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
September 2, 2003
Agenda Report # 106
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) E911 800MHZ RADIO SYSTEM CONSOLE MAINTENANCE AGREEMENT
It is requested that Council authorize the purchase of an annual Maintenance
Agreement (October 2003 through October 2004) for the 911 Center?s 800 MHZ
Radio System Console Equipment and its Central Electronics Bay from Motorola in
the amount of $26,044.20.
The Police Department (through the 911 Center) and Sheriff?s Office use
Motorola Console equipment to dispatch the various Public Safety Units
throughout the City as they are needed. This equipment is a critical part of
the Public Safety communications system. It has, since the initial warranty
expired, been covered by a comprehensive 24/7/365 maintenance agreement with
Motorola in order to assure rapid and accurate repairs and minimal down time.
This maintenance agreement also covers the bi-directional amplification system
that provides a back up to the console system and allows the 911 Center to
continue to operate should the console equipment stop working.
This Maintenance Agreement will insure that the City receives complete and cost
effective support of this equipment and allows the City to control the
operating costs associated with the console equipment.
Funds are budgeted in FY04 Budget, Emergency Telephone Fund ? Police - E911 ?
Service Contracts; 0209-400-3220-E911-6513.
* * * * * *
(B) E911 TELEPHONE SYSTEM MAINTENANCE AGREEMENT
It is requested that Council authorize the purchase of an annual Maintenance
Agreement (September 2003 through September 2004) for the Enhanced E911
telephone system from the Motorola Corporation in the amount of $13,596.00.
The Police Department installed the new enhanced 911-telephone system in August
1999. This new system, installed by the Motorola Corporation after they were
identified as the most qualified vendor through the RFP process, replaced the
obsolete system and improved the City?s ability to process and track 911 calls
from the citizens of the city as well as handle the increased volume of calls
being received from cell phones. Their initial bid included one year of 24/7
support and maintenance. The City, as a part of the RFP, required the Vendor
to propose a maintenance agreement to cover this equipment through the
subsequent years of the life of this system as well as guarantee the yearly
cost of the maintenance contract by identifying the cost for each year. This
maintenance agreement includes complete coverage of any problems that might
arise as the equipment is used. It is time to renew the maintenance agreement
on the E911 equipment. The E911 telephone system consists of twelve (12)
answering positions that need to be covered by this maintenance agreement.
Funds are budgeted in FY04 Budget, Emergency Telephone Fund, Police, E911 ?
Service Contracts; 0209-400-3220-E911-6513.
* * * * * *
(C) AUTOMATIC VEHICLE LOCATION (AVL) SOFTWARE MAINTENANCE AGREEMENT
It is requested that Council authorize the purchase of an annual Software
Maintenance Agreement (September 1, 2003 - August 31, 2004) for the software
operating the Automatic Vehicle Location (AVL) system from AVeL-TECH Inc., in
the amount of $22,447.00.
The City of Columbus operates an Automatic Vehicle Location System (AVL) over
its 800 MHZ Radio system that allows the 911 Center to know the exact location
of the Police, Sheriff, Fire/EMS and Marshall vehicles patrolling the City.
This system is driven by software provided by AVeL-TECH Inc. This software is
running on the servers in the 911 Center, as well as, on the computers in each
of the Public Safety vehicles equipped with this system.
This Maintenance Agreement will insure that the City receives complete and cost
effective technical support of this software, as well as, any upgrades that are
made to it during the course of the agreement. This agreement will allow us to
control the operating costs associated with the AVL System. As the developer
of the software, AVeL-TECH is the only known source providing maintenance for
the software.
Funds are budgeted in the FY04 Budget, Police, E-911 Communications Center ?
Service Contracts; 0209-400-3220-E911-6513.
