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 #__3___





Columbus Consolidated Government

Council Meeting



March 29, 2005





Agenda Report #____44_____



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) UPGRADE OF THE AVL DISPLAY MONITORS IN THE 911 CENTER



It is requested that Council approve the purchase of an upgrade to the AVL

display monitors in the 911 Center from First Communications in the amount of

$30,190.41. The 911 Center operates a vehicle location monitoring system that

collects, combines and displays the location data generated by each individual

Public Safety Vehicle that is equipped with a GPS unit and reports its location

via the Mobile Data System.



This system has been in place for several years and the number of Public Safety

Vehicles on the system has increased each year. The load on the system has

reached the point that the current 19? display monitors do not provide

sufficient display area to clearly show the location of the number of units

that are being tracked, at a resolution that allows the Dispatchers to rapidly

identify the location of the units.



The display monitors must be enlarged in order to allow for more display area.

This can be accomplished by replacing some of the 19? display monitors with 40?

LCD monitors. This will greatly enhance the system?s capability to display all

of the active units at each Dispatch console at a resolution that will allow

the Dispatchers to identify them without manually increasing the resolution of

the display and losing the ability to see other units.



The upgrade of the display monitors will insure that the 911 Center will

continue to be able to accurately and rapidly identify the location of each

active Public Safety Unit on a map of the City. The availability of more data

will help Dispatchers increase their ability to use the information for

dispatch purposes and for Officer safety.



First Communications is an only known source for this upgrade because the 40?

display monitors must be integrated into the existing systems in 911. This

upgrade will be added to the current annual maintenance agreement that provides

24/7 emergency repair and adjustment by Motorola certified and approved

technicians, under a contract held by First Communications.



Funds are budgeted in FY05 Budget: Multi-Govt. Project Fund ? Police ? Local

Law Enforcement Grant ? Capital Expenditures over $5,000; 0216-400-3360- LLEG -

7761.



* * * * * *



(B) PUTTING GREEN AT BULL CREEK GOLF COURSE ? RFP NO. 05-0010



It is requested that Council authorize the execution of a contract with Greens

Construction for construction of a putting green at Bull Creek Golf Course.

Greens Construction will construct a 10,000 square foot putting green with ten

(10) in/out heads (Hunter G85). Possible additional work may include

constructing two bunkers at the #2 East course, reshaping the left side of the

chipping green, reshaping the right side fairway at #16 West, stripping and

re-sprigging the chipping green, reshaping the chipping green bunker,

constructing one cart path and concrete curbing.



Requests for proposals were mailed to seventy-nine vendors, and this RFP has

been advertised. Proposals were received on March 4, 2005, from three offerors:



Greens Construction (Tifton, GA)

?Benson Construction Company, Inc. (Tifton, GA)

Tifton Golf Services, Inc. (Tifton, GA)



?Benson Construction Company, Inc., failed to include in their proposal the

required transmittal letter and litigation statement. Therefore, the vendor?s

proposal was considered non-responsive and was not included in the evaluation

process.



Proposals were reviewed by the Evaluation Committee, which consisted of

representatives from the Engineering Department and Columbus Golf Authority.

Representatives from Bull Creek Golf Course served in advisory capacities.



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. In the event

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offeror, negotiations will begin

with the next responsive offeror. Evaluation results and cost information has

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

purposes.



Funds are budgeted in FY05 Budget, 1999 SPLOST ? Bull Creek Golf Course,

Engineering / Architectural Services; 0540-695-2129-TXBC-6338-50502-20020-0.



* * * * * *



(C) GAS MASKS AND ACCESSORIES



It is requested that Council authorize the purchase of two hundred-fifty (250)

gas masks and accessories from Safeco, Inc., in the amount of $64,624.90.



The gas masks and accessories are additional units and will be used by the

Police and Sheriff?s Departments. The equipment will be used by law

enforcement officers who must work in chemical and biological environments,

either accidentally released or released as a part of a deliberate criminal

act. They will also be used for crowd control applications.



Council recently awarded a bid (RFB No. 05-0035; Riot Shields & Gas Masks;

Resolution No. 474-04, dated November 9, 2004) to Safeco, Inc., for the

purchase of gas masks to be used by the Police Department and Sheriff?s

Department. The vendor has agreed to provide the additional units at the same

bid price.



