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



July 28, 2009



Agenda Report # 407



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) HYBRID LOW FLOOR ELECTRIC BUSES (ANNUAL CONTRACT) ? RFB NO. 09-0038



It is requested that Council authorize the annual contract to purchase hybrid

low floor electric buses from Daimler Buses North America, Inc. METRA

anticipates purchasing approximately 0-5 buses per year over a five (5) year

period. The unit price, per contract year, for the buses, is as follows: Year

1: $483,146; Year 2: $490,393; Year 3: $497,749; Year 4: $505,215; Year 5:

$512,793. The City will allow for negotiating the bid price, if such things as

EPA, FTA or regulatory legislative guidelines are changed and bus manufacturers

are required to adhere to the new regulation. The hybrid low floor electric

buses will be used for both suburban express service and general service on

urban arterial streets.



The hybrid low floor electric buses are replacement units for the existing

buses utilized by Department of Transportation/METRA. The annual contract will

enable METRA to replace old buses on an ?as needed? basis for the next five

years.



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

(3) additional twelve (12) month periods. The contract renewal will be based

solely upon the mutual agreement of the City and the Contractor.



Forty-six postcard invitations were mailed and specifications were posted on

the City?s website. Two bids were received April 15, 2009. This bid has been

advertised, opened and reviewed. The bidders were:



DESCRIPTION/

VENDOR Daimler Buses North America

(Canada) Gillig LLC

(Hayward, CA)

Unit Cost Per Contract Year

Year 1

$483,146

$498,260

Unit Cost Per Contract Year

Year 2

$490,393

$518,190

Unit Cost Per Contract Year

Year 3

$497,749

$549,280

Unit Cost Per Contract Year

Year 4

$505,215

$590,476

Unit Cost Per Contract Year

Year 5

$512,793

$637,714



The initial purchase will be made from funds available via the Federal Economic

Stimulus Package: Transportation Fund ? METRA ? ARRA Section 5340 ? Buses;

0751 ? 610 ? 3430 ?MFTA - 7724. Additional purchases will be made from FTA

funds: Transportation Fund-METRA ? MFTA - Buses; 0751-610-2400-MFTA-7724 (City

20% and Federal 80%).



* * * * * *



(B) SECURITY CAMERAS (ANNUAL CONTRACT) ? RFB No. 09-0030



It is requested that Council approve the execution of an annual contract for

the purchase of security cameras and accessories on an ?as needed? basis from

GE Security, Inc., and Transit Marketing Group. During the first year, Metra

estimates spending approximately $103,000 to purchase security cameras and

accessories to be installed on transit buses.



The term of the contract will be for one year, with the option to renew for two

additional twelve-month periods. Contract renewal is contingent upon the

mutual agreement of the City and the Contractors.



Seventy-six postcard invitations were mailed and specifications were posted on

the City?s website. Two bids were received on March 4, 2009. This bid has been

advertised, opened and reviewed. The bidders and pricing information is listed

on the attached tabulation:



COLUMBUS CONSOLIDATED GOVERNMENT

Security Cameras (Annual Contract)

RFB No. 09-0030





Description GE Security, Inc. and Transit Marketing Group

(Boulder, CO) Electronic Technologies Corporation

dba/ Ingersoll Rand Security Technologies

(Norcross, GA)

Year 1 Year 2Year 3Year 1Year 2Year 3

MSS-4300-00-00 MobileView III Digital Video Recorder & Keypad 3,38.001 (8 camera max)

2,520.00 (5 camera max) 3,38.001 (8 camera max)

2,520.00 (5 camera max)3,482.43 (8 camera max)

2,595.60 (5 camera max)5,175.005,175.005,175.00

MSS-8001-**-00 Color - 460 TVL - Lens 197.25 197.25203.17281.78281.78281.78

MSS-7007-00-FF Front Facing Camera 374.25 374.25385.48534.64534.64534.64

MSS-3010-00-04 Int/Ext Surface Mount Alum. Housing 69.75 69.7571.8499.6499.6499.64

