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 # 9



Columbus Consolidated Government

Council Meeting



February 25, 2014



Agenda Report # 81





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) TRAILER-MOUNTED HYDRO-SEEDER ? RFB NO. 14-0020



It is requested that Council authorize the purchase of one (1) trailer-mounted

hydro-seeder (Finn T-60 Trailer 2013), from Flint Equipment Company, (Columbus,

GA) at a unit price of $27,422.00; and rescind Resolution #45-14 authorizing

the purchase of one (1) trailer-mounted hydro-seeder (Finn T-60 Hydroseeder),

from Malcom Enterprises Inc., (Norcross, GA) at a unit price of $25,499.00.



Malcom Enterprises Inc. was the awarded vendor for RFB No. 14-0020, and agreed

to provide the equipment for the awarded bid price of $25,499.00. However, the

vendor notified the City of their inability to provide a current year model as

required. Purchasing contacted the next lowest responsive, responsible bidder,

Flint Equipment Company, who agreed to provide the equipment at their proposed

bid price of $27,422.00.



The equipment was approved in the FY14 Budget. The equipment will be used by

staff of the Street Maintenance Division, of the Public Works Department, to

seed shoulders and stabilize banks on City right-of-ways and on slopes to

prevent erosion. This is new equipment.



The equipment is not available on Georgia Statewide Contract.



Funds are budgeted in the FY14 Budget as follows: Paving Fund ? Public Works ?

Repairs and Maintenance ? Machinery; 0203-260-3110-REPR-7715.



* * * * * *



(B) GREEN ISLAND FIRE ROAD AND DAM REPAIR PROJECT ? RFB NO. 14-0030



It is requested that Council authorize the execution of a construction contract

with Landmark Grading Company, Inc. (Fort Mitchell, AL) in the amount of

$130,671.59 for the Green Island Fire Road and Dam Repair Project. The work

shall consist of grading complete, to include: clearing and grubbing,

installing GAB and asphaltic concrete pavement, and dam repairs for an

emergency service road in the Green Island subdivision.



Bid postcard invitations were mailed to eighty-five vendors and bid

specifications were posted on the web pages of the Purchasing Division, Georgia

Procurement Registry, and DemandStar. Six bids were received on February 12,

2014. This bid has been advertised, opened and reviewed. The bidders were:



Bidders Total Bid DBE Participation

Landmark Grading Company, Inc. (Fort Mitchell, AL) $ 130,671.59 7%

Alexander Contracting Company, Inc. (Fortson, GA) 149,000.00 4%

McMath-Turner Construction Co. (Columbus, GA) 185,800.44 11%

Robinson Paving Company (Columbus, GA) 188,665.75 7%

Peed Bros., Inc. (Butler, GA) 218,875.30 0%

Southeastern Site Development, Inc. (Newnan, GA) 224,986.05 10%





Funds are budgeted in the FY14 Budget: LOST-Infrastructure ?

Engineering-Highways & Roads ? Road Improvements ? Standing Boy Creek;

0109-250-9901-ROAD-7643-92012-20140.



* * * * * *



(C) JR ALLEN OFF RAMP WIDENING PROJECT, ADAMS FARM ROAD LANE EXTENSION AND RAMP

EXTENSION ON SR 22/US 80 ? RFB NO. 14-0029



It is requested that Council authorize the execution of a construction contract

with McMath-Turner Construction Co. (Columbus, GA) in the amount of $906,581.29

for the widening of a JR Allen off ramp, an Adams Farm Road lane extension, and

a ramp extension on SR 22/US 80.



The project locations are the eastbound JR Allen off ramp at Veterans Parkway;

the intersection of Adams Farm Road and Veterans Parkway; and the JR Allen

Parkway exit lane to the eastbound JR Allen off ramp at Veterans Parkway.



