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 #_ 2 _



Columbus Consolidated Government

Council Meeting



August 9, 2005



Agenda Report # 14



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department

________________________________________________________________________________



(A) SURPLUS VEHICLES AND EQUIPMENT



It is requested that Council declare the vehicles and equipment shown below, as

well as, miscellaneous office equipment and furniture, as surplus in accordance

with Section 7-501 of the Charter of Columbus Consolidated Government. The

surplus items will be disposed of by auction on August 27, 2005. Wayne Evans

Auction Company, the City?s contracted auctioneer, will conduct the auction.

The equipment has either been replaced or placed out of service due to excess

maintenance cost.



BODY NO. YEAR/MAKE/MODEL VIN/SERIAL NO.

26 94 Crown Victoria 2FALP71W3RX159829

111 94 Grand Prix 1G2WJ52M8RF284674

150 88 Chevy Truck C30 W/Service Body 1GBGC34K4JE150379

208 90 Chevy Caprice 1G1BL54E41R128186

210 94 Jeep Utility Vehicle 1J4FT6856P1189687

606 99 Creswell Paint Sprayer 7286

5320 94 Ford F700 Dump Truck 1FDXK74CORVA15910

5642 94 Ford Ranger Pickup 1FTCR14U2RTA86719

6922 91 Peterbuilt Refuse Truck 1XPZL50XXMD705507

6932 96 Peterbuilt Refuse Truck 25 Yrd 1XPZL50XOTD710035

8113 92 Ford Crown Victoria 2FACP72W6NX251090

8298 97 Chevy Malibu 1G1ND52T6VY116545

8301 97 Chevy Malibu 1GN1ND52T4VY114048

8304 97 Chevy Malibu 1GN1D52T9VY142248

9268 94 Ford Taurus 1FALP5247RA270524

9593 96 Dodge Intrepid 2B3HD46F2TH212930

9597 96 Dodge Intrepid 2B3HD46F5TH212937

9917 97 EZ-Go Golf Cart A62065

9939 2000 Cushman Chemical Sprayer 99001470

9961 2000 Ford Crown Victoria 2FAFP71W1YX162420

9990 2000 Rhino CY 72 Bush Hog 22134





Revenue from the auction will be deposited in the General Fund - Sale of

Surplus Equipment; 0101-099-1999-REVN-4907



(B) E911 800MHZ RADIO SYSTEM CONSOLE MAINTENANCE AGREEMENT



It is requested that Council authorize the purchase of an annual Maintenance

Agreement (October 2005 through October 2006) for the 911 Center?s 800 MHz.

Radio System Console Equipment and its Central Electronics Bay from Motorola in

the amount of $27,642.60.



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. 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 ensure 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 FY06Budget, 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 for the Automatic Vehicle Location (AVL) system software

from Ortivus North America in the amount of $31,447.17.



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. Ortivus North

America bought out AVeL-TECH, the developer of the software. Therefore, the

vendor is considered an only known source for the software maintenance.



Funds are budgeted in the FY06 Budget, Police, E-911 Communications Center ?

Service Contracts; 0209-400-3220-E911-6513.





(D) RAPID DEPLOYMENT KIT FOR WIRELESS GAS AND RADIATION DETECTION SYSTEM



It is requested that Council approve the purchase of a rapid deployment kit for

wireless gas and radiation detection from RAE Systems in the amount of

$44,300.00. The Fire/EMS HAZMAT Team will use this equipment.



The Rapid Deployment Kit (RDK) is designed for quick assessment and management

of gaseous and radiation threats. The kit includes four wireless, 5-gas,

AreaRAE monitors, with in-case charging, as well as, a computerized Host

Controller for monitoring from a command center up to two miles away. The

units can be arranged in a perimeter to detect chemical hazards and to monitor

the environmental safety of a large public event. The units will help the

Hazardous Materials Response Team gain control over potentially dangerous

situations by assessing the environment and determining the geographic

disbursement of hazardous gases, chemicals and radioactive contamination.



The RAE System is the only system available offering gas and radiation

detection in one unit. RAE also is the only company with a software package

that interlinks all the units into one computer system. This option is

necessary for monitoring a perimeter such as the Civic Center, softball

complex, shopping mall, large hazmat spill, etc. The equipment is manufactured

by Rae Systems. Therefore, the vendor is considered an only known source for

this purchase, per the Procurement Ordinance, Section 3-114.



Funds are budgeted in the FY06 Budget, Multi-Government Project Fund ? Fire/EMS

? Nunn-Lugar-Domenicig ? Capital Expenditures Over $5,000; 0216-410-3922-NUNN-

7761.



* * * * * * *



(E) QTERM UTS TERMINAL EMULATION SOFTWARE



It is requested that Council approve the purchase of 500 licenses for Qterm UTS

Terminal Emulation Software form Quickware Software in the amount of $57,500.00

($115 per license).



