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 # 4



Columbus Consolidated Government

Council Meeting



September 22, 2015



Agenda Report # 33



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) JOHN DEERE 444K ARTICULATED LOADER AND 644K WHEEL LOADER ? FLORIDA

SHERIFF?S ASSOCIATION CONTRACT



It is requested that Council approve the purchase of one (1) 444K Articulated

Loader at a unit price of $108,332.97, and one (1) 644K Wheel Loader at a unit

price of $212,876.58, from Nortrax, Inc. (Fort Myers, FL) [c/o selling dealer:

Flint Equipment Co., Columbus, GA], for a total cost of $321,209.55, by

cooperative purchase, via Florida Sheriffs Association Contract #14-22-0904.



The 444K articulated loader will be used by the staff of the Recycling Center

to move product around in and outside of the Recycling Center. It is a new

vehicle.



The 644K wheel loader will be used by the staff of the Street Improvement

Division of the Public Works Department to repair and maintain city roads and

right of ways. It is a replacement vehicle.



To accomplish this purchase, the Department of Public Works is participating in

Bid No 14-12-0904 administered by 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 October 3, 2014 ? September 30, 2015. 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. Nortrax, Inc. is one of the awarded manufacturers

on the contract, for Cab & Chassis Trucks & Other Fleet Equipment. Flint

Equipment Co. is the authorized John Deere dealer in this area, and has been

authorized by Nortrax, Inc., to sell this equipment to the City utilizing FSA

Contract #14-12-0904.



Funds are budgeted in the FY16 Budget: 444K Articulated Loader ? Integrated

Waste Management Fund ? Public Works ? Recycling Center ? Capital Expend-Over

$5,000; 0207-260-3570-RCYL-7761. 644K Wheel Loader ? Paving Fund ? Public Works

? Right of Way Maintenance ? Heavy Trucks; 0203-260-3110-ROWM-7723.



* * * * * *



(B) 60 FT BUCKET TRUCK WITH CHIP BODY ? NATIONAL JOINT POWERS ALLIANCE (NJPA)

CONTRACT



It is requested that Council approve the purchase of one (1) 60 ft bucket truck

with chip body (Ford XTPro 60 ft Forestry) from Forestry Equipment of VA (FEVA)

(Forest, VA) in the amount of $137,672.00, by cooperative purchase via National

Joint Powers Alliance (NJPA) Contract #042815-TER.



The vehicle will be used by the staff of the Urban Forestry & Beautification

Division to cut down trees and tree limbs hanging over streets. It is a

replacement vehicle.



The purchase will be accomplished via Request for Proposal (RFP) Contract

#042815-TER, initiated by the National Joint Powers Alliance (NJPA), whereby

Terex Utilities, was one of the successful vendors contracted to provide Heavy

& Agriculture Equipment. Terex Utilities has authorized FEVA to sell the XTPro

product under the NJPA contract. The contract, which commenced May 19, 2015,

is good through May 18, 2019. 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 bid process utilized by National Joint Powers Alliance

meets the requirements of the City?s Procurement Ordinance; additionally,

cooperative purchasing is authorized per Article 9-101 of the Procurement

Ordinance.



Funds are being carried over from the FY15 budget due to forgoing the

refurbishment of two additional bucket trucks originally budgeted at $225,000

($75,000 for each truck) in the FY15 budget. One truck was refurbished in FY15

but the additional two trucks were not because of refurbished part availability

and obsolescence. $193,741 was the remaining available balance for the

refurbishment of the aforementioned bucket trucks in FY15: Paving Fund ?

Public Works ? Right of Way Maintenance ? Heavy Trucks;

0203-260-3120-ROWM-7723.





* * * * * *



(C) AGGRESSIVE BACK-UP PLAN FOR RMS PROJECT



It is requested that Council approve the purchase of an aggressive back-up plan

for the RMS project from CDW (Vernon Hills, IL) in the amount of $80,936.28,

utilizing State of Georgia WSCA Contract Number: B2717099999-SPD-T20130221,

awarded to NetAPP, for whom CDW is an authorized partner.



The aggressive back-up plan, consisting of hardware and software, will provide

a backup and recovery solution to safeguard critical data for the RMS project.

The system will drive operational efficiencies by reducing backup time,

improving data recovery, and cutting infrastructure, tape, and administrative

costs.



Funds are budgeted in FY16 Budget as follow: LOST-Public Safety Fund ? Police

? Public Safety-LOST ? Capital expenditures ? over $5,000; 0102 ? 400 ? 9900 ?

LOST ? 7761.



?ITEM A?