Bid postcard invitations were mailed to eighty-five vendors and bid

specifications were posted on the web pages of the Purchasing Division, Georgia

Procurement Registry, and DemandStar. Six bids were received on February 5,

2014. This bid has been advertised, opened and reviewed. The bidders were:





Bidders Total Bid DBE Participation

McMath-Turner Construction Co. (Columbus, GA) $ 906,581.29 10%

Southeastern Site Development, Inc. (Newnan, GA) 920,967.93 8%

Precision 2000, Inc. (Atlanta, GA) 1,069,979.95 100%

Alexander Contracting Company, Inc. (Fortson, GA) 1,117,767.55 11%

Robinson Paving Company (Columbus, GA) 1,210,510.10 6%

Scott Bridge Company, Inc. (Opelika, AL) 1,450,963.60 5%





Funds are budgeted in the FY14 Budget: 1999 SPLOST ? Road/Bridge/Street ? Road

Construction ? Veterans/Double Churches; 0540-695-2126-TXRB-7641-53019-20080.



* * * * * *



(D) CONCESSIONAIRE SERVICES FOR PARKS & RECREATION SPORTS FACILITIES (ANNUAL

CONTRACT) ? RFP NO. 14-0009



It is requested that Council approve the annual contract with Chester?s

Barbecue (Columbus, GA) for Concessionaire Services for Parks & Recreation

Sports Facilities to include: South Commons, Memorial Stadium and Golden Park.

The contractor shall provide all equipment, supplies, materials, merchandise,

transportation, and labor necessary for the concession services.



The concessionaire services will be utilized for Spring Softball, Fall

Softball, and Tournaments. The menu shall consist of hot dogs, hamburgers,

chips, drinks, popcorn, candy and other similar foodstuffs. The vendor shall

have exclusive rights to provide Concessionaire Services at the cited

facilities. In exchange for the exclusive right, the contractor will pay the

City a flat rental fee and/or percentage of the proceeds based on the event and

location.



The contract term shall be for two (2) years, with the option to renew for (3)

three additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



Request for proposal invitations were mailed to fifty-one (51) vendors and

specifications were posted on the websites of the City, Georgia Procurement

Registry and Onvia DemandStar. The RFP has been advertised, opened and

evaluated. Three (3) proposals were received on January 24, 2014 from the

following offerors:



Chester?s Barbecue (Columbus, GA)

Country?s Barbecue (Columbus, GA)

E&A Tastee Treats (Salem, AL)



The proposals were reviewed by the Evaluation Committee members, which

consisted of two representatives from the Parks & Recreation Department and one

representative from the Columbus Sports Council.



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 information purposes.



The City?s portion of the proceeds will be deposited in the Revenue Account.



* * * * * *



(E) LOTUS NOTES ANNUAL LICENSE RENEWAL



It is requested that Council approve payment to IBM Corporation, in the amount

of $97,076.25, for the Lotus Notes annual license renewal.



The license renewal will cover: Lotus Notes, Tivoli Storage Manager, Sametime,

Domino, H.A.T.S., CommonStore for Lotus Notes, CommonStore Content Manager,

Email (e-Discovery Feature), Search for CommonStore license and maintenance

support for a twelve-month period, beginning March 1, 2014 through February 28,

2015.



Lotus Notes, H.A.T.S., Tivoli and CommonStore are IBM developed software.

Therefore, the IBM Corporation is considered an only known source for the

license and maintenance support.



Funds are budgeted in the FY14 Budget: General Fund - Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.



* * * * * *



(F) BI-DIRECTIONAL AMPLIFICATION (BDA) SYSTEMS FOR CITY SERVICES CENTER AND

NATATORIUM



It is requested that Council approve the purchase of two Bi-Directional

Amplification (BDA) systems from Motorola Solutions, Inc., in the amount of

$64,700.00. One BDA system will be utilized at the City Services Center and

the other at the Natatorium.



Since construction of the new City Services Center and Natatorium was

completed, issues have arisen with portable radios being able to communicate

with the City's 800 MHz Radio Towers. The Sheriff?s Department and other City

Departments routinely use their 800 MHz portable radios while in these

buildings finding that there are spots where they are unable to communicate.

The Sheriff?s Department also installed an Emergency Notification System,

similar to a panic button, within the building that uses a portable radio to

send the notification out on the City?s Radio System.