1035611A Non-Terminated Siamese Power/Video (500 ft. minimum) 37.50 (50 ft.) 37.50 (50

ft.)38.63 (50 ft.)535.00535.00535.00

MSS-4008-00-00 Panic Button/Status Light 76.50 76.5078.80109.28109.28109.28

MSS-Install Installation Parts 60.00 60.0061.802,694.502,694.502,694.50

MSS-4007-00-00 Line-level Output Microphone 149.25 149.25153.73213.21213.21213.21

MSS-Converter 12/24 VDC 157.50 157.50162.23225.00225.00225.00

Installation charges (per order) 1,000.00 (5 min)

850.00 (10)

760.00 (20) 1,000.00 (5 min)

850.00 (10)

760.00 (20)1,000.00 (5 min)

850.00 (10)

760.00 (20)675.00675.00675.00







The initial purchase will be made from funds available via the Federal Economic

Stimulus Package: Transportation Fund ? METRA ? ARRA Section 5340 ? Capital

Expense - Over $5000; 0751 ? 610 ? 3430 ? MFTA - 7761. Additional purchases

will be made from FTA funds. Transportation Fund ? METRA ? MFTA - Capital

Expend ? Over $5,000; 0751 ? 610 ? 2400 ?MFTA - 7761 (City 20% and Federal

80%).



* * * * * *



(C) PEST CONTROL SERVICES (ANNUAL CONTRACT) - RFB NO. 09-0043



It is requested that Council approve the contract for pest control services

with Knox Pest Control for the estimated annual contract value of $16,752. The

vendor will provide pest control services at 89 City owned buildings.

Additional buildings may be added to the list of buildings, at any point during

the contract, as required by the City. A monthly cost for each additional

building will be negotiated with the contractor.



The contract term is for a two-year period with an option to renew for three

additional twelve-month periods. Renewal of the contract is contingent upon

the mutual agreement of the City and the contracted vendor.



Bid specifications were posted on the City?s website; three bids were received

June 23, 2009 from the following vendors: Knox Pest Control, Cannon Termite &

Pest Control and Orkin Pest Control. This bid has been advertised, opened and

reviewed.





Vendor

Monthly Fee

Total Estimated

Contract Value



Knox Pest Control (Columbus, GA)

$ 1,396

$ 16,752



Cannon Termite & Pest Control (Newnan, GA)

$ 2,150

$ 25,800



Orkin Pest Control (Columbus, GA)

$ 2,820

$ 33,840



Funds are budgeted each fiscal year for this ongoing expense: General Fund -

Public Services - Facilities Maintenance ? Service Contracts,

0101-260-2700-MNTN-6513.



* * * * * *



(D) 30? FOOT LOW FLOOR TROLLEY BUS (ANNUAL CONTRACT) ? RFB NO. 09-0034



It is requested that Council authorize the annual contract to purchase 30? foot

low floor trolley buses, from Gillig LLC. METRA anticipates purchasing

approximately 0-5 buses per year over a five (5) year period. The unit price,

per fiscal year of the contract, for the buses, is as follows: FY10 -

$410,578; FY11 - $410,578; *FY12, FY13 and FY14 vehicle prices will be

calculated



using U.S. Department of Labor Consumer Price Index and All Urban Consumer

(CPI-U) and shall not exceed five (5%) percent annually.



The 30? foot low floor trolley buses are replacement units for the existing

trolley buses. The annual contract will enable METRA to replace old buses on

an ?as needed? basis for the next five years.



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

(3) additional twelve (12) month periods. Contract renewal is contingent upon

the City and the Contractor.