A RESOLUTION

NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) JOHN DEERE 444K ARTICULATED

LOADER AT A UNIT PRICE OF $108,332.97, AND ONE (1) 644K WHEEL LOADER AT A UNIT

PRICE OF $212,876.55, FROM NORTRAX, INC., (FORT MYERS, FL) [C/O SELLING DEALER:

FLINT EQUIPMENT CO., COLUMBUS, GA], FOR A TOTAL COST OF $321,209.55, BY

COOPERATIVE PURCHASE, VIA THE FLORIDA SHERIFF?S ASSOCIATION CONTRACT

#14-22-0904.



WHEREAS, the 444K articulated loader will be used by the staff of the Recycling

Center to move product around in and outside of the Recycling Center. It is a

new vehicle; and,



WHEREAS, the 644K wheel loader will be used by the staff of the Street

Improvement Division of the Public Works Department to repair and maintain city

roads and right of ways. It is a replacement vehicle; and,

WHEREAS, to accomplish this purchase, the Department of Public Works is

participating in Bid No 14-12-0904 administered by 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 October 3, 2014 ? September 30, 2015. 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; and,

WHEREAS, Nortrax, Inc. is one of the awarded manufacturers on the contract, for

Cab & Chassis Trucks & Other Fleet Equipment. Flint Equipment Co. is the

authorized John Deere dealer in this area, and has been authorized by Nortrax,

Inc., to sell this equipment to the City utilizing FSA Contract #14-12-0904.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) 444K

Articulated Loader at a unit price of $108,332.97, and one (1) 644K Wheel

Loader at a unit price of $212,876.58, from Nortrax, Inc. (Fort Myers, FL) [c/o

selling dealer: Flint Equipment Co., Columbus, GA], for a total cost of

$321,209.55. Funds are budgeted in the FY16 Budget as follows: 444K

Articulated Loader ? Integrated Waste Management Fund ? Public Works ?

Recycling Center ? Capital Expend-Over $5,000; 0207-260-3570-RCYL-7761. 644K

Wheel Loader ? Paving Fund ? Public Works ? Right of Way Maintenance ? Heavy

Trucks; 0203-260-3110-ROWM-7723.

_________________



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

held the _________ day of _________, 2015 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff 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) 60 FT BUCKET TRUCK

WITH CHIP BODY (FORD XTPRO 60 FT FORESTRY), FROM FORESTRY EQUIPMENT OF VA

(FEVA) (FOREST, VA), IN THE AMOUNT OF $137,672.00, BY COOPERATIVE PURCHASE VIA

NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT #042815-TER.



WHEREAS, the 60 ft bucket truck with chip body will be used by the staff

of the Urban Forestry & Beautification Division to cut down trees and tree

limbs hanging over streets. It is a replacement vehicle.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) 60 ft

bucket truck with chip body (Ford XTPro 60 ft Forestry) from Forestry Equipment

of VA (FEVA) (Forest, VA) in the amount of $137,672.00. Funds are being carried

over from the FY15 budget due to forgoing the refurbishment of two additional

bucket trucks originally budgeted at $225,000 ($75,000 for each truck) in the

FY15 budget. One truck was refurbished in FY15 but the additional two trucks

were not because of refurbished part availability and obsolescence. $193,741

was the remaining available balance for the refurbishment of the aforementioned

bucket trucks in FY15: Paving Fund ? Public Works ? Right of Way Maintenance ?

Heavy Trucks; 0203-260-3120-ROWM-7723. Paving Fund ? Public Works ? Right of

Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.



___________



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

held the _____ day of__________, 2015 and adopted at said meeting by the

affirmative vote of ______ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff 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 AN AGGRESSIVE BACK-UP PLAN FOR

THE RMS PROJECT FROM CDW (VERNON HILLS, IL) IN THE AMOUNT OF $80,936.28,

UTILIZING STATE OF GEORGIA WSCA CONTRACT NUMBER: B2717099999-SPD-T20130221,

AWARDED TO NETAPP, FOR WHOM CDW IS AN AUTHORIZED PARTNER.



WHEREAS, the aggressive back-up plan, consisting of hardware and

software, will provide a backup and recovery solution to safeguard critical

data for the RMS project. The system will drive operational efficiencies by

reducing backup time, improving data recovery, and cutting infrastructure,

tape, and administrative costs.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase an aggressive

back-up plan for the RMS project from CDW (Vernon Hills, IL) in the amount of

$80,936.28, via State of Georgia WSCA Contract Number:

B2717099999-SPD-T20130221, awarded to NetAPP, for whom CDW is an authorized

partner. Funds are budgeted in FY16 Budget as follow: LOST-Public Safety Fund

? Police ? Public Safety-LOST ? Capital expenditures ? over $5,000; 0102 ? 400

? 9900 ?LOST ? 7761.



_____________



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

held the _____ day of__________, 2015 and adopted at said meeting by the

affirmative vote of ______ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff 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