Both buildings were tested during construction, finding that portable radios

worked at most locations. However, the finishing materials used within both

buildings is limiting the ability to send radio signals in/out of the

building. These same issues were resolved in the Government Center Tower,

Public Safety building & Muscogee County Jail by installing Bi-directional

Amplification (BDA) systems.



The BDA systems must be compatible with the City?s 800 MHz Radio System

manufactured, provided and maintained by Motorola. Therefore, the vendor is

considered the only known source for this purchase per the Procurement

Ordinance, Section 3-114.



Funds are budgeted in the FY14 Budget: LOST-Infrastructure ? Information

Technology ? IT Infrastructure ? Communication Equipment - 800 MHz Digital

Upgrade; 0109-210-9901-ISS-7733-91001-20140.





* * * * * *



(G) DECLARATION OF SURPLUS EQUIPMENT AT THE CIVIC CENTER



It is requested that Council declare the following Civic Center equipment as

surplus : Polar Deck Flooring, Carpet/ Turf and Dashers, in accordance with

Section 7-501 of the Charter of Columbus Consolidated Government, and approve

the sale of these items to the highest bidder.



The polar deck flooring was originally purchased in 1997 (Res #368-97), at a

cost of $128,098.00. The Carpet/Turf was purchased in 2011 (Res #150-11), at a

cost of $31,700.00. The Dashers were donated to the Civic Center by the War

Dogs. The equipment is no longer being used as a result of wear and tear.

Equipment has been purchased to replace these items, as needed, at various

times. Consequently, the old items are utilizing much needed storage space in

and around the Civic Center.



Revenue from the sale of the equipment will be deposited in the Civic Center

Fund ? Government Wide Revenue ? Miscellaneous.





* * * * * *





(H) UPGRADE TO E911 CENTER



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

E-911 System from Motorola, Inc., in the amount of $1,762,387.00 to be financed

over a five-year term beginning in FY16.



The upgrade will include current technology that is capable of handing the next

generation of E911 communications including text to 911 and Multimedia to 911,

as those services come on line in the next twelve to 18 months.



The current E911 Phone System operating in the 911 Center is approaching ten

years of age and will soon be ineligible for factory maintenance and support

due to the age of the system and the changes in technology since this system

was installed. The upgrades contemplated in this project will bring all

aspects of the E911 Telephone System up to current technology and make the

Columbus E911 Center capable of receiving and processing texts and MMS

messaging when those types of communications are made available to 911 calls.

This project is necessary to keep the E911 Center technologically and capable

of receiving and processing the calls from the public even when they use the

new technologies offered by their cell providers



Motorola is the only known source of this upgrade to the City?s existing E911

Motorola system.



This project will be financed over a 5-year term beginning in FY16. Funding

will be made available in the affected fiscal years for this project in OLOST.



* * * * * * *



(I ) AMBULANCE COMPUTERS



It is requested that Council approve the purchase of ten (10) GETAC V200 Fully

Rugged laptop computers from PortableOne, Inc., (Pleasanton, CA), in the amount

of $43,765.82, via Federal GSA, Schedule 70, Contract #GS-35F-0302N. The

equipment will be utilized by the Fire & EMS Department and installed in City

ambulances.

Approximately seven years ago, ten (10) Panasonic tough book computers were

purchased for the Fire & EMS Department for ambulance patient care reporting.

The purchase was made to enable the Department to become paperless and to

assist in automated billing for transports. It is a State requirement to

provide electronic patient care reports.



The current computers are breaking down; the units are no longer manufactured,

therefore parts are not available to repair them. The Department has exhausted

their spares and the Information Technology Department has used all available

parts to keep the computers operating. Fire and EMS Department has researched

computers and have concluded that the GETAC V200 Fully Rugged laptop meets

their needs and is also available via a Federal GSA contract.



Funding will be made available in the FY14 OLOST Reserve.