Twelve postcard invitations were mailed and specifications were posted on the

City?s website. One bid was received April 1, 2009. This bid has been

advertised, opened and reviewed. The bidder was:





DESCRIPTION/

VENDOR Gillig LLC

(Hayward, CA)

Total Unit Price

Unit Cost Per Contract Year

Year 1: FY 10 $410,578

Unit Cost Per Contract Year

Year 2: FY 11 $410,578

Unit Cost Per Contract Year

Year 3: FY 12 *

Unit Cost Per Contract Year

Year 4: FY 13 *

Unit Cost Per Contract Year

Year 5: FY 14 *



The initial purchase (FY10) will be made from funds available via the Federal

Economic Stimulus Package: Transportation Fund ? METRA ? ARRA Section 5340 ?

Buses; 0751 ? 610 ? 3430 ?MFTA - 7724. Additional purchases (FY11, FY12, FY13

& FY14) will come from FTA funds: Transportation Fund ? METRA - MFTA ? Buses;

0751-610-2400-MFTA-7724 (City 20% and Federal 80%).



* * * * * *



(E) MAINTENANCE AGREEMENTS FOR COMPUTER HARDWARE



It is requested that Council authorize payment to IBM, in the amount of

$42,142, to cover maintenance agreements for various computer hardware. The

cost covers parts and service 24-hours, 7-days per week. The maintenance

agreements cover the following equipment:



1 IBM 3745 Remote Communications Controller

4 IBM 3174 Fiber Optic Controllers

1 IBM 3590-A14 Rack

1 IBM 3590-A60 Tape Drive Controller

3 IBM 3590-B11 Tape Drives

1 IBM 3590-E11 Tape Drive

1 IBM 2761 InfoPrint Laser Printer

1 IBM 6262 2200 Line Printer





Funds are budgeted in the FY10 Budget: Information Technology ? Computer

Equipment Maintenance; 0101-210-1000- ISS-6511.



* * * * * *



(F) ANNUAL MAINTENANCE FOR CISCO/AVVID IP PHONE SYSTEM



It is requested that Council approve payment to AT&T for the annual maintenance

for all Cisco equipment and software license renewals, included in the IP

Telephony network in twelve locations: the Government Center, Annex, Public

Safety Complex, Fox Recreation Center, Trade Center, Public Services

Administration Building, Fleet Maintenance, Facilities Maintenance, Signal

Shop, Storage Warehouse, METRA, and the Animal Control Facility. The annual

cost of network and equipment coverage, known as AT&T DataCare, is $97,362.84.



The AT&T DataCare IP Telephony Manager is a continuance of the existing

Cisco/AT&T hardware and software maintenance purchased with the new Cisco AVVID

IP Phone System through AT&T (formerly BellSouth). The maintenance is

renewable each year on or before the anniversary date of July 1st.



Only AT&T has a complete end-to-end solution for all voice and data issues from

both an equipment and network perspective including the AT&T CO (Central

Office) network. Consequently, this maintenance and service is available only

through AT&T and deemed an only known source per the Procurement Ordinance

3-114.



Funds are budgeted in the FY10 Budget: General Fund - Information Technology ?

Computer Equipment Maintenance; 0101-210-1000-ISS-6511.



* * * * * *



(G) EMERGENCY FIELD RENOVATIONS AT LAKEBOTTOM



It is requested that Council approve payment to Grant Environmental

Contractors, Inc., in the amount of $30,000 for emergency field renovations for

the football field at Lakebottom Park.



The renovations were needed because the middle of the football field had been

reduced to dirt due to the high traffic volume. The field had to be laser

graded from hash mark to hash mark and then resodded. The field had to be

ready by August, therefore the renovations were approved as an emergency

purchase by the City Manager on June 24, 2009. Grant Environmental Contractors

has performed similar work for the City, and according to the Parks and

Recreation Department, was able to complete the work by the August deadline.



Funds are available in the FY10 Budget: Special Project/Capital Project Fund ?

Capital Projects ? General Fund Supported Capital Projects ?

Horticulture/Landscaping ? Lakebottom Football Field; 0508 ? 660 ? 1000 ? CPGF

? 6727 ? 22268-20100.



