AL) NO BID $12,014.75 NO BID

Commercial Truck & Van Equipment

(Norcross, GA) NO BID $12,775.00 NO BID

Truck Equipment Sales (Cantonment, FL) NO BID $12,844.00 NO BID

Transport Equipment Co., Inc. (Albany, GA) NO BID $13,395.00 NO BID

Peterbilt of Atlanta, LLC (Jackson, GA) 1 $78,300.00 $14,175.00 $92,475.00

Interstate Truck Equipment, Inc.

(College Park, GA) NO BID $14,175.00 NO BID

Yancey Truck Centers (Columbus, GA) $74,404.97 NO BID NO BID

Kenworth of Montgomery (Montgomery, AL) 2 $66,540.00

W I T H D R A W N NO BID NO BID

TransPower, Inc. (Albany, GA) $72,071.00 NO BID NO BID

Peach State Ford/ATL FL (Norcross, GA) NO BID NO BID $85,700.00

Beck Motor Co., Tri-State Peterbilt (Albany, GA) $75,542.00 NO BID NO BID

1 Peterbilt of Atlanta, LLC failed to acknowledge Addendum No. Four. The vendor

was allowed to remain valid for the Cab and Chassis, as the addendum related to

the Body Only.

2 Kenworth of Montgomery failed to acknowledge Addendum No. Two. Additionally,

the vendor used the incorrect Response Pages and requested that his bid be

withdrawn.



The 7-Yard Dump Truck is not listed on the Georgia Statewide Contract.



Funds are budgeted for four (4) units in the FY13 Budget: Paving Fund ? Public

Services ? Repairs and Maintenance ? Heavy Trucks; 0203-260-3110-REPR-7723.



Funds are budgeted for one (1) unit in the FY13 Budget: Sewer Fund ? Public

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



* * * * * * * *



(B) ONE (1) 2012 FREIGHTLINER M2 TYPE I MEDIUM DUTY AMBULANCE



It is requested that Council approve the purchase of one (1) 2013 Freightliner

M2 Type I, 4x2 medium duty ambulance from Peach State Ambulance, Inc., (Tyrone,

GA) in the amount of $172,489.00.



The replacement unit was approved in the FY13 Budget, and will be used by the

Department of Fire/EMS to provide immediate medical assistance and transport

patients.



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

Bid No 11-10-1202 administered by the Florida Fire Chief?s Association, the

Florida Sheriff?s Association and the Florida Association of Counties. The

cooperative bid was administered by the aforementioned organizations to be

extended and guaranteed to any and all units of local governments and public

safety agencies. The bid contract covers the period of January 1, 2012

through December 31, 2012. The procurement process administered by the

entities in the State of Florida meets the procurement requirements of Columbus

Consolidated Government. The City?s Procurement Ordinance, Article 9-101,

?Cooperative Purchasing Authorized,? allows for participation in this Bid.

Wheeled Coach Industries is one of the awarded manufacturers. Peach State

Ambulance is the Georgia authorized dealer for Wheeled Coach Industries. Peach

State Ambulance, Inc., has agreed to provide the ambulances to the City under

the same contract.



Funds are budgeted in the FY13 Budget: LOST - Public Safety Fund ? Fire & EMS

? Public Safety-LOST ? Heavy Trucks; 0102-410-9900-LOST-7723.



* * * * * * * * *



(C) FIRE APPARATUS AND EQUIPMENT



It is requested that Council approve the purchase of one (1) E-One 1500 GPM

Side Mount Rescue Pumper with 1030 Gallon Booster Tank Mounted on a new 2012

Custom E-One typhoon Cab and Chassis, in the amount of $358,336.00 (if pre-paid

in full, the discounted cost will be $349,074.00); and applicable loose

equipment in the amount of $47,728.20, from Hall-Mark Fire Apparatus, Inc.,

(Ocala, Florida).



This replacement fire apparatus and loose equipment were approved in the FY13

Budget.



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

Bid No 11-10-1202 administered by the Florida Fire Chief?s Association, the

Florida Sheriff?s Association and the Florida Association of Counties. The

cooperative bid was administered by the aforementioned organizations to be

extended and guaranteed to any and all units of local governments and public

safety agencies. The bid contract covers the period of January 1, 2012

through December 31, 2012. The procurement process administered by the

entities in the State of Florida meets the procurement requirements of Columbus

Consolidated Government. The City?s Procurement Ordinance, Article 9-101,

?Cooperative Purchasing Authorized,? allows for participation in this Bid.