QTerm UTS is a terminal emulation software required by GCIC for access via

TCP/IP. This software will cover law enforcement terminals accessing GCIC/NCIC

records, including the Police Dept., Sheriff's Office, Marshal's Office and

various court agencies, such as, but not limited to the Solicitor Generals

Office, District Attorney's Office, etc. GCIC has mandated that all CJIS

agencies be converted to TCP/IP by September 30, 2005. Failure to do so will

result in the agency being disconnected from GCIC/NCIC law enforcement data.



This is the software deployed by GCIC in their agency and Quickware is the sole

provider of the software. QTerm UTS has been modified, specified and tailored

for the GCIC/TCP/IP conversion.



Funds are available in the FY06 Budget; Finance ? Columbus Building Authority

Series 2001 - Computer Software? Security/Safety Enhancements;

0553-200-2436-6713-40207-20010





?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE DECLARATION OF VEHICLES AND EQUIPMENT SHOWN ON THE

ATTACHED LIST, AS WELL AS, MISCELLANEOUS OFFICE EQUIPMENT AND FURNITURE, AS

SURPLUS EQUIPMENT IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS

CONSOLIDATED GOVERNMENT.



WHEREAS, the surplus items will be disposed of by auction on August 27,

2005. Wayne Evans Auction Company, the City?s contracted auctioneer, will

conduct the auction. The equipment has either been replaced or placed out of

service due to excess maintenance cost.



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



That the City Manager is hereby authorized to declare the vehicles and

equipment shown on the attached list, as well as, miscellaneous office

equipment and furniture, as surplus in accordance with Section 7-501 of the

City Charter. Revenue from the auction will be deposited in the General Fund -

Sale of Surplus Equipment; 0101-099-1999-REVN-4907.

_________________________________________





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 TO PURCHASE A MAINTENANCE AGREEMENT FOR THE 800 MHZ.

RADIO SYSTEM CONSOLE EQUIPMENT (OCTOBER 2005 THROUGH OCTOBER 2006) FROM THE

MOTOROLA CORPORATION IN THE AMOUNT OF $27,642.60.



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, 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; 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 2005 through October

2006) from the Motorola Corporation in the amount of $27,642.60. Funds are

budgeted in FY06Budget, 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 ____________, 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 A SOFTWARE MAINTENANCE AGREEMENT FOR

THE AUTOMATIC VEHICLE LOCATION (AVL) SYSTEM SOFTWARE FROM ORTIVUS NORTH AMERICA

IN THE AMOUNT OF $31,444.17.



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 for the Automatic Vehicle Location (AVL) system from

Ortivus North America in the amount of $31,444.17. Funds are budgeted in the

FY06 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 ____________, 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 PURCHASE OF A RAPID DEPLOYMENT KIT FOR WIRELESS

GAS AND RADIATION DETECTION FROM RAE SYSTEMS IN THE AMOUNT OF $44,300.00.



WHEREAS, the Rapid Deployment Kit (RDK) is designed for quick

assessment and management of gaseous and radiation threats. The kit includes

four wireless, 5-gas, AreaRAE monitors, with in-case charging, as well as, a

computerized Host Controller for monitoring from a command center up to two

miles away. The units will help the Hazardous Materials Response Team gain

control over potentially dangerous situations by assessing the environment and

determining the geographic disbursement of hazardous gases, chemicals and

radioactive contamination; and,



WHEREAS, the units will help the Hazardous Materials Response Team gain

control over potentially dangerous situations by assessing the environment and

determining the geographic disbursement of hazardous gases, chemicals and

radioactive contamination; and,



WHEREAS, the RAE System is the only system available offering gas and

radiation detection in one unit. The equipment is manufactured by Rae

Systems. Therefore, the vendor is considered an only known source for this

purchase, per the Procurement Ordinance, Section 3-114.



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



That the City Manager is hereby authorized to purchase a rapid

deployment kit for wireless gas and radiation detection from Rae Systems in the

amount of $44,300.00. Funds are budgeted in the FY06 Budget, Multi-Government

Project Fund ? Fire/EMS ? Nunn-Lugar-Domenicig ? Capital Expenditures Over

$5,000; 0216-410-3922-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 E?



A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF 500 LICENSES FOR QTERM UTS

TERMINAL EMULATION SOFTWARE FORM QUICKWARE SOFTWARE IN THE AMOUNT OF $57,500.00

($115 PER LICENSE).