* * * * * *



(H) CAB AND CHASSIS FOR 7-YARD DUMP TRUCK



It is requested that Council authorize the purchase of one (1) cab and chassis

from Beck Motor Company (Albany, GA), in the amount of $59,200.



A 7-Yard dump truck body will be mounted onto the new cab and chassis. The

truck is a replacement unit that will be used by the Street Repairs and

Maintenance Division of Public Services to transport gravel and other roadway

repair materials to job sites throughout Muscogee County.



On August 12, 2008 Council approved the purchase of three (3) cab and chassis

from Beck Motor Company, per Resolution No.377-08, RFB No.08-0064. The bid

specifications required vendors to submit a bid price for future purchases.

Beck Motor Company submitted a bid price of $59,200, per unit, for future

purchases. On June 23, 2009, the vendor provided written confirmation to

Public Services that they would honor the same price.



Funds are budgeted in the FY10 Budget: Paving Fund ? Public Services ? Repairs

and Maintenance ? Heavy Trucks; 0203-260-3110-REPR-7723.



* * * * * *



(I) PREPARATORY INFRASTRUCTURE FOR THE NEW ICE RINK



It is requested that Council approve payment to CIMCO Refrigeration (Mobile,

Alabama), in the amount of $75,000, for preparatory infrastructure work for the

new ice rink.



On December 18, 2007, per Resolution #623-07, Council approved the emergency

purchase of a replacement ice floor and refrigeration system, from Cimco, for

the Civic Center. While the vendor was performing the work, they installed the

mains, which will provide the future tie-in for the new ice rink.



Funds are budgeted in the FY10 Budget: Lease Revenue Bonds/2003a ? Finance ?

CBA 2003a Skatepark Supercenter ? General Construction ? Skateboard Supercenter

Project; 0554-200-2443-7661-40222-20070.



* * * * * *



(J) MEMBERSHIP DUES FOR GMA



It is requested that Council approve payment to the Georgia Municipal

Association (GMA) in the amount of $33,138.66 for 2009 - 2010 membership dues

for the City of Columbus, Georgia. GMA is a voluntary, non-profit organization

that provides legislative advocacy, education, employee benefit and technical

consulting services to its members.



Funds are budgeted in the FY2010 Budget: General Fund - Legislative ? City

Council - Membership Dues and Fees, 0101-100-1000-CNCL-6657.



* * * * * *



(K) ANNUAL MAINTENANCE FOR JAIL VISITATION AND JUDICIAL ARRAIGNMENT SYSTEM



It is requested that Council approve payment to Lightspeed Datalinks for the

maintenance of the Muscogee County Jail Visitation System in the amount of

$66,732 (payable each month @ $5,561); and payment for maintenance of the

Judicial Arraignment System in the amount of $16,200 (payable each month @

$1,350). The maintenance period covers a three-year period.



Proceeds from the inmate telephone system at the Muscogee County Jail was the

primary source of financing for the Video Visitation System, and the Judicial

Arraignment System which allows inmates to visit with their families and be

arraigned by Superior Court judges, without leaving their jail cells.

However, in November 2008 the account was transferred from the Sheriff?s Office

to Columbus Consolidated Government. Since November, the inmate telephone

system proceeds are deposited into the General Fund.



Funds are budgeted in the FY10 Budget: General Fund ? Sheriff ? Administration

? Service Contracts; 0101 ? 550 ? 1000 ? SHRF ? 6513; and General Fund ?

Sheriff ? Jail ? Service Contracts; 0101 550 ? 2600 ? JAIL - 6513. Funding

for years two and three of the contract will be budgeted in subsequent budget

years.