Hall-Mark Fire Apparatus is one of the awarded vendors on the contract, and the

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



Per the contract, a pre-pay discount plan is available to the City for this

purchase, as follows:



Base unit price per truck $358,336.00

Discount for Pre-payment - 9,225.00

Total Discounted Unit Price $349,074.00



Additionally, if full payment for the truck is pre-paid, the City will receive

a rebate of $100.00 each and every day the completed apparatus is delayed and

not delivered by the agreed upon delivery date.



Funds are budgeted in the FY13 Budget: LOST/Public Safety ? Fire & EMS ? Public

Safety/LOST ? Heavy Trucks; 0102-410-9900-LOST-7723.



* * * * * * * * *



(D) MONITOR/DEFIBRILLATOR AND ACCESSORIES



It is requested that Council approve the purchase of one LifePak

monitor/defibrillator and accessories from Physio-Control (Redmond, WA) in the

amount of $33,488.00.



The monitor/defibrillator will be an addition to the equipment inventory for

the Fire & EMS Department.



The LifePak brand is requested to maintain uniformity of the medical equipment

throughout the department. The Department currently has eighteen (18) LifePak

monitor/defibrillators. Physio- Control is the manufacturer of the LifePak

monitor/defibrillators, and is considered the only known source for the

purchase, per the Procurement Ordinance #3-114.



Funds are budgeted in the FY13 Budget: LOST/Public Safety ? Fire & EMS ?

Public Safety/LOST ? Heavy Trucks; 0102-410-9900-LOST-7723.



* * * * * * * * *



(E) EDUCTOR TRUCK



It is requested that Council approve the purchase of one (1) eductor truck

(Combination Jet/Vacuum Sewer Cleaner with all standard equipment V230H/500)

via National Joint Powers Alliance (NJPA) Contract #031710-AMI, from Atlantic

Machinery, Inc. (Silver Spring, MD), in the amount of $232,930.00.



The eductor truck was approved in the FY13 Budget, and will be used by the

Rainwater Division, of the Public Services Department, to clean storm/drain

pipes. It is a replacement unit.



The purchase will be accomplished via Request for Proposal (RFP) #031710,

initiated by the National Joint Powers Alliance (NJPA), whereby Atlantic

Machinery, Inc., 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 bid

process meets the Procurement Ordinance requirements for Columbus Consolidated

Government.



Funds are budgeted in the FY13 Budget: Sewer Fund ? Public Services ? Sewer

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



* * * * * *



(F) ASPHALT RUBBER & SEALANT (ANNUAL CONTRACT) - RFB NO. 12-0043



It is requested that Council approve the purchase of asphalt rubber & sealant

from Reynolds-Warren Equipment Company, Inc., (Lake City, GA), for the

estimated annual contract value of $36,070.00. The material will be used on an

"as needed basis" by the Public Services Department for sealing cracks when

repairing streets, parking lots and highways. The contract term will be for

three years.



Bid postcard invitations were mailed to thirteen vendors and bid specifications

were posted on the web page of the Purchasing Division and the Georgia

Procurement Registry. One bid was received on June 13, 2012. This bid has

been advertised, opened and reviewed. The bidder was:







Description/Vendor

EST Usage

Reynolds-Warren Equipment Co., Inc.

(Lake City, GA)



Parking Lot Sealant

10,000 lbs

$0.632

($ 6,320.00)



PolyFlex Type 2

50,000 lbs

$0.595

($ 29,750.00)



Funds are budgeted each fiscal year for this on-going expense: Paving Fund -

Public Services - Repairs & Maintenance ? Street Repairs and Maintenance - Road

Maintenance Materials, 0203-260-3110-REPR-6726.