Funds are budgeted in FY05 Budget, Multi-Government Project Fund- Fire & EMS ?

Nunn Lugar Domenici ? Capital Expenditures Over $5,000.00; 0216-410-3921-

NUNN-7761.



* * * * * *



(D) FIRE TRUCK APPARATUS & ACCESSORIES (ANNUAL CONTRACT) ? RFP NO. 01-0001



It is requested that Council approve award of the remaining year of the annual

contract for the provision of fire truck apparatus & accessories, on an ?as

needed basis,? to Ten-8 Fire and Safety Equipment of Georgia, LLC.



Council approved the current contract with Harless Equipment, LLC on June 12,

2001 (Resolution No. 349-01), which will expire June 18, 2006. Harless

represented Pierce Manufacturing in providing the fire trucks to the City.

Harless Fire Equipment, LLC informed the Department of Fire & EMS, in a letter

dated December 15, 2004, that due to the changes in the industry, as well as,

the growth plan the company has in place, Harless has decided to make a change

in manufacturer representation. Effective January 1, 2005, Harless no longer

represents Pierce Manufacturing and MedTec Ambulance.



The Fire Department has one more year left on the existing contract and wishes

to purchase a final fire truck manufactured by Pierce Manufacturing to maintain

the consistency of the fire truck fleet. Ten-8 Fire and Safety Equipment of

Georgia, LLC is now the sole authorized dealer representative for Pierce

Manufacturing Inc., in the State of Georgia. Ten-8 Fire and Safety Equipment

of Georgia, LLC has agreed to honor all terms and conditions of RFP No. 01-0001

per the specifications, including: administration of the contract, supplying

all firefighting equipment listed in the specifications, and warranty service.

Ten-8 Fire and Safety Equipment of Georgia, LLC., will maintain the same

pricing, with the only additions being those mandated by the National Fire

Protection Agency (NFPA), and the Federal Environmental Protection Agency

(EPA). Cost information has been submitted to the City Manager in a separate

memo.



Funds will be identified if capital purchase is approved.



* * * * * *



(E) EMERGENCY PURCHASE OF HEAVY DUTY WASHER/EXTRACTOR



It is requested Council approve the emergency purchase of a heavy-duty

washer/extractor from Tri-State Technical Services in the amount of

$19,105.00. The washer/extractor will be used by the Department of Fire and

EMS to clean turnout gear.



Each time there is a fire, the turnout gear used by the firefighters must be

cleaned. Contaminated gear cannot be worn because it presents an unnecessary

risk to the person wearing the gear and person with whom they come into

contact. It takes approximately 1 1/2 hours to wash/decontaminate two sets of

gear. Basically, each time a structural fire occurs, the Department has to

wash/decontaminate approximately ten sets of gear. Vehicle accidents require

at least three sets of gear to be washed and decontaminated due to body fluids.

The Department cannot afford to send the gear away to be cleaned and has relied

on the Phenix City Fire Department to assist with the cleaning on a regular

basis. However, Phenix City has the same needs as Columbus Fire and EMS.

Additionally, this process is labor intensive and time consuming for both

entities. The current extractor is outdated, and has outlived its useful

life. The emergency purchase is required because the Department of Fire and

EMS recently responded to two major structural fires within days of each other.



Funds are budgeted in the FY05 Budget: Department of Fire and EMS ?

Logistics/Support ? Capital Expenditures Over $5,000; 0101-410-3610-LOGI-7761.



* * * * * *



(F) FUEL TANK PIPING UPGRADE PROJECT



It is requested that Council approve payment to Service Station Equipment

Repair, Inc., in the amount of $22,395.36 to provide services to upgrade the

fuel tank piping for underground storage tanks (UST) on at the City?s Fleet

Shop.



In September 2003, the EPA conducted an unscheduled inspection of the three

city owned UST sites. This was the EPA?s first inspection of the City?s

tanks. As a result of the discrepancies noted by EPA, corrective measures were

immediately taken. In January 2005, the City received notification from EPA

that a penalty in the amount of $13,500.00 would be assessed in addition to the

corrective actions that had been taken. The City immediately began

negotiations to be allowed to perform a supplemental environmental project in

lieu of penalty payment.



