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withdrawn.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.