?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT TO PURCHASE HYBRID LOW

FLOOR ELECTRIC BUSES FROM DAIMLER BUSES NORTH AMERICA, INC. METRA ANTICIPATES

PURCHASING APPROXIMATELY 0-5 BUSES PER YEAR OVER A FIVE (5) YEAR PERIOD. THE

UNIT PRICE, PER CONTRACT YEAR FOR THE BUSES, IS AS FOLLOWS: YEAR 1: $483,146;

YEAR 2: $490,393; YEAR 3: $497,749; YEAR 4: $505,215; YEAR 5: $512,793.



WHEREAS, the City will allow for negotiating the bid price, if such things as

EPA, FTA or regulatory legislative guidelines are changed and bus manufacturers

are required to adhere to the new regulation. The hybrid low floor electric

buses will be used for both suburban express service and general service on

urban arterial streets



WHEREAS, the hybrid low floor electric buses are replacement units.

The annual contract will enable METRA to replace old buses on an ?as needed?

basis for the next five years; and,



WHEREAS, the term of contract shall be for two (2) years, with option

to renew for three (3) additional twelve (12) month periods. Contract renewal

is contingent upon the City and the Contractor.



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



That the City Manager, is hereby authorized to enter into an annual

contract to purchase hybrid low floor electric buses from Daimler Buses North

America, Inc. Metra anticipates purchasing approximately 0-5 buses per year

over a five (5) year period. The unit price, per contract year, for the

buses, is as follows: Year 1: $483,146; Year 2: $490,393; Year 3: $497,749;

Year 4: $505,215; Year 5: $512,793. The initial purchase will be made from

funds available via the Federal Economic Stimulus Package: Transportation Fund

? METRA ? ARRA Section 5340 ? Buses; 0751 ? 610 ? 3430 ? MFTA -7724.

Additional purchases will be made from FTA funds: Transportation Funds ? METRA

? MFTA ?Buses; 0751 ? 610 ? 2400 ? MFTA - 7724 (City 20% and Federal 80%).

_______________________________



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

the _________ day of ______________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM B?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT FOR THE

PURCHASE OF SECURITY CAMERAS AND ACCESSORIES, ON AN ?AS NEEDED? BASIS, FROM GE

SECURITY, INC., AND TRANSIT MARKETING GROUP. DURING THE FIRST YEAR, METRA

ESTIMATES SPENDING APPROXIMATELY $103,000 TO PURCHASE SECURITY CAMERAS AND

ACCESSORIES TO BE INSTALLED ON TRANSIT BUSES.



WHEREAS, the term of the contract will be for one year, with the option

to renew for two additional twelve-month periods. Contract renewal is

contingent upon the mutual agreement of the City and the Contractors.



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



That the City Manager is hereby authorized to execute an annual

contract for the purchase of security cameras and accessories on an ?as needed?

basis from GE Security, Inc. and Transit Marketing Group. During the first

year, METRA estimates spending approximately $103,000 to purchase security

cameras and accessories to be installed on transit buses. The initial

purchase will be made from funds available via the Federal Economic Stimulus

Package: Transportation Fund ? METRA ? ARRA Section 5340 ? Capital Expense -

Over $5000; 0751 ? 610 ? 3430 ? MFTA - 7761. Additional purchases will be made

from FTA funds. Transportation Fund ? METRA ? MFTA - Capital Expend ? Over

$5,000; 0751 ? 610 ? 2400 ?MFTA - 7761 (City 20% and Federal 80%).





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

the _________ day of ____________________, 2009 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor





?ITEM C?



A RESOLUTION



NO._____





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR PEST CONTROL

SERVICES WITH KNOX PEST CONTROL FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$16,752.



WHEREAS, the vendor will provide pest control services at 89 City owned

buildings; and, additional buildings may be added to the list of buildings, at

any point during the contract, as required by the City. A monthly cost for

each additional building will be negotiated with the contractor.



WHEREAS, the contract term is for a two year period with an option to renew for

three additional twelve-month periods. Renewal of the contract is contingent

upon the mutual agreement of the City and the Contractors.