The purpose of the Supplemental Environmental Project is to secure significant

environmental or public health protection and improvements. Currently, the

underground storage tanks at the Fleet Shop use flexible piping to transport

fuel from the tanks to the fuel pumps. This type of piping, which was

installed along with new tanks in 1998, has demonstrated a potential to fail

and leak fuel under certain circumstances, and have therefore, been recommended

to be replaced. The terms of the City?s settlement states that the flexible

piping at the City?s UST site will be removed and replaced with fiberglass

piping. Fiberglass piping has a reliable 30-year track record of use by the

industry.



Public Services recommends that Service Station Equipment Repair, Inc., perform

the work because the vendor is the only local company that does the type of

work required (underground fuel storage tank installation and repair), and is

available to perform the work in the time frame required by EPA. Additionally,

Service Station Equipment Repair, Inc., performed the initial piping

installation in 1998, when all USTs were replaced. Therefore, the vendor is

considered an Only Known Source per the Procurement Ordinance.





Funds are available in the FY05 Budget: Sewer Fund Supported Capital Projects

? General Construction - Fleet Management EPA; 0508-660-2000- CPSF- 6561 -

207710-20000-0.



* * * * * * *



(G) PURCHASE OF SECOND MOBILE DATA CHANNEL FOR 800 MHZ RADIO SYSTEM



It is requested that Council authorize the purchase of the second Mobile Data

Channel on the City?s 800 MHZ Radio system from Motorola, in an the amount of

$72,582.32.



The City's 800 MHz Radio System uses one Mobile Data channel to process data

only (not voice) messages over the Radio System. Public Safety departments

such as the Police, Sheriff and Marshal, use Mobile Data to perform Tag Checks,

Criminal background checks, confirm dispatch information & register the

location of the vehicle within the City. The Fire/EMS uses it for dispatching,

addressing, listing hazardous material sites & locate vehicles. The Inspection

and Codes Division converted from a paper inspections system to dispatch and

record building inspections to a paperless system.



A single Mobile Data channel is designed to handle between 100 & 150 units.

Today, the City has over 291 units in service. The City users are experiencing

problems in delays up to 30 minutes in accessing the channel, regularly being

denied access during peak periods and dropping connections. Traffic

Engineering has worked with Motorola engineers insuring that the Mobile Data

System is working at peak performance, finding it cannot handle the current

traffic loads.



The City has one frequency pair reserved in the Radio System for this second

Mobile Data channel. Both the Police and the Information Technology Department

have made the request for the 2nd channel for the last four years. We have

stretched this system beyond its functional capabilities to the point access is

failing working units each day. This technology has tremendously improved each

department's service and now limits their ability to get the job done.



The procurement is considered an only known source because the City?s 800 MHz

system was originally purchased from Motorola.



Funds are budgeted in the FY05 Budget: General Fund Supported Capital Projects:

0508-660-1000-CPGF-22233-20050-0.







?ITEM A?



A RESOLUTION

NO: ______





A RESOLUTION AUTHORIZING THE PURCHASE OF AN UPGRADE OF THE AVL DIPLAY MONITORS

IN THE 911 CENTER FROM FIRST COMMUNICATIONS IN THE AMOUNT OF $30,190.41.



WHEREAS, the 911 Center operates a vehicle location monitoring system that

collects, combines and displays the location data generated by each individual

Public Safety Vehicle that is equipped with a GPS unit and reports its location

via the Mobile Data System, and;



WHEREAS, the display monitors must be enlarged in order to allow for more

display area. This can be accomplished by replacing some of the 19? display

monitors with 40? LCD monitors. This will greatly enhance the system?s

capability to display all of the active units at each Dispatch console at a

resolution that will allow the Dispatchers to identify them without manually

increasing the resolution of the display and losing the ability to see other

units, and;



WHEREAS, the upgrade of the display monitors will insure that the 911 Center

will continue to be able to accurately and rapidly identify the location of

each active Public Safety Unit on a map of the City. The availability of more

data will help Dispatchers increase their ability to use the information for

dispatch purposes and for Officer safety.



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



That the City Manager, is hereby authorized to purchase an upgrade of the AVL

display monitors in the 911 Center from First Communications in the amount of

$30,190.41. Funds are budgeted in FY05 Budget: Multi-Govt. Project Fund ?