* * * * * *



(G) COURSE INSTRUCTORS/HUMAN RESOURCES, LEARNING CENTER (ANNUAL CONTRACT) ? RFP

NO. 12-0022



It is requested that Columbus Council approve the annual contract with Business

Resource Center for Course Instructors for Human Resources, Learning Center, on

a Per-Course basis. The firm will provide instructors to teach new and

innovative training that will be beneficial to City employees. Contractor will

provide introductory, skills development; intermediate and advanced level

classes based on the needs of the employees. The classes under consideration

will include, but not limited to the following:



Human Resources Law I for Supervisors

Human Resources Law II for supervisors

Discrimination and Harassment in the Workplace

Job Descriptions, Posting, Interviewing and Hiring

Performance Evaluation Process

Discipline, Termination and Documentation

Dealing with Difficult People

Ethics in the Public Sector

Budgeting for Local Government

Workplace Violence Preparedness

Generational diversity in Today?s Workplace

Leading Effective Teams

Effective Leadership Styles

Presentation Skills

Presentation Skills II

The Workplace Diversity Advantage

Media I for Government Employees

HR Law Update

Time Management ? Level I



Contractor shall meet or exceed the requirements stated below:

Provide well organized, training instruction, staffed by qualified professional

instructors.

Provide assistance with marketing of classes, distribute flyers, conduct

promotions and provide written description of proposed classes.

Recruit, hire, supervise, financially compensate and evaluate professional,

qualified instructors.

Provide auditable (documented) records concerning class attendance and

participant evaluations.

Provide established learning objectives and course outcomes.

Instruct classes at the Learning Center, located in the Government Center, East

Wing, 2nd Floor.

Provide all books and any handouts appropriate for the class.

Maintain a ratio of 1 instructor per 25 employees.



The term of this contract shall be for one year, with the option to renew for

four (4) additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



Request for proposal postcard invitations were mailed to twenty-nine (29)

vendors and the specifications were posted on the City?s website and Georgia

Procurement Registry. This RFP has been advertised, opened and evaluated.

Four proposals were received on April 27, 2012 from the following offerors:



Business Resource Center/Div of the Pastoral Institute (Columbus, GA)

The University of Georgia (Athens, GA)

McPherson Berry & Associates (Ellenwood, GA)

Marcus & Marcus (Warner Robins, GA)



The proposals were reviewed by the Evaluation Committee, which consisted of

representatives from Finance Department, Human Resources and Elections &

Registration Office. The committee also consisted of one non-voting Advisor

from Human Resources.



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 RFP process, there is no formal opening due to the

possibility of negotiated components of the proposal. In the event City

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 cost information has

been submitted to the City Manager in a separate memo for informational

purposes.



Funds will be budgeted each fiscal year for this on-going expense; General Fund

- Human Resources ? Human Resources ? Consulting Services,

0101-220-2100-HRDR-6315; General Fund - Human Resources ? Human Resources ?

Contractual Services, 0101-220-1000-HRDR-6319.



* * * * * *



(H) TICKETING SERVICES (ANNUAL CONTRACT) ? RFP NO. 12-0013



It is requested that Council approve the annual contract with Ticketmaster LLC

(Atlanta, GA) to provide a comprehensive computerized ticketing software system

for the Columbus Civic Center. The Contractor will provide ticketing services

in box offices, ticket sales outlets, and Internet sales.



The Contractor will provide the following:

Equipment, where required, which shall be new, unused and conform to the best

practices known to the trade in design, quality of materials and workmanship.

Training for Civic Center personnel in the operation of the installed system

on-site, and availability of twenty-four (24) hour off-site user support as

questions or problems arise.

Hardware components for automated ticketing service.

Software shall be a commercial product with established and adequate technical

support.

Software that contains on-line credit card authorization and debit features.

Contractor will immediately replace the following equipment:



2 - Monitors and computer

Access manager w/Printer

2 - Scanners



The initial term of the contract shall be for five (5) years, with the option

to renew for five (5) additional twelve-month periods, if agreeable to both

parties.



Request for proposal postcard invitations were mailed to twenty-nine (29)

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 20, 2012, from the following six offerors.



Ticketmaster LLC (Atlanta, GA) Paciolan (Irvine, CA)

Tickets.com (Costa Mesa, CA) ShoWare (Fresno, CA)

Etix (Morrisville, NC) Audience View (Toronto Ontario, CN)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the Columbus Civic Center. The Civic Center

Director served as an Advisor and was not a voting member.



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. 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. The cost and

evaluation results have been submitted to the City Manager in a separate memo

for informational purposes.



Funds will be deposited into the following Revenue Accounts: Civic Center -

Ticket

Sales, 0757-1 60-2

100-HOCK-4573,0757-160-2200-FOTB-4573,0757-160-2500-EVNT-4573; Civic Center -

Facility Fees, 0757-160-2200-4574,0757-160-2500-4574; Civic Center - Parking

Fees, 0757-160-2500-4568; Sales Tax, 0757-2066.