* * * * * *



(J) LGFS/GHRS ANNUAL SOFTWARE MAINTENANCE AGREEMENT



It is requested that Council authorize payment to CGI Technologies and

Solutions, Inc., (Fairfax, VA), in the amount of $330,218.26 for annual

software maintenance support of the Advantage LGFS/GHRS systems. The

maintenance period will cover twelve months beginning January 1, 2014 through

December 31, 2014.



CGI is the developer of the software and is therefore the sole provider for the

maintenance support.



This maintenance provides the Departments of Information Technology, Finance,

and Human Resources with software enhancements, documentation updates, User

Group support, Hotline support and access to the American Management Systems

(AMS)-sponsored ADVANTAGE Communications Forum. The following software modules

are supported under this maintenance agreement:



Advantage Financial (LGFS):

Fixed Assets Advanced Budget Preparation

Cost Allocation Debt Management

Extended Purchasing Advanced Receivables

Performance Measurement Report Distribution

Investment Inventory



Advantage HR (GHRS):

Position Control

Employee Relations

Employee Benefits

ADVANTAGE/DS



Funds are budgeted in the FY14 Budget: General Fund - Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.



* * * * * *



(K ) UNASSIGNED ENGINEERING CONSULTING SERVICES FOR EXISTING PROJECTS



It is requested that Council approve a contract with Barge Waggoner Sumner &

Cannon, Inc., (BWSC) (Columbus, GA) to provide unassigned Engineering

Consulting Services, on an as needed basis, to assist the Engineering

Department with completing the construction of the following existing

projects: 19th Street Flood Abatement, South Lumpkin Roundabout, Riverwalk

from 13th Street to 14th Street, Bay Avenue CSO relocation, Standing Boy Creek

Park Fire Lane, CIPP and Stormwater Inventory Program and on-call for Storm

Sewer /CSO emergency sinkholes.



Per Resolution #338-11, Council awarded one of the annual contracts for, as

needed, Engineering Consulting Services to Jacobs Engineering. Recently Jacobs

Engineering closed their Columbus office. This office was formally known as

JJ&G Engineering until they were sold to Jacobs Engineering. The Jacob?s office

was staffed with the same personnel that had served the JJ&G office for many

years here in Columbus. In fact, some employees had been working with the JJ&G

firm for over twenty years.



On the day the office closed, the employees were also terminated except for

three individuals. They, however, were placed temporarily on twenty or thirty

hour work weeks and directed to work from their homes. This action by Jacobs

Engineering in regards to some on-going projects with the City has placed a

construction administrative burden on the City?s Engineering Department. This

burden results in the Department?s loss of consulting engineering personnel

that have had a long working relationship with the Department. Their services

over the years have led to them becoming familiar with the Department?s

procedures and history pertaining to many engineering projects and concerns

within our community. They were well versed in assisting the Engineering

Department with landfill, storm water mediation, and storm sewer mapping and

lining projects. On many occasions they responded immediately to emergency

projects such as sinkholes to offer technical assistance. The loss of their

personal service will be hard to replace with new Jacobs employees working from

their Atlanta office. This leaves us without a contract that has local

representation to respond immediately. This was taken into consideration when

Jacobs was awarded the annual contract.



Fortunately, at the time the Jacobs? office closed, an out of town Civil

Engineering firm was opening a local office in Columbus. This firm, Barge

Waggoner Sumner & Cannon, Inc., began by staffing their new office with the

employees that had worked in the Jacobs local office. The same individuals the

Engineering Department had worked with.



While these engineering task could be assigned to Jacobs, Inc., the Engineering

Department is requesting authorization to contract with the BWSC firm in order

to maintain continuity with on site inspection and project administration

matters on specific ongoing construction projects that were developed initially

by the Jacobs firm Columbus office. The benefit to the Engineering Department

in acquiring needed services from BWSC is that the personnel assigned to the

Department will best serve the interest of the Department. The services

requested are only for meeting the immediate needs of the Department. Any

additional work with BWSC in the future will be acquired through normal City

procurement procedures. The existing Annual Contract with Jacobs will continue

to be in effect for all other projects they are currently assigned or will be

assigned during the term of the contract.