Police ? Local Law Enforcement Grant ? Capital Expenditures over $5,000;

0216-400-3360- LLEG - 7761.

______________________________



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

__________ day of _______________, 2005 and adopted at said meeting by the

affirmative vote of __________ members of said Council.





Councilor Allen voting __________

Councilor Anthony voting __________

Councilor Davis voting __________

Councilor Henderson voting __________

Councilor Hunter voting __________

Councilor McDaniel voting __________

Councilor Turner-Pugh voting __________

Councilor Rodgers voting __________

Councilor Suber voting __________

Councilor Woodson voting __________



_______________________________ ___________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM B?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH GREENS CONSTRUCTION

FOR CONSTRUCTION OF A PUTTING GREEN AT BULL CREEK GOLF COURSE.



WHEREAS, an RFP was administered (RFP No. 05-0010) and three proposals were

received; and,



WHEREAS, the proposal submitted by Greens Construction met all proposal

requirements and is deemed responsive to the RFP.



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



That the City Manager is hereby authorized to execute a contract with

Greens Construction for construction of a putting green at Bull Creek Golf

Course. Funds are budgeted in FY05 Budget, 1999 SPLOST ? Bull Creek Golf

Course, Engineering / Architectural Services;

0540-695-2129-TXBC-6338-50502-20020-0.





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

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner-Pugh voting __________

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







____________________________ _______________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM C?



A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO HUNDRED-FIFTY (250) GAS MASKS AND

ACCESSORIES FROM SAFECO, INC., IN THE AMOUNT OF $64,624.90.



WHEREAS, the gas masks and accessories are additional units and will be

used by the Police and Sheriff?s Departments. The equipment will be used by

law enforcement officers who must work in chemical and biological environments

either accidentally released or released as a part of a deliberate criminal

act. They will also be used for crowd control applications. Council recently

awarded a bid (RFB No. 05-0035; Riot Shields & Gas Masks), (Resolution No.

474-04, dated November 9, 2004) to Safeco, Inc., for the purchase of gas masks

to be used by the Police Department and Sheriff?s Department. The vendor has

agreed to provide the additional units at the same bid price.



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



That the City Manager, is hereby authorized to purchase two hundred-fifty (250)

gas masks and accessories from Safeco, Inc., in the amount of $64,624.90.

Funds are budgeted in FY05 Budget, Multi-Government Project Fund- Fire & EMS ?

Nunn Lugar Domenici ? Capital Expenditures Over $5,000.00; 0216-410-3921-

NUNN-7761.

_________________________________________



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

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner-Pugh voting __________

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM D?



A RESOLUTION



NO.________________



A RESOLUTION AUTHORIZING THE AWARD OF THE REMAINING YEAR OF THE ANNUAL

CONTRACT FOR THE PROVISION OF FIRE TRUCK APPARATUS & ACCESSORIES, ON AN ?AS

NEEDED BASIS,? TO TEN-8 FIRE AND SAFETY EQUIPMENT OF GEORGIA, LLC.;AND RESCIND

RESOLUTION NO. 349-01 WHICH AWARDED THE CONTRACT TO HARLESS FIRE EQUIPMENT, LLC.



WHEREAS, Council approved the current contract with Harless Fire

Equipment, LLC on June 12, 2001 (Resolution No. 349-01), which will expire June

18, 2006. Harless represented Pierce Manufacturing in providing the fire

trucks to the City. Harless Fire Equipment, LLC informed the Department of

Fire & EMS, in a letter dated December 15, 2004, due to the changes in the

industry, as well as, the growth plan the company has in place, they have

decided to make a change in representation. Effective January 1, 2005, Harless

no longer represents Pierce Manufacturing and MedTec Ambulance; and,



WHEREAS, the Fire Department has one more year left on the existing contract

and wishes to purchase a final fire truck manufactured by Pierce Manufacturing

to maintain the consistency of the fire truck fleet. Ten-8 Fire and Safety

Equipment of Georgia, LLC is now the sole authorized dealer representative for

Pierce Manufacturing Inc., in the State of Georgia, and has agreed to honor all

terms and conditions of RFP No. 01-0001 per the specifications, including:

administration of the contract, supplying all firefighting equipment listed in

the specifications, and warranty service.