* * * * * *
(D) E911 TELEPHONE SYSTEM UPGRADE
It is requested that the Council authorize the purchase of an upgrade to E911
Telephone system from Motorola Corporation in the amount of $559,000.00. This
upgrade will bring the Columbus 911 Center in compliance with Phase II of the
FCC?s (Federal Communications Commission) Wireless 911 Caller Location Order.
In addition, the upgrade will allow the E911 Telephone System to interface with
the 800MHz Console System. The upgrade will also replace and expand the
Logging Recording System and accomplish other efficiencies within the 911
Center.
The Federal Communications Commission has issued an order that requires all
cell phone callers be afforded the same Automatic Location Identification (ALI)
coverage as those who are using a traditional landline telephone to call 911.
This was to be accomplished in two phases. The Police Department accomplished
phase one three years ago when the current E911 telephone System was installed
in the 911 Center. This allowed the caller?s name and cell phone number to be
displayed to the call taker when a cell phone was used to dial 911. The
technology to accomplish phase two of the order, will automatically provide the
cell phone?s physical location and display it to the call taker. This upgrade
technology will be installed in the 911 Center. Once this upgrade is complete
the Columbus 911 Center will notify the Cell Phone Companies servicing the
Muscogee County area informing them they can start delivering the 911 caller?s
location which they are required to do so under the FCC order. This will give
the same level of 911 services to the citizen using a cell phone verses the
citizen using the traditional phone. In addition to bringing the E911 Center
into FCC Wireless Phase II compliance, the upgrade will also update and
interconnect the 800 MHz radio console system?s software to the telephone
system that will allow direct data transfer from one system to another. It
will also upgrade and expand our audio logging system to a full digital system
with increased capability to share audio files across the City?s existing
network.
Motorola is a sole source vendor for this upgrade because of the proposed
inter-connectivity with other Motorola systems that are already in use in the
911 Center.
Funds are available in the Emergency Telephone Fund, Police, E911
Communications Center ? Capital Expenditure Over 5,000 account of the FYY04
Budget; 0209-400-3220-E911-7761. Additional funding of $202,660 will be
available pending the FY04 Carryover Request that will be submitted to Council
in mid-September.
* * * * * *
(E) PINE GROVE MUNICIPAL SOLID WASTE LANDFILL ? PHASE II, CELLS 2A, 2B, 2C ?
BID NO. 04-0001
It is requested that Council authorize the execution of a construction contract
with T & K Construction, LLC in the amount of $1,847,135.00 for Phase II, Cells
2A, 2B and 2C of Pine Grove Landfill. The project consists of the following
major elements: approximately 185,000 cubic yards of cut material and 1,700
cubic yards of structural fill; placement of 24-inch thick liner base with a
permeability not to exceed 1 x 10?7 cm/sec, and placement of either a 24-inch
thick leachate collection layer with a permeability no less than 1 x 10-2
cm/sec or placement of Geonet and 24-inches of a soil layer with no specified
permeability; a 60 mil HDPE geomembrane liner approximately 370,000 square
feet; the construction of 1,300 feet of 24-foot wide gravel access road;
construction of a sediment basin; construction and maintenance of erosion and
sedimentation control devices; installation of underdrain and leachate
collection piping; construction of and improvements to existing perimeter
ditches.
Bid invitations were mailed to the six contractors that were pre-qualified to
bid on this project, per RFQ No. 03-0001. A Mandatory Pre-Bid Conference was
held on July 31, 2003; all pre-qualified vendors attended. Four bids were
received on August 21, 2003. This bid has been advertised, opened and
reviewed. The bidders were:
Contractors Total Bid Amount
T & K Construction, LLC (Vinemont, AL) $1,847,135.00
Peed Brothers, Inc. (Butler, GA) 2,268,067.03
Phillips & Jordan (Knoxville, TN) 2,412,930.00
Morgan Corporation (Duncan, SC) 2,473,302.00
Funds are budgeted in FY04 Budget, Integrated Waste Supported Capital Projects
? General Construction, New Cell Construction; 0508-660-4000-CPIW-7661-20709040.