Funds will be budgeted each fiscal year for approved projects in the various

capital projects funds: General, Sewer, Paving, Integrated Waste Fund

Supported; 1999 Sales Tax and 1993 Sales Tax.







?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PURCHASE OF ONE (1) TRAILER-MOUNTED HYDRO-SEEDER (FINN

T-60 TRAILER 2013), FROM FLINT EQUIPMENT COMPANY, (COLUMBUS, GA), AT A UNIT

PRICE OF $27,422.00; AND RESCIND RESOLUTION #45-14 WHICH AUTHORIZED THE

PURCHASE OF ONE (1) TRAILER-MOUNTED HYDRO-SEEDER.



WHEREAS, Resolution #45-14 approved the purchase of one (1)

trailer-mounted hydro-seeder from Malcom Enterprises, Inc.; and,



WHEREAS, while progressing forward, the City was notified that Malcom

Enterprises, Inc., was unable to provide a current year model as required; and,



WHEREAS, the determination was made in the best interest of the City to

purchase the equipment from the next lowest, responsive, responsible bidder,

Flint Equipment Company; who agreed to provide the equipment at their proposed

bid price of $27,422.00.



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

Part I

Resolution #45-14 is hereby rescinded.



Part II

That the City Manager is hereby authorized to purchase one (1)

trailer-mounted hydro-seeder (Finn T-60 Trailer 2013), from Flint Equipment

Company, (Columbus, GA) in the amount of $27,422.00. Funds are budgeted in the

FY14 Budget as follows: Paving Fund ? Public Works ? Repairs and Maintenance ?

Machinery; 0203-260-3110-REPR-7715.



____________________



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

held the _________ day of ___________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_____________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM B?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

LANDMARK GRADING COMPANY, INC. (FORT MITCHELL, AL) IN THE AMOUNT OF $130,671.59

FOR THE GREEN ISLAND FIRE ROAD AND DAM REPAIR PROJECT.



WHEREAS, the work shall consist of grading complete, to include:

clearing and grubbing, installing GAB and asphaltic concrete pavement, and dam

repairs for an emergency service road in the Green Island subdivision.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with Landmark Grading Company, Inc. (Fort Mitchell, AL) in the amount

of $130,671.59 for the Green Island Fire Road and Dam Repair Project. Funds

are budgeted in the FY14 Budget: LOST-Infrastructure ? Engineering-Highways &

Roads ? Road Improvements ? Standing Boy Creek;

0109-250-9901-ROAD-7643-92012-20140.



_____________________





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

held the _________ day of ___________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_____________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM C?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

MCMATH-TURNER CONSTRUCTION CO. (COLUMBUS, GA) IN THE AMOUNT OF $906,581.29 FOR

THE WIDENING OF A JR ALLEN OFF RAMP, AN ADAMS FARM ROAD LANE EXTENSION, AND A

RAMP EXTENSION ON SR 22/US 80.



WHEREAS, the project locations are the eastbound JR Allen off ramp at

Veterans Parkway; the intersection of Adams Farm Road and Veterans Parkway; and

the JR Allen Parkway exit lane to the eastbound JR Allen off ramp at Veterans

Parkway.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with McMath-Turner Construction (Columbus, GA) in the amount of

$906,581.29 for the widening of a JR Allen off ramp, an Adams Farm Road lane

extension, and a ramp extension on SR 22/US 80. Funds are budgeted in the FY14

Budget: 1999 SPLOST ? Road/Bridge/Street ? Road Construction ? Veterans/Double

Churches; 0540-695-2126-TXRB-7641-53019-20080.



____________________



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

held the _________ day of ____________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_____________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM D?



A

RESOLUTION

NO._______



A RESOLUTION AUTHORIZING THE EXECUTION OF THE ANNUAL CONTRACT WITH CHESTER?S

BARBECUE (COLUMBUS, GA), TO PROVIDE CONCESSIONAIRE SERVICES FOR PARKS AND

RECREATION SPORTS FACILITIES, ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 14-0009) and three proposals were

received; and,



WHEREAS, the proposal submitted by Chester?s Barbecue (Columbus, GA) met all

proposal requirements and was evaluated responsive to the RFP; and,



WHEREAS, the term of this contract shall be for two (2) 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.