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

I.

That the City Manager is hereby authorized to purchase fire truck

apparatus and accessories, on an as needed basis, for the remaining contract

year from Ten-8 Fire and Safety Equipment of Georgia, LLC. The contract will

expire June 18, 2006. Funds will be identified if capital purchase is approved.



II.

Resolution # 527-00 is hereby rescinded.

______________________________



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

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner-Pugh voting __________

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





______________________________ ________________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM E?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING PAYMENT TO TRI-STATE TECHNICAL SERVICES IN THE AMOUNT

OF $19,105.00 FOR THE EMERGENCY PURCHASE OF A HEAVY DUTY WASHER/EXTRACTOR.



WHEREAS, the washer/extractor will be used by the Department of Fire

and EMS to clean/decontaminate turnout gear; and,



WHEREAS, each time there is a structural fire, the turnout gear used by the

firefighters must be cleaned. Contaminated gear cannot be worn because it

presents an unnecessary risk to the person wearing the gear and the person with

whom they come into contact. The current extractor is outdated, and has

outlived its useful life. The emergency purchase is required because the

Department of Fire and EMS recently responded to two major structural fires

within days of each other.



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

FOLLOWS:



That the City Manager is hereby authorized to make payment to Tri-State

Technical Services in the amount of $19,105.00 for the emergency purchase of a

heavy duty washer/extractor. Funding are budgeted in the FY05 Budget:

Department of Fire and EMS ? Logistics/Support ? Capital Expenditures Over

$5,000; 0101-410-3610-LOGI-7761.

______________________________



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

held the ____________ day of _____________________, 2005 and adopted at said

meeting by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner-Pugh voting __________

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor





?ITEM F ?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING PAYMENT SERVICE STATION EQUIPMENT REPAIR, INC., IN THE

AMOUNT OF $22,395.36 TO PROVIDE SERVICES TO UPGRADE THE FUEL TANK PIPING FOR

UNDERGROUND STORAGE TANKS (UST) ON AT THE CITY?S FLEET SHOP.



WHEREAS, in September 2003, the EPA conducted an unscheduled inspection

of the three city owned UST sites. This was the EPA?s first inspection of the

City?s tanks. As a result of the discrepancies noted by EPA, corrective

measures were immediately taken. In January 2005, the City received

notification from EPA that a penalty in the amount of $13,500.00 would be

assessed in addition to the corrective actions that had been taken. The City

immediately began negotiations to be allowed to perform a supplemental

environmental project in lieu of penalty payment; and,



WHEREAS, the purpose of the Supplemental Environmental Project is to secure

significant environmental or public health protection and improvements.

Currently, the underground storage tanks at the Fleet Shop use flexible piping

to transport fuel from the tanks to the fuel pumps. This type of piping, which

was installed along with new tanks in 1998, has demonstrated a potential to

fail and leak fuel under certain circumstances, and have therefore, been

recommended to be replaced. The terms of the City?s settlement states that the

flexible piping at the City?s UST site will be removed and replaced with

fiberglass piping. Fiberglass piping has a reliable 30-year track record of

use by the industry.





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



That the City Manager is hereby authorized to make payment to Service Station

Equipment Repair, Inc., in the amount of $22,395.36 to provide services to

upgrade the fuel tank piping for underground storage tanks (UST) at the City?s

Fleet Shop. Funds are available in the FY05 Budget: Sewer Fund Supported

Capital Projects ?General Construction - Fleet Management EPA; 0508-660-2000-

CPSF- 6561- 207710-20000-0

______________________________



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

held the ____________ day of _____________________, 2005 and adopted at said

meeting by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner-Pugh voting __________

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM G?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE PURCHASE OF THE SECOND MOBILE DATA CHANNEL

ON THE CITY?S 800 MHZ RADIO SYSTEM FROM MOTOROLA, IN THE AMOUNT OF $72,582.32.



WHEREAS, the City's 800 MHz Radio System uses one Mobile Data channel

to process data only (not voice) messages over the Radio System. Public Safety

departments such as the Police, Sheriff and Marshal, use Mobile Data to perform

Tag Checks, Criminal background checks, confirm dispatch information & register

the location of the vehicle within the City. The Fire/EMS uses it for

dispatching, addressing, listing hazardous material sites & locate vehicles.