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



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

pest control services with Knox Pest Control for the estimated annual contract

value of $16,752. Funds are budgeted each fiscal year for this ongoing

expense: General Fund - Public Services - Facilities Maintenance ? Service

Contracts, 0101-260-2700-MNTN-6513.

______________________________



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

the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor



?ITEM D?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT TO PURCHASE 30? FOOT LOW

FLOOR TROLLEY BUSES, FROM GILLIG, LLC. THE UNIT PRICE, PER FISCAL YEAR OF THE

CONTRACT, IS AS FOLLOWS: FY10 - $410,578; FY11 - $410,578; FY12, FY13 AND FY14

VEHICLE PRICES WILL BE CALCULATED USING U.S. DEPARTMENT OF LABOR CONSUMER PRICE

INDEX AND ALL URBAN CONSUMER (CPI-U) AND SHALL NOT EXCEED FIVE (5%) PERCENT

ANNUALLY.



WHEREAS, METRA anticipates purchasing approximately 0-5 buses per year

over a five (5) year period; and,



WHEREAS, the 30? foot low floor trolley buses are replacement units for the

existing trolley buses. The annual contract will enable METRA to replace old

buses on an ?as needed? basis for the next five years; and,



WHEREAS, the term of contract shall be for two (2) years, with option

to renew for three (3) additional twelve (12) month periods. Contract renewal

is contingent upon the City and the Contractor.



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



That the City Manager is hereby authorized to enter into an annual

contract to purchase 30? foot low floor trolley buses from Gillig LLC. The

unit price, per fiscal year of the contract, for the buses is as follows: FY10

- $410,578; FY11 - $410,578; *FY12, FY13 and FY14 vehicle prices will be

calculated using U.S. Department of Labor Consumer Price Index and All Urban

Consumer (CPI-U) and shall not exceed five (5%) percent annually. The term of

contract shall be for two (2) years, with option to renew for three (3)

additional twelve (12) month periods. Contract renewal is contingent upon the

City and the Contractor. The initial purchase (FY10) will be made from funds

available via the Federal Economic Stimulus Package: Transportation Fund ?

METRA ? ARRA Section 5340 ? Buses; 0751 ? 610 ? 3430 ?MFTA - 7724. Additional

purchases (FY11, FY12, FY13 & FY14) will come from FTA funds: Transportation

Fund ? METRA - MFTA ? Buses; 0751 ? 610 ? 2400 ? MFTA - 7724 (City 20% and

Federal 80%).

___________________________



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

the _________ day of ______________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM E?



A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING PAYMENT TO IBM IN THE AMOUNT OF $42,142 TO COVER

MAINTENANCE AGREEMENTS FOR VARIOUS COMPUTER HARDWARE.



WHEREAS, the maintenance agreements provide for parts and service 24-hour,

7-days per week. The maintenance agreements cover the following equipment:



1 IBM 3745 Remote Communications Controller

4 IBM 3174 Fiber Optic Controllers

1 IBM 3590-A14 Rack

1 IBM 3590-A60 Tape Drive Controller

3 IBM 3590-B11 Tape Drives

1 IBM 3590-E11 Tape Drive

1 IBM 2761 InfoPrint Laser Printer

1 IBM 6262 2200 Line Printer



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



That the City Manager is hereby authorized to render payment to IBM in the

amount of $42,142 to cover maintenance agreements for various computer

hardware. Funds are budgeted in the FY10 Budget: Information Technology ?

Computer Equipment Maintenance; 0101-210-1000- ISS-6511.





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

held the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor



?ITEM F?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO AT&T FOR THE ANNUAL MAINTENANCE FOR

ALL CISCO EQUIPMENT AND SOFTWARE LICENSE RENEWALS, INCLUDED IN THE IP TELEPHONY

NETWORK IN TWELVE LOCATIONS: THE GOVERNMENT CENTER, ANNEX, PUBLIC SAFETY

COMPLEX, FOX RECREATION CENTER, TRADE CENTER, PUBLIC SERVICES ADMINISTRATION

BUILDING, FLEET MAINTENANCE, FACILITIES MAINTENANCE, SIGNAL SHOP, STORAGE

WAREHOUSE, METRA, AND THE ANIMAL CONTROL FACILITY. THE ANNUAL COST OF NETWORK

AND EQUIPMENT COVERAGE, KNOWN AS AT&T DATACARE, IS $97,362.84.