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



That the City Manager is hereby authorized to execute an annual

contract with Chester?s Barbecue (Columbus, GA) to provide Concessionaire

Services for Parks and Recreation Sports Facilities on an ?as needed basis?.

The City?s portion of the proceeds will be deposited in the Revenue Account.



____________________



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

held the _________ day of ____________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

"ITEM E"





A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING PAYMENT TO IBM CORPORATION, IN THE AMOUNT OF

$97,076.25, FOR THE LOTUS NOTES ANNUAL LICENSE RENEWAL.



WHEREAS, the license renewal will cover Lotus Notes, Tivoli Storage Manager,

Sametime, Domino, H.A.T.S., CommonStore for Lotus Notes, CommonStore Content

Manager, Email (e-Discovery Feature), Search for CommonStore license and

maintenance support for a twelve-month period, beginning March 1, 2014 through

February 28, 2015; and,



WHEREAS, Lotus Notes, H.A.T.S., Tivoli and CommonStore are IBM

developed software. Therefore, the IBM Corporation is considered an only known

source for the license and maintenance support.



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



That the City Manager is hereby authorized to make payment to IBM

Corporation, in the amount of $97,076.25, for the Lotus Notes annual license

renewal. Funds are budgeted in the FY14 Budget: General Fund - Information

Technology ? Software Lease; 0101-210-1000-ISS-6541.



___________________



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

held the _________ day of ___________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM F"



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE PURCHASE OF TWO BI-DIRECTIONAL

AMPLIFICATION (BDA) SYSTEMS FROM MOTOROLA SOLUTIONS, INC., IN THE AMOUNT OF

$64,700.00. ONE BDA SYSTEM WILL BE UTILIZED AT THE CITY SERVICES CENTER AND

THE OTHER AT THE NATATORIUM.



WHEREAS, since construction of the new City Services Center and Natatorium was

completed, issues have arisen with portable radios being able to communicate

with the City's 800 MHz Radio Towers. The Sheriff?s Office and other City

Departments routinely use their 800 MHz portable radios while in these

buildings finding that there are spots where they are unable to communicate.

The Sheriff?s Office also installed an Emergency Notification System, similar

to a panic button, within the building that uses a portable radio to send the

notification out on the City?s Radio System; and,



WHEREAS, both buildings were tested during construction, finding that portable

radios worked at most locations. However, the finishing materials used within

both buildings is limiting the ability to send radio signals in/out of the

building. These same issues were resolved in the Government Center Tower,

Public Safety building & Muscogee County Jail by installing Bi-directional

Amplification (BDA) systems; and,



WHEREAS, the BDA systems must be compatible with the City?s 800 MHz Radio

System manufactured, provided and maintained by Motorola. Therefore, the

vendor is considered the 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 two

Bi-Directional Amplification (BDA) systems from Motorola Solutions, Inc., in

the amount of $64,700.00. Funds are budgeted in the FY14 Budget:

LOST-Infrastructure ? Information Technology ? IT Infrastructure ?

Communication Equipment - 800 MHz Digital Upgrade;

0109-210-9901-ISS-7733-91001-20140.



___________________



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

held the _________ day of ___________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM G?



A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE DECLARATION AS SURPLUS OF THE FOLLOWING CIVIC

CENTER EQUIPMENT: POLAR DECK FLOORING, CARPET/ TURF AND DASHERS, IN ACCORDANCE

WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS CONSOLIDATED GOVERNMENT, AND

APPROVING THE SALE OF THESE ITEMS TO THE HIGHEST BIDDER.



WHEREAS, the polar deck flooring was originally purchased in 1997 (Res

#368-97), at a cost of $128,098.00. The Carpet/Turf was purchased in 2011 (Res

#150-11), at a cost of $31,700.00. The Dashers were donated to the Civic Center

by the War Dogs; and,



WHEREAS, the equipment is no longer being used as a result of wear and tear.