The Inspection and Codes Division converted from a paper inspections system to

dispatch and record building inspections to a paperless system; and,



WHEREAS, a single Mobile Data channel is designed to handle between 100

& 150 units. Today, the City has over 291 units in service. The City users

are experiencing problems in delays up to 30 minutes in accessing the channel,

regularly being denied access during peak periods and dropping connections. We

have stretched this system beyond its functional capabilities to the point

access is failing working units each day; and,



WHEREAS, the City has one frequency pair reserved in the Radio System

for this second Mobile Data channel. The procurement is considered an only

known source because the City?s 800 MHz system was originally purchased from

Motorola.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase a second Mobile

Data Channel on the City?s 800 MHZ Radio system from Motorola, in the amount of

$72,582.32. Funds are budgeted in the FY05 Budget: General Fund Supported

Capital Projects: 0508-660-1000-CPGF-22233-20050-0.

______________________________



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

held the ___________ day of ________________________, 2005 and adopted at said

meeting by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor





DATE: March 29, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids



March 30, 2005

1. Agricultural Chemicals (Annual Contract) ? RFB No. 05-0059

Scope of RFB

Provide agricultural chemicals on an ?as needed basis? to Columbus

Consolidated Government. The term of the contract shall be for two years, with

the option to renew for three (3) additional twelve-month periods. Contract

renewal shall be contingent upon the mutual agreement of the City and the

Contract.



April 1, 2005

1. Self Supporting Radio Tower ? RFP No. 05-0020

Scope of RFP

The Columbus Consolidated Government desires to select a qualified

vendor to provide a Valmont U-42.0 x 450? (or equal) self-supporting galvanized

steel radio tower.



April 8, 2005

1. Emergency Clean-up and Removal of Debris (Annual Contract) ? RFP No.

05-0011

Scope of RFP

The City of Columbus invites qualified vendors to submit proposals for

emergency clean-up and removal of debris resulting from natural or man-made

disasters on an ?as needed basis?. The term of contract shall be for two

years, with an option to renew for three (3) additional twelve-month periods.

Contract renewal will be contingent upon the mutual agreement of the City and

the Contractor (s).



April 21, 2005

1. Flood Abatement Project ? 6th Avenue and Side Streets System ? RFP No.

05-0022

Scope of RFP

The Project consists of the following major elements: construction of

approximately 1,600 feet of 8-foot by 5-foot box culvert; 570 feet of 8-foot by

6-foot box culvert; 800 feet of 8-foot by 8-foot box culvert; 1,100 feet of

twin 10-foot by 8-foot box culvert; 1400 feet of 10-foot by 8- foot; 420 feet

of 12-foot by 8-foot box culvert; 500 feet of 14-foot by 10-foot box culvert;

5,200 feet of 14-foot by 12-foot box culvert; 1,600 feet of 72-inch gravity

sewer; 1,170 feet of 60-inch gravity sewer; 1320 feet of 54-inch gravity sewer;

140 feet of 48-inch gravity sewer; 150 feet of 42-inch gravity sewer; 70 feet

of 36-inch gravity sewer; 130 feet of 30-inch gravity sewer; 80 feet of 24-inch

gravity sewer; 10 feet of 18-inch gravity sewer; 80 feet of 15-inch gravity

sewer; one river outfall structure; one diversion structure; one drop

structure; approximately 700 feet of 16-inch water line; 320 feet of 12-inch

water line; 2,900 feet of 8-inch water line; 50 feet of 4-inch water line; 5

railroad crossings; 1 state road crossing; streetscape improvements; erosion

and sedimentation control; and all associated restoration connections and

appurtenant Work.



April 25, 2005

1. Development Plan for a 120-Room Hotel ? RFP No. 05-0017

Scope of RFP

Columbus Consolidated Government is soliciting proposals for a Development Plan

for the financing, construction and operation of a 120 room Hotel. There are

two proposed sites for the Hotel, both are located adjacent to the Columbus

Convention and Trade Center located at 801 Front Avenue. The selected firm

will provide the strategy for the development of the Hotel. The proposal

should also provide strategy for consideration, which provides opportunities

for expanding the Hotel in the future. Examples of the development strategies

are financing, construction and operation of the facility.
Back to List