* * * * * * *



(I) MAINTENANCE AGREEMENT FOR GLOBAL POSITIONING SYSTEM



It is requested that Council authorize payment to Columbus Communications, in

the amount of $28,446.00, for the annual maintenance agreement for the Police

Department/E-911 Center?s Global Positioning System. The maintenance agreement

will cover the period of May 1, 2012 through April 30, 2013.



The 911 Center operates a Global Positioning System (GPS) to record the

location of all Public Safety units that are equipped with this system. This

system allows the dispatchers to look at a map and find the location of all the

equipped vehicles. This system is critical for the safety of Public Safety

units in that it provides a ?second chance? to find the exact location of a

unit in an emergency situation. The City has maintained a full coverage

maintenance agreement on this equipment due to its importance, and as an

expense control measure when making the necessary repairs and adjustments.



The GPS units work in conjunction with the Motorola Mobile Data System

components located within the cars and at the 911 Center. The City has a

maintenance agreement with Motorola on the Mobile Data System. In order to

protect the agreements with Motorola, they require the work done on these GPS

units be performed by an approved vender. The only vender approved by Motorola

to work on these GPS units is Columbus Communications. Therefore, the vendor

is considered an Only Know Source, per Section 3-114 of the Procurement

Ordinance.



Funds are budgeted in the FY13 Budget: Emergency Telephone Fund ? Police ?

E-911 Communications Center- Service Contracts; 0209-400-3220-E911-6513.

?ITEM A?





A RESOLUTION



NO.___



A RESOLUTION AUTHORIZING THE PURCHASE OF FIVE (5) 7-YARD DUMP TRUCK CAB AND

CHASSIS (2013 FREIGHTLINER M2 106), FROM FOURSTAR FREIGHTLINER, INC.,

(MONTGOMERY, AL) IN THE AMOUNT OF $71,571.00 PER UNIT, FOR A TOTAL OF

$357,855.00; AND THE PURCHASE OF FIVE (5) 7-YARD DUMP TRUCK BODIES (2012

CRYSTEEL SELECT), FROM PARK BUILT BODY CO., INC., (SYLVESTER, GA) IN THE AMOUNT

OF $12,014.75 PER UNIT, FOR A TOTAL OF $60,073.75. FOUR (4) OF THE UNITS WERE

APPROVED IN FY12. AN ADDITIONAL UNIT WAS APPROVED IN FY13.



WHEREAS, the vehicles will be used by the Public Services Department to

transport dirt, gravel, and other material to and from job sites. 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 five (5) 7-Yard Dump

Truck cab and chassis, from FourStar Freightliner, Inc., (Montgomery, AL) in

the amount of $357,855.00, and five (5) 7-Yard Dump Truck bodies, from Park

Built Body Co., Inc., (Sylvester, GA) in the amount of $60,073.75. Funds are

budgeted for four (4) units in the FY13 Budget: Paving Fund ? Public Services ?

Repairs and Maintenance ? Heavy Trucks; 0203-260-3110-REPR-7723. Funds are

budgeted for one (1) unit in the FY13 Budget: Sewer Fund ? Public Services ?

Sewer Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-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 PURCHASE OF ONE (1) 2013 FREIGHTLINER M2 TYPE I,

4X2 MEDIUM DUTY AMBULANCE FROM PEACH STATE AMBULANCE, INC., (TYRONE, GA) IN THE

AMOUNT OF $172,489.00.



WHEREAS, the replacement unit was approved in the FY13 Budget; and,



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

in Bid No. 11-10-1202 administered by the Florida Fire Chief?s Association, the

Florida Sheriff?s Association and the Florida Association of Counties. The

cooperative bid was administered by the aforementioned organizations to be

extended and guaranteed to any and all units of local governments and public

safety agencies; and,



WHEREAS, the contract covers the period of January 1, 2012 through December 31,

2012. The procurement process administered by the entities in the State of

Florida meets the procurement requirements of Columbus Consolidated

Government. The City?s Procurement Ordinance, Article 9-101, ?Cooperative

Purchasing Authorized,? allows for participation in this Bid. Wheeled Coach

Industries is one of the awarded manufacturers. Peach State Ambulances is the

Georgia authorized dealer for Wheeled Coach Industries. Peach State

Ambulances, Inc., has agreed to provide the ambulances to the City under the

same contract.