Equipment has been purchased to replace these items, as needed, at various

times. Consequently, the old items are utilizing much needed storage space in

and around the Civic Center.



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



That the City Manager is hereby authorized to declare as surplus the following

Civic Center equipment: Polar Deck flooring, Carpet/ Turf and Dashers, in

accordance with Section 7-501 of the Charter of Columbus Consolidated

Government, and authorized to sell these items to the highest bidder. Revenue

from the sale of the equipment will be deposited in the Civic Center Fund ?

Government Wide Revenue ? Miscellaneous.



_________________





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

held the _________ day of ____________ 2014, and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM H?





A RESOLUTION



NO._____





A RESOLUTION AUTHORIZING THE PURCHASE OF AN UPGRADE TO THE CURRENT

E-911 SYSTEM FROM MOTOROLA, INC., IN THE AMOUNT OF $1,762,387.00, TO BE

FINANCED OVER A FIVE -YEAR TERM BEGINNING IN FY16.



WHEREAS, the upgrade will include current technology that is capable

of handing the next generation of E911 communications including text to 911 and

Multimedia to 911, as those services come on line in the next twelve to 18

months; and,



WHEREAS, this project is necessary to keep the E911 Center technologically and

capable of receiving and processing the calls from the public even when they

use the new technologies offered by their cell providers.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase an upgrade to

the current E-911 System from Motorola, Inc., in the amount of $1,762,387.00.

This project will be financed over a 5-year term beginning in FY16. Funding

will be made available in the affected fiscal years for this project in OLOST.



____________________



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

held the _________ day of ___________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM I ?



A RESOLUTION



NO.________



A RESOLUTION AUTHORIZING THE PURCHASE OF TEN (10) GETAC V200 FULLY

RUGGED LAPTOP COMPUTERS FROM PORTABLEONE, INC., (PLEASANTON, CA), IN THE AMOUNT

OF $43,765.82, VIA FEDERAL GSA, SCHEDULE 70, CONTRACT #GS-35F-0302N. THE

EQUIPMENT WILL BE UTILIZED BY THE FIRE & EMS DEPARTMENT AND INSTALLED IN CITY

AMBULANCES.

WHEREAS, approximately seven years ago ten (10) Panasonic tough book computers

were purchased for the Fire & EMS Department for ambulance patient care

reporting. The purchase was made to enable the Department to become paperless

and to assist in automated billing for transports. It is a State requirement

to provide electronic patient care reports; and,



WHEREAS, the current computers are breaking down; the units are no longer

manufactured, therefore parts are not available to repair them. The Department

has exhausted their spares and the Information Technology Department has used

all available parts to keep the computers operating. Fire and EMS Department

has researched computers and have concluded that the GETAC V200 Fully Rugged

laptop meets their needs and is also available via a Federal GSA contract.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase ten (10) GETAC

V200 Fully Rugged laptop computers from PortableOne, Inc., (Pleasanton, CA), in

the amount of $43,765.82, via Federal GSA Schedule 70 Contract #GS-35F-0302N.

Funding will be made available in OLOST.



__________________



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

held the _________ day of __________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM J ?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING PAYMENT TO CGI TECHNOLOGIES AND SOLUTIONS, INC.,

(FAIRFAX, VA), IN THE AMOUNT OF $330,218.26 FOR ANNUAL SOFTWARE MAINTENANCE

SUPPORT OF THE ADVANTAGE LGFS/GHRS SYSTEMS. THE MAINTENANCE PERIOD WILL COVER

TWELVE MONTHS BEGINNING JANUARY 1, 2014 THROUGH DECEMBER 31, 2014.