?ITEM A?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING TO PURCHASE A MAINTENANCE AGREEMENT FOR THE 800 MHZ
RADIO SYSTEM CONSOLE EQUIPMENT (OCTOBER 2003 THROUGH OCTOBER 2004) FROM THE
MOTOROLA CORPORATION IN THE AMOUNT OF $26,044.20.
WHEREAS, the Police Department (through the 911 Center) and Sheriff?s Office
uses Motorola Console equipment to dispatch the various Public Safety Units
throughout the City as they are needed. This equipment is a critical part of
Public Safety communications system; and,
WHEREAS, the equipment has been covered by a comprehensive 24/7/365 maintenance
agreement with Motorola since the initial warranty expired in order to assure
rapid and accurate repairs and minimal down time; and,
WHEREAS, this maintenance agreement also covers the bi-directional
amplification system that provides a back up to the console system and allows
the 911 Center to continue to operate should the console equipment stop working.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a maintenance agreement
for the 800 MHz Radio System Console Equipment (October 2003 through October
2004) from the Motorola Corporation in the amount of $26,044.20. Funds are
budgeted in FY04 Budget, Emergency Telephone Fund, Police, E911 ? Service
Contracts; 0209-400-3220-E911-6513.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2003 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
________________________ __________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING TO PURCHASE A MAINTENANCE AGREEMENT FOR THE ENHANCED
E911 TELEPHONE SYSTEM FROM THE MOTOROLA CORPORATION IN THE AMOUNT OF $13,596.00.
WHEREAS, the Columbus Police Department?s 911 Center is operating an Enhanced
911 telephone system which was supplied and installed by the Motorola
Corporation in August 1999; and,
WHEREAS, this telephone system, which makes it possible for the 911 Center to
respond to calls for assistance from the public, has been covered for the last
twelve months by a full service maintenance agreement on all parts, service and
labor which will expire this month. A maintenance agreement with the Motorola
Corporation will allow the city to continue this coverage and provide cost
effective support for this system.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a maintenance
agreement (September 2003 - September 2004) for the enhanced E911 Telephone
System from the Motorola Corporation in the amount of $13,596.00. Funds are
budgeted in FY04 Budget, Emergency Telephone Fund, Police, E911 ? Service
Contracts; 0209-400-3220-E911-6513.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2003 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh 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 A SOFTWARE MAINTENANCE AGREEMENT FROM
AVEL-TECH INC., (SEPTEMBER 1, 2003 - AUGUST 31, 2004) FOR THE AUTOMATIC VEHICLE
LOCATION SYSTEM SOFTWARE IN THE AMOUNT OF $22,447.00.
WHEREAS, the City of Columbus operates an Automatic Vehicle Location System
(AVL) over its 800 MHz Radio system that allows the 911 Center to know the
exact location of the Police, Sheriff, Fire/EMS and Marshall vehicles
patrolling the City, and,
WHEREAS, this Maintenance Agreement will insure that the City receives complete
and cost effective technical support for this software, as well as, any
upgrades that are made to it during the course of the agreement; and,
WHEREAS, this agreement will allow the City to control the operating costs
associated with the AVL System.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a software
maintenance agreement (September 1, 2003 - August 31, 2004) for the Automatic
Vehicle Location (AVL) system from AVeL-TECH Inc., in the amount of
$22,447.00. Funds are budgeted in the FY04 Budget, 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 ____________, 2003 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO:___________
A RESOLUTION AUTHORIZING THE PURCHASE OF AN E911 TELEPHONE SYSTEM UPGRADE FROM
THE MOTOROLA CORPORATION IN THE AMOUNT OF $559,000.00.