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



That the City Manager is hereby authorized to purchase one (1) 2013

Freightliner M2 Type I, 4x2 medium duty ambulance from Peach State Ambulance,

Inc., (Tyrone, GA) in the amount of $172,489.00. Funds are budgeted in the

FY13 Budget: LOST - Public Safety Fund ? Fire & EMS ? Public Safety-LOST ?

Heavy Trucks; 0102-410-9900-LOST-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 C?

A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) E-ONE 1500 GPM SIDE MOUNT

RESCUE PUMPER WITH 1030 GALLON BOOSTER TANK MOUNTED ON A NEW 2012 CUSTOM E-ONE

TYPHOON CAB AND CHASSIS, IN THE AMOUNT OF $358,336.00 (IF PRE-PAID IN FULL, THE

DISCOUNTED COST WILL BE $349,,074.00); AND APPLICABLE LOOSE EQUIPMENT IN THE

AMOUNT OF $47,728.20, FROM HALL-MARK FIRE APPARATUS, INC., (OCALA, FLORIDA).



WHEREAS, this replacement fire apparatus and loose equipment were approved in

the FY13 Budget; and,



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

participating in Bid No 11-10-1202 administered by the Florida Fire Chief?s

Association, the Florida Sheriff?s Association and the Florida Association of

Counties. The City?s Procurement Ordinance, Article 9-101, ?Cooperative

Purchasing Authorized,? allows for participation in this Bid; and



WHEREAS, the cooperative bid was administered by the aforementioned

organizations to be extended and guaranteed to any and all units of local

governments and public safety agencies. The bid contract covers the period of

January 1, 2012 through December 31, 2012. The procurement process

administered by the entities in the State of Florida meets the procurement

requirements of Columbus Consolidated Government. Hall-Mark Fire Apparatus is

one of the awarded vendors on the contract, and the fire apparatus, as well as

the loose equipment, under the same contract.



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



That the City Manager is hereby authorized to purchase one (1) E-One

1500 GPM Side Mount Rescue Pumper with 1030 Gallon Booster Tank Mounted on a

new 2012 Custom E-One typhoon Cab and Chassis, in the amount of $358,336.00 (if

pre-paid in full, the discounted cost will be $349,074.00); and applicable

loose equipment in the amount of $47,728.20, from Hall-Mark Fire Apparatus,

Inc., (Ocala, Florida). Funds are budgeted in the FY13 Budget: LOST/Public

Safety ? Fire & EMS ? Public Safety/LOST ? Heavy Trucks;

0102-410-9900-LOST-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 D?

A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) LIFEPAK MONITOR/DEFIBRILLATOR

AND ACCESSORIES FROM PHYSIO-CONTROL (REDMOND, WA) IN THE AMOUNT OF $33,488.00.



WHEREAS, the monitor/defibrillator will be an addition to the equipment

inventory for the Fire & EMS Department; and,



WHEREAS, the LifePak brand is requested to maintain uniformity of the medical

equipment throughout the department. The Department currently has eighteen

(18) LifePak monitor/defibrillators. Physio-Control is the manufacturer of the

LifePak monitor/defibrillators, and is considered the only known source for the

purchase, per the Procurement Ordinance #3-114.



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



That the City Manager is hereby authorized to purchase one (1) LifePak

monitor/defibrillator and accessories from Physio-Control (Redmond, WA) in the

amount of $33,488.00. Funds are budgeted in the FY13 Budget: LOST/Public

Safety ? Fire & EMS ? Public Safety/LOST ? Heavy Trucks;

0102-410-9900-LOST-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 E?



A RESOLUTION



NO.____





A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) EDUCTOR TRUCK

(COMBINATION JET/VACUUM SEWER CLEANER WITH ALL STANDARD EQUIPMENT V230H/500),

VIA NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT #031710-AMI, FROM ATLANTIC

MACHINERY INC. (SILVER SPRING, MD) IN THE AMOUNT OF $232,930.00.



WHEREAS, the eductor truck is a replacement unit and will be used by the

Rainwater Division of the Public Services Department to clean storm/drain pipes.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) eductor

truck (Combination Jet/Vacuum Sewer Cleaner with all standard equipment

V230H/500) from Atlantic Machinery Inc. (Silver Spring, MD) in the amount of

$232,930.00. Funds are budgeted in the FY13 Budget: Sewer Fund ? Public

Services ? Sewer Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-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 F?