WHEREAS, this maintenance support provides the Departments of Information

Technology, Finance, and Human Resources with software enhancements,

documentation updates, User Group support, Hotline support and access to the

American Management Systems (AMS)-sponsored ADVANTAGE Communications Forum; and,



WHEREAS, the following software modules are supported under this

maintenance agreement: Advantage Financial (LGFS), to include: Fixed Assets,

Advanced Budget Preparation, Cost Allocation, Debt Management, Extended

Purchasing, Advanced Receivables, Performance Measurement, Report Distribution,

Investment Inventory; Advantage HR (GHRS), to include: Position Control,

Employee Relations, Employee Benefits, ADVANTAGE/DS.



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



That the City Manager is hereby authorized to make payment to CGI

Technologies and Solutions, Inc., (Fairfax, VA), in the amount of $330,218.26

for annual software maintenance support of the Advantage LGFS/GHRS systems.

The maintenance period will cover twelve months beginning January 1, 2014

through December 31, 2014. Funds are budgeted in the FY14 Budget: General

Fund - Information Technology ? Software Lease; 0101-210-1000-ISS-6541.

____________________



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

the _________ day of ____________ 2014, and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM K ?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING A CONTRACT WITH BARGE WAGGONER SUMNER &

CANNON, INC., (BWSC) (COLUMBUS, GA), TO PROVIDE UNASSIGNED ENGINEERING

CONSULTING SERVICES, ON AN AS NEEDED BASIS, TO ASSIST THE ENGINEERING

DEPARTMENT WITH COMPLETING THE CONSTRUCTION OF THE FOLLOWING EXISTING

PROJECTS: 19TH STREET FLOOD ABATEMENT, SOUTH LUMPKIN ROUNDABOUT, RIVERWALK

FROM 13TH STREET TO 14TH STREET, BAY AVENUE CSO RELOCATION, STANDING BOY CREEK

PARK FIRE LANE, CIPP AND STORMWATER INVENTORY PROGRAM AND ON-CALL FOR STORM

SEWER /CSO EMERGENCY SINKHOLES.



WHEREAS, per Resolution #338-11, Council awarded one of the annual contracts

for, as needed, Engineering Consulting Services to Jacobs Engineering.

Recently Jacobs Engineering closed their Columbus office; and,



WHEREAS, on the day the office closed, the employees were also terminated

except for three individuals. They, however, were placed temporarily on twenty

or thirty hour work weeks and directed to work from their homes. This action by

Jacobs Engineering in regards to some on-going projects with the City has

placed a construction administrative burden on the City?s Engineering

Department; and,



WHEREAS, fortunately, at the time the Jacobs? office closed, an out of town

Civil Engineering firm was opening a local office in Columbus. This firm, Barge

Waggoner Sumner & Cannon, Inc., began by staffing their new office with the

employees that had worked in the Jacobs local office. The same individuals the

Engineering Department had worked with; and,



WHEREAS, while these engineering tasks could be assigned to Jacobs, Inc., the

Engineering Department is requesting authorization to contract with the BWSC

firm in order to maintain continuity with on- site inspection and project

administration matters on specific existing construction projects that were

developed initially by the Jacobs firm Columbus office; and,



WHEREAS, any additional work with BWSC, in the future, will be acquired through

normal City procurement procedures. The existing Annual Contract with Jacobs

will continue to be in effect for all other projects they are currently

assigned or will be assigned during the term of the contract.



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

FOLLOWS:



That the City Manager is hereby authorized to enter into contract with

Barge Waggoner Sumner & Cannon, Inc., (BWSC) (Columbus, GA) to provide

unassigned Engineering Consulting Services, on an as needed basis, to assist

the Engineering Department with completing the construction of the following

existing projects: 19th Street Flood Abatement, South Lumpkin Roundabout,

Riverwalk from 13th Street to 14th Street, Bay Avenue CSO relocation, Standing

Boy Creek Park Fire Lane, CIPP and Stormwater Inventory Program and on-call for

Storm Sewer /CSO emergency sinkholes. Funds will be budgeted each fiscal year

for approved projects in the various capital projects funds: General, Sewer,

Paving, Integrated Waste Fund Supported; 1999 Sales Tax and 1993 Sales Tax.



____________________



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

held the _________ day of __________, 2014 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

Attachments


No attachments for this document.

Back to List