Вы находитесь на странице: 1из 91

REGULAR MEETING OF THE CITY COUNCIL

TUESDAY, DECEMBER 15,2015 6:00 P.M.

291

IT IS HEREBY ORDERED that the sum of $175,000.00 shall be contributed to match


other funds and resources of the Hinds County Human Resource Agency to assist in its provision
of emergency services.
IT IS HEREBY ORDERED that the Mayor shall be authorized to execute an
agreement which governs the Hinds County Human Resource Agency's receipt and use of the
funds.

Council Member Stokes moved adoption; Council Member Stamps seconded.


Yeas- Foote, Hendrix, Priester, Stamps and Stokes.
Nays- None.
Absent- Barrett-Simon and Tillman.

* ***** * ***** * *
ORDER AUTHORIZING A PROFESSIONAL SERVICES AGREEMENT WITH
INTEGRATED MANAGEMENT SYSTEMS, PA,INC dba IMS ENGINEERS
FOR PROGRAM MANAGEMENT SERVICES FOR THE MUNICIPAL
SPECIAL SALES TAX FUNDED INFRASTRUCTURE IMPROVEMENTS
PROGRAM (ALL WARDS).
WHEREAS, in May 2015, the I % Special Sales Tax Commission Board approved
$840,000 to be used to provide Prol,'Tam Management Services for Municipal Special Sales Tax
funded projects; and
WH EREAS, in June 2015, a Request For Proposals to provide Program Management
Services for the Municipal Special Sales Tax Funded Infrastructure Improvement Program was
advertised; and
WHEREAS, in August 2015, proposals were received by the City and reviewed by a
five-member Evaluation Committee; and
WHEREAS, six proposers made presentations to the Evaluation Committee on October
20 and 2\,2015; and
WHEREAS, the Evaluation Committee completed
recommendations were made to the Mayor for final approval; and

proposal

evaluations

and

WHEREAS, Integrated Management Systems, PA, Inc. dba IMS Engineers is


recommended to provide Program Management Services for the Municipal Special Sales Tax
Funded Infrastructure Improvements Program; and
WHEREAS, the Department of Public Works has negotiated a cost for the first year of
services under the agreement with IMS Engineers in an amount not to exceed $839,999.00.
IT IS, THEREFORE, ORDERED that an agreement with Integrated Management
Systems, PA, Inc dba IMS Engineers to provide Program Management Services for the
Municipal Special Sales Tax Funded Infrastructure Improvements Program, in an amount not to
exceed $839,999.00 for the first year ending on December 31,2016 and for an agreement teml of
three years with two one-year extensions at the option of the City, is authorized.
Council Member Stokes moved adoption; Council Member Stamps seconded.

President Priester recognized John Calhoun and Rod Hill, representatives of IMS Engineers,
who provided Council with a brief overview of their qualifications to serve as program manager
for the I % Sales Tax projects.

MINUTE BOOK 61

I"
REGULAR MEETING OF THE CITY COUNCIL
TUESDAY, DECEMBER 15,2015 6:00 P.M.

292

Thereafter, President Priester called for a vote on said item:


Yeas- Hendrix, Priester, Stamps and Stokes.
Nays- Foote.
Absent- Barrett-Simon and Tillman.

*** * **********
ORDER ACCEPTING THE BID OF SANSOM EQUIPMENT COMPANY, INC.
FOR A 66,000 G. V. W. TRUCK-180" CA WITH COMBINATION STORM
CLEANING MACHINE (BID NO. 07208-1103(5).
WHEREAS, three (3) sealed bids for a 66,000 G.V.W. Truck-180" CA with
Combination Storm Cleaning Machine was opened on November 3, 20 IS; and
WHEREAS, the low bid received did not mect certain rclevant, material specifications
including storage capacity, location of the controls (which poses a potential safety hazard), the
mechanism to protect the blower (which creates repair issues), the reach of the boom, the water
pump (which poses durability issues), and the location of the pipe rack (which poses a potential
safety hazard); and
WHEREAS, the Bridges and Drainagc section of the Infrastructure Management
Division, Department of Public Works will use a 66,000 G.V. W. Truck-180" CA with
Combination Storm Cleaning Machine to efficiently clean stonn drain inlcts throughout the City
of Jackson; and
WHEREAS, the stafT of the Department of Public Works recommends that the City
reject the low bid as compliant. Having reviewed the two (2) compliant bids, the Departmcnt of
Public Works recommends that the goveming authorities deem the bid of Sansom Equipment
Company, Inc., 1225 Vanderbilt Road, Binningham, AL 35236, received November 3, 2015, in
the amount of $408,095.00, to be the lowest and best bid received that met the requested City
specifications.
IT IS, THEREFORE, ORDERED that the low bid of Kenworth of Mississippi is
rejected as noncompliant because it failed to meet certain relevant, material specifications
including storage capacity, location of the controls (which poses a potential safety hazard), the
mechanism to protect the blower (which creates repair issues), the rcach of the boom, the water
pump (which poses durability issues), and the location of the pipe rack (which poses a potential
safety hazard).
IT IS FURTHER ORDERED that the bid of Sansom Equipment Company, Inc., for a
66,000 G. V. W. Truck-I 80" CA with Combination Stonn Cleaning Machine received November
3, 2015, in the amount of $408,095.00, is accepted as the lowest and best bid received, it being
detennined that this is the lowest and best bid received that met the requested City specifications.
IT IS FURTHER ORDERED that payment for said equipment be made fi'om the
Municipal Special Sales Tax Fund.
Council Member Stokes moved adoption; Council Member Stamps seconded.
Yeas- Foote, Hendrix, Priester, Stamps and Stokes.
Nays- None.
Absent- BaiTett-Simon and Tillman.

**************

MINUTE BOOK 61

'-

Вам также может понравиться