WHEREAS, the AT&T DataCare IP Telephony Manager is a continuance of the

existing Cisco/AT&T hardware and software maintenance purchased last year with

the new Cisco AVVID IP Phone System through AT&T (formerly BellSouth). The

maintenance is renewable each year on or before the anniversary date of July

1st. Only AT&T has a complete end-to-end solution for all voice and data

issues from both an equipment and network perspective including the AT&T CO

(Central Office) network. Consequently, this maintenance and service is

available only through AT&T and deemed an only known source per the Procurement

Ordinance 3-114.



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

FOLLOWS:That the City Manager is hereby authorized to make payment to AT&T in the

amount of $97,362.84 for the annual maintenance for all Cisco equipment and

software license renewal (AT&T Datacare), included in the IP telephony network

in twelve locations: the Government Center, Government Center Annex, Public

Safety Complex, Fox Recreation Center, the Trade Center, Public Services

Administration Building, Fleet Maintenance, Facilities Maintenance, Signal

Shop, Storage Warehouse, METRA, and the Animal Control Facility. Funds are

budgeted in FY10 Budget: Information Technology ? Computer Equipment;

0101-210-1000-ISS-6511.

___________________________



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

held the _________ day of _________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM G?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO GRANT ENVIRONMENTAL CONTRACTORS, INC., IN

THE AMOUNT OF $30,000 FOR EMERGENCY FIELD RENOVATIONS FOR THE FOOTBALL FIELD AT

LAKEBOTTOM PARK.



WHEREAS, the renovations were needed because the middle of the football field

had been reduced to dirt due to the high traffic volume. The field had to be

laser graded from hash mark to hash mark and then resodded. The field had to

be ready by August, therefore the renovations were approved as an emergency

purchase by the City Manager on June 24, 2009; and,



WHEREAS, Grant Environmental Contractors has performed similar work for the

City, and according to Parks and Recreation Department was able to complete the

work by the August deadline.



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

FOLLOWS:



That the City Manager, is hereby authorized to make payment to Grant

Environmental Contractors, Inc., in the amount of $30,000 for emergency field

renovations for the football field at Lakebottom Park. Funds are available in

the FY10 Budget: Special Project/Capital Project Fund ? Capital Projects ?

General Fund Supported Capital Projects ? Horticulture/Landscaping ? Lakebottom

Football Field; 0508 ? 660 ? 1000 ? CPGF ? 6727 ? 22268-20100.

______________________________



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

held the _________ day of _________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM H?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) CAB AND CHASSIS FROM

BECK MOTOR COMPANY (ALBANY, GA), IN THE AMOUNT OF $59,200.



WHEREAS, a 7-Yard dump truck body will be mounted onto the new cab and

chassis. The truck is a replacement unit that will be used by the Street

Repairs and Maintenance Division of Public Services to transport gravel and

other roadway repair materials to job sites throughout Muscogee County; and,



WHEREAS, on August 12, 2008 Council approved the purchase of three (3)

cab and chassis from Beck Motor Company, per Resolution No.377-08, RFB

No.08-0064. The bid specifications required vendors to submit a bid price for

future purchases. Beck Motor Company submitted a bid price of $59,200, per

unit, for future purchases. On June 23, 2009, the vendor provided written

confirmation to Public Services that they would honor the same price.



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

FOLLOWS:



That the City Manager, is hereby authorized to purchase one (1) cab and chassis

from Beck Motor Company (Albany, GA), in the amount of $59,200. Funds are

budgeted in the FY10 Budget: Paving Fund ? Public Services ? Repairs and

Maintenance ? Heavy Trucks; 0203-260-3110-REPR-7723.

