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.