WHEREAS, QTerm UTS is a terminal emulation software required by GCIC

for access via TCP/IP. This software will cover law enforcement terminals

accessing GCIC/NCIC records, including the Police Dept., Sheriff's Office,

Marshal's Office and various court agencies, such as, but not limited to the

Solicitor Generals Office, District Attorney's Office, etc. GCIC has mandated

that all CJIS agencies be converted to TCP/IP by September 30, 2005. Failure

to do so will result in the agency being disconnected from GCIC/NCIC law

enforcement data; and,



WHEREAS, this is the software deployed by GCIC in their agency and

Quickware is the sole provider of the software. QTerm UTS has been modified,

specified and tailored for the GCIC/TCP/IP conversion.



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



That the City Manager is hereby authorized to purchase 500 licenses for

Qterm UTS Terminal Emulation Software form Quickware Software in the amount of

$57,500.00 ($115 per license). Funds are available in the FY06 Budget; Finance

? Columbus Building Authority Series 2001 - Computer Software ? Security/Safety

Enhancements; 0553-200-2436-6713-40207-20010.

______________________________



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: August 9, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





August 12, 2005

1. Consulting Services & Packaging, Labeling, Manifesting, Transporting

and Disposal of Hazardous Chemicals/Waste (Annual Contract) ? RFP No. 05-0030

Scope of RFP

Provide consulting services and packaging, labeling, manifesting, transporting

and disposal of hazardous chemicals/waste, special waste and remediation with

the most cost-effective and high quality service. The initial term of the

contract shall be for two years, with the option to renew for three (3)

additional years, if agreeable with both parties.



August 19, 2005

1. Business Licensing and Occupational Tax Software ? RFP No. 05-0023

Scope of RFP

Columbus Consolidated Government (the City) desires to purchase software for

business licensing and occupational tax. The software will be utilized by the

Finance Department, Revenue Division, to improve the quality and timeliness of

the licensing and taxing processes while maintaining the integrity, quality,

and probity of the City?s licensing services.



August 24, 2005

1. Bibb City Storm Sewer Replacement ? RFB No. 05-0066

Scope of Bid

The project consists of the following major elements: various reinforced

concrete pipes up to 48 inches in diameter, with associated storm drainage

structures. The project includes the removal and replacement of city streets

and streetscapes required to execute the work. The work also includes

installation of handicap ramps and miscellaneous sidewalks, as well as the

construction of a new storm water discharge channel of approximately 800 linear

feet. All pipeline work will be accomplished by open cut and drenching.



2. Pressure Washing Services (RE-BID) (Annual Contract) ? RFB No. 06-0005

Scope of Bid

Provide pressure washing services for the Ultraply 78+ membrane roof of the

Columbus Civic Center on an ?as needed basis? located at 400 4th Street,

Columbus, Georgia. Vendors are responsible for viewing the Columbus Civic

Center roof to determine the amount of work required. The initial term of the

contract shall be for two years, with the option to renew for three (3)

additional years, if agreeable with both parties.



3. Frames, Grates, Covers & Inlets (Annual Contract) ? RFB No. 06-0002

Scope of Bid

Provide for frames, grates, covers and inlets to be purchased on an "as needed

basis". The initial term of the contract shall be for two years, with the

option to renew for three additional twelve-month periods. Contract renewal

will be contingent upon the mutual agreement of the City and the Contractor.



August 26, 2005

1. Copier Services (Annual Contract) ? RFP No. 05-0028

Scope of RFP

Provide and maintain copier services to various departments of the Columbus

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

an automatic renewal for three (3) additional twelve-month periods, if

agreeable with both parties.



August 31, 2005

1. Flood Abatement Project - 12th Avenue System ? RFB No. 05-0067

Scope of Bid

The Project consists of sewer and water system improvements including but not

limited to: approximately 2,200 feet of 48-inch reinforced concrete gravity

sewer, 1,200 feet of 42-inch reinforced concrete gravity sewer, 300 feet of

42-inch ductile iron pipe gravity sewer, 20 manholes, reconnection of sewer

service lateral and storm drain connections, approximately 3,100 feet of 6 to

12-inch ductile iron water main, valves, hydrants, service reconnections,

erosion and sedimentation control, and miscellaneous accessories.



September 9, 2005

1. Pre-Qualification for Construction of Pine Grove Municipal Solid Waste

Landfill Phase 3 ? Cells 3A, 3B, 3C, 3D, 3D, AND 3F ? RFQ No. 06-0001

Scope of RFQ

The City is requesting applications for prequalification to bid on the

construction of Pine Grove Municipal Solid Waste Landfill Phase 3 ? Cells 3A,

3B, 3C, 3D, 3E, and 3F. The Project consists of the following major elements:

approximately 260,000 cubic yards of cut material; placement of 24-inch thick

liner base with 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 over 14 acres; the

construction of 1,400 feet of 24-foot gravel access road; construction of a

sediment basin; installation of erosion control devices; installation of

underdrain and leachate collection piping; and leachate pump station and force

main.
Back to List