A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING THE PURCHASE OF ASPHALT RUBBER & SEALANT FROM

REYNOLDS-WARREN EQUIPMENT CO., INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$36,070.00.



WHEREAS, the material will be used on an "as needed basis" by the Public

Services Department for sealing cracks when repairing streets, parking lots and

highways, and;



WHEREAS, the contract term will be for three years.



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



That the City Manager is hereby authorized to purchase asphalt rubber & sealant

from Reynolds-Warren Equipment Co, Inc., for the estimated annual contract

value of $36,070.00. Funds are budgeted each fiscal year for this on going

expense: Paving Fund - Public Services - Repairs & Maintenance ? Street Repairs

and Maintenance - Road Maintenance Materials, 0203-260-3110-REPR-6726.



______________



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 NEGOTIATION OF A CONTRACT WITH BUSINESS RESOURCE

CENTER A DIVISION OF THE PASTORAL INSTITUTE FOR COURSE INSTRUCTORS FOR HUMAN

RESOURCES, LEARNING CENTER TO BE USED ON A PER-COURSE BASIS.



WHEREAS, an RFP was administered (RFP No. 12-0022) and four proposals were

received; and,



WHEREAS, the proposal submitted by Business Resource Center met all proposal

requirements and is deemed most responsive to the RFP; and,



WHEREAS, the term of this contract shall be for one year, with the option to

renew for four (4) 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 negotiate a contract with

Business resource Center a Division of the Pastoral Institute for Course

Instructors for Human Resources, Learning Center to be used on a Per-Course

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

General Fund - Human Resources ? Human Resources ? Consulting Services,

0101-220-2100-HRDR-6315; General Fund- Human Resources ? Human Resources ?

Contractual Services, 0101-220-1000-HRDR-6319.

__________________



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 ANNUAL CONTRACT WITH TICKETMASTER LLC

(ATLANTA, GA) TO PROVIDE TICKETING SERVICES FOR THE COLUMBUS CIVIC CENTER.



WHEREAS, an RFP was administered (RFP No. 12-0013) and six proposals

were received; and,



WHEREAS, the proposal submitted by Ticketmaster LLC was deemed most

responsive; and,



WHEREAS, the term of the contract shall be for five years, with the

option to renew for five additional twelve month periods. Contract renewal is

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



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

FOLLOWS:



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

with Ticketmaster LLC to provide ticketing services for Columbus Civic Center.

Funds will be deposited into the following Revenue Accounts: Civic Center ?

Ticket Sales, 0757-1 60-2 100-HOCK-4573,

0757-160-2200-FOTB-4573,0757-160-2500-EVNT-4573; Civic Center - Facility Fees,

0757-160-2200-4574,0757-160-2500-4574; Civic Center - Parking Fees,

0757-160-2500-4568; Sales Tax, 0757-2066.

____________



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 I?

A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING PAYMENT TO COLUMBUS COMMUNICATIONS, IN THE

AMOUNT OF $28,446.00, FOR AN ANNUAL MAINTENANCE AGREEMENT FOR THE POLICE

DEPARTMENT/E-911 CENTER?S GLOBAL POSITIONING SYSTEM. THE MAINTENANCE AGREEMENT

WILL COVER THE PERIOD OF MAY 1, 2012 THROUGH APRIL 30, 2013.



WHEREAS, the 911 Center operates a Global Positioning System (GPS) to

record the location of all Public Safety units that are equipped with this

system. This system allows the dispatchers to look at a map and find the

location of all the equipped vehicles; and,



WHEREAS, the City has maintained a full coverage maintenance agreement on this

equipment due to its importance, and as an expense control measure when making

the necessary repairs and adjustments; and,



WHEREAS, the GPS units work in conjunction with the Motorola

Mobile Data System components located within the cars and at the 911 Center.



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

FOLLOWS:



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

Communications in the amount of $28,446.00 for an annual maintenance agreement

for the Police Department/E-911 Center?s global positioning system. Funds are

budgeted in the FY13 Budget: Emergency Telephone Fund ? Police ? E-911

Communications Center- Service Contracts; 0209-400-3220-E911-6513.

___________________________



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

Attachments


No attachments for this document.

Back to List