____________________________



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

held the _________ day of _________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM I?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING PAYMENT TO CIMCO REFRIGERATION (MOBILE, ALABAMA), IN

THE AMOUNT OF $75,000, FOR PREPARATORY INFRASTRUCTURE WORK PERFORMED FOR THE

NEW ICE RINK.



WHEREAS, on December 18, 2007, per Resolution #623-07, Council approved the

emergency purchase of a replacement ice floor and refrigeration system, from

Cimco, for the Civic Center. While the vendor was performing the work, they

installed the mains, which will provide the future tie-in for the new ice rink.



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

FOLLOWS:



That the City Manager, is hereby authorized to make payment to CIMCO

Refrigeration (Mobile, Alabama), in the amount of $75,000, for preparatory

infrastructure work for the new ice rink. Funds are budgeted in the FY10

Budget: Lease Revenue Bonds/2003a ? Finance ? CBA 2003a Skatepark Supercenter ?

General Construction ? Skateboard Supercenter Project;

0554-200-2443-7661-40222-20070.

______________________________



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

held the _________ day of _________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM J?



A RESOLUTION



NO._____________





A RESOLUTION AUTHORIZING PAYMENT TO THE GEORGIA MUNICIPAL ASSOCIATION FOR 2009

- 2010 MEMBERSHIP DUES IN THE AMOUNT OF $33,138.66.



WHEREAS, membership dues are for the City of Columbus, Georgia; and,



WHEREAS, GMA is a voluntary, non-profit organization that provides legislative

advocacy, educational, employee benefit and technical consulting services to

its members.



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



That the City Manager is hereby authorized to render payment to the Georgia

Municipal Association in the amount of $33,138.66 for 2009 - 2010 membership

dues for the City of Columbus, Georgia. Funds are budgeted in the FY10 Budget:

General Fund - Legislative ? City Council - Membership Dues and Fees;

0101-100-1000-CNCL-6657.

______________________________



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

held the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM K?



A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING PAYMENT TO LIGHTSPEED DATALINKS FOR THE

MAINTENANCE OF THE MUSCOGEE COUNTY JAIL VISITATION SYSTEM IN THE AMOUNT OF

$66,732 (PAYABLE EACH MONTH @ $5,561); AND PAYMENT FOR MAINTENANCE OF THE

JUDICIAL ARRAIGNMENT SYSTEM IN THE AMOUNT OF $16,200 (PAYABLE EACH MONTH @

$1,350). THE MAINTENANCE PERIOD COVERS A THREE-YEAR PERIOD.



WHEREAS, proceeds from the inmate telephone system at the Muscogee County Jail

was the primary source of financing for the Video Visitation System, and the

Judicial Arraignment System which allows inmates to visit with their families

and be arraigned by Superior Court judges, without leaving their jail cells.

However, in November 2008 the account was transferred from the Sheriff?s Office

to Columbus Consolidated Government. Since November, the inmate telephone

system proceeds are deposited into the General Fund.



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



That the City Manager is hereby authorized to render payment to

Lightspeed Datalinks for the maintenance of the Muscogee County Jail Visitation

Project in the amount of $66,732 (payable each month @ $5,561); and payment for

maintenance of the Judicial Arraignment System in the amount of $16,200

(payable each month @ $1,350). The maintenance period covers a three-year

period. Funds are budgeted in the FY10 Budget: General Fund ? Sheriff ?

Administration ? Service Contracts; 0101 ? 550 ? 1000 ? SHRF ? 6513; and

General Fund ? Sheriff ? Jail ? Service Contracts; 0101 550 ? 2600 ? JAIL -

6513. Funding for years two and three of the contract will be budgeted in

subsequent budget years.

______________________________



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

held the _________ day of ____________, 2009 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor



Attachments


No attachments for this document.

Back to List