WHEREAS, the Federal Communications Commission (FCC) has issued an order that
required all cell phone callers be afforded the same Automatic Location
Identification (ALI) coverage as those who are using a traditional landline
telephone to call 911, and;
WHEREAS, the technology to accomplish phase two of the FCC order, automatically
providing the cell phone?s physical location and displaying it to the 911 Call
Taker has become available, and;
WHEREAS, this upgrade will give the same level of 911 services to the citizen
using a cell phone as the citizen using a traditional phone now enjoys, and;
WHEREAS, this upgrade will also update several other systems currently in use
in the 911 Center to current technological standards and replace components in
those systems.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase an E911
telephone system upgrade from the Motorola Corporation in the amount of
$559,000.00. Funds are available in the Emergency Telephone Fund, Police, E911
Communications Center ? Capital Expenditure Over 5,000 account of the FYY04
Budget; 0209-400-3220-E911-7761. Additional funding of $202,660 will be
available pending the FY04 Carryover Request that will be submitted to Council
in mid-September.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2003 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM E?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH T & K
CONSTRUCTION, LLC IN THE AMOUNT OF $1,847,135.00 FOR PHASE II, CELLS 2A, 2B AND
2C OF PINE GROVE LANDFILL.
WHEREAS, The project consists of the following major elements: approximately
185,000 cubic yards of cut material and 1,700 cubic yards of structural fill;
placement of 24-inch thick liner base with a permeability not to exceed 1 x 10?
7 cm/sec, and placement of either a 24-inch thick leachate collection layer
with a permeability no less than 1 x 10-2 cm/sec or placement of Geonet and
24-inches of a soil layer with no specified permeability; a 60 mil HDPE
geomembrane liner approximately 370,000 square feet; the construction of 1,300
feet of 24-foot wide gravel access road; construction of a sediment basin;
construction and maintenance of erosion and sedimentation control devices;
installation of underdrain and leachate collection piping; construction of and
improvements to existing perimeter ditches.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with T & K Construction, LLC in the amount of $1,847,135.00 for Phase
II, Cells 2A, 2B and 2C of Pine Grove Landfill. Funds are budgeted in FY04
Budget, Integrated Waste Supported Capital Projects ? General Construction, New
Cell Construction; 0508-660-4000-CPIW-7661-20709040.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2003 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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
______________________________ ________________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: September 2, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
September 3, 2003
1. Cab and Chassis with Combination Sewer Cleaning Machine ?
Bid No. 04-0005
Scope of Bid
Provide one (1) cab and chassis with a combination sewer-cleaning machine to be
used by the Sewer Maintenance Division of the Public Services Department to
clean and maintain the City?s storm sewer system for flood control.
2. Carpet Scrubber/Cleaner (Re-Bid) ? PQ No. 04-00003
Scope of PQ
Provide one (1) carpet scrubber/cleaner, Nobles Concorde? HP Plus 608935 or
equivalent, to the Columbus Civic Center.
3. Landscape Material (Re-Bid) ? (Annual Contract) ? Bid No. 04-0012
Scope of Bid
Provide landscape material consisting of pine straw, wheat straw and hay on an
?as needed? basis to the Columbus Consolidated Government (the City) to be
utilized by Park Services, Public Services and Cooperative Extension
departments. The contract term will be for one year, with the option to renew
for two additional twelve-month periods.
September 10, 2003
1. Pavement Marking Services (Annual Contract) ? Bid No. 04-0011
Scope of Bid
Provide pavement-marking services on an ?as needed basis? to Columbus
Consolidated Government to be utilized by the Traffic Engineering Division.
The contract term will be for three years, with the option to renew for two
additional twelve-month periods.
September 12, 2003
1. Bus Advertising (Annual Contract) ? RFP No. 04-0005
Scope of RFP
Provide bus advertising to be placed on the exterior and/or interior of METRA
buses. The contract term shall be for one year, with the option to renew for
two (2) twelve-month periods, maximum of five (5) years. Contract renewal
shall be contingent upon the mutual agreement of METRA and the Contractor.