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 # 8



Columbus Consolidated Government



Council Meeting



July 26, 2011



Agenda Report # 679



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) FENCING MATERIALS (ANNUAL CONTRACT) - RFB NO. 11-0068



It is requested that Council approve the annual contract for the purchase of

fencing materials on an "as needed" basis from Georgia Fence Wholesale, Inc.

(Columbus, GA), for the estimated contract value of $73,391.60.



The items will be used by Public Services and Park Services to construct new

fences and repair existing fences; other City departments may utilize this

contract as needed. The contract term will be for two years, with the option

to renew for three additional twelve-month periods. The renewal will be

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



Bid postcard invitations were mailed to two hundred and seventy-three vendors

and bid specifications were posted on the web page of the Purchasing Division

and the Georgia Procurement Registry. Three bids were received on May 18,

2011. This bid has been advertised, opened and reviewed. The bidders were:



BIDDER Total Estimated Contract Value

Georgia Fence Wholesale, Inc. (Columbus, GA) $73,391.60

Sonco Worldwide, Inc. (Columbus, GA) $86,957.23

The Gamble Group (Bladensburg, MD) $48,003.49*



*The Gamble Group is not licensed to sell fence materials at the location

provided to the Purchasing Division. The Gable Group would need to obtain a

Certificate of Occupancy from Inspection and Codes Office before a license can

be processed for the location provided. Therefore, the next lowest, responsive

bidder is recommended for award of the contract.



Funds are budgeted each fiscal year for this on going expense: Paving Funds -

Public Services - Repairs & Maintenance - Operating Materials;

0203-260-3110-REPR-6728, General Fund ? Parks and Recreation - Parks Services ?

Operating Materials; 0101-270-2100-PSRV-6728.



* * * * * *



(B) BRITT DAVID CONCESSION STANDS IMPROVEMENTS ? RFB NO. 11-0066



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

with C. B. Summer Construction Company, Inc. (Roswell, GA), in the amount of

$32,310.40, for improvements to (2) concession stands at Britt David Park.



The work will be performed on the concession stand, on the Little League side

and the concession stand and on the Babe Ruth/Football side. The work includes

but is not limited to pressure washing, replacing and painting exterior wood;

pressure washing and resealing any holes in the exterior concrete; resealing

windows and doors; and removing and repainting doors.



Bid postcard invitations were mailed to one hundred and eleven vendors and bid

specifications were posted on the web pages of the Purchasing Division and the

Georgia Procurement Registry. Three bids were received on April 27, 2011.

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



Vendors Little League Side Babe Ruth Side Total Bid

C. B. Summer Construction (Roswell GA) 16,155.20 16,155.20 32,310.40

Early Construction Co. (Cedartown GA) ?9,310.00

ERCO Ventures LLC (Columbus GA) 4,683.00 5,317.00 ?10,000.00





?Early Construction Company failed to acknowledge receipt of Addendum No. 1,

which included a ?Revised? Bid Form, clarification on the scope of work and the

number of concession stands requiring improvements. Consequently, Early

Construction Company did not utilize the ?Revised? Bid Form, which included

line items for the (2) concession stands. Early Construction Company used the

original Bid Form, which made it impossible to evaluate the vendor?s bid.

Therefore, the bid submitted by Early Construction Company is deemed

non-responsive and ineligible for award consideration. The Purchasing Division

provided written notification of the findings to Early Construction Company.



?Because of the $12,310.40 difference between the bids submitted by the (2)

responsive bidders, the Purchasing Division requested an itemized scope of work

and fees from C. B. Summer Construction and ERCO Ventures. The submittals were

forwarded to the Engineering Department and the Parks and Recreation Department

for review. Based on said review, the Parks and Recreation Department

recommends award to C. B. Summer Construction because the vendor?s detailed

itemization is more in line with the scope of work required for this project.

The Purchasing Division provided written notification of the findings to ERCO

Ventures LLC.



Funds are budgeted in the FY12 Budget: General Fund Supported Capital Projects

? Capital Expenditures over $5000 ? Britt David Concession:

0508-660-1000-CPGF-7761-22252-20080.



* * * * * *



(C) MEMBERSHIP DUES FOR GEORGIA MUNICIPAL ASSOCIATION



It is requested that Council approve payment to the Georgia Municipal

Association (GMA) in the amount of $33,624.06 for 2011 - 2012 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 FY12 Budget: General Fund - Legislative ? City

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



* * * * * *



(D) NEEDS ASSESSMENT STUDY FOR THE MUSCOGEE COUNTY JAIL ? RFP NO. 11-0022



It is requested that Council authorize the execution of a contract with Ricci

Greene Associates to provide a needs assessment study of the Muscogee County

Jail.



The Muscogee County Sheriff?s Office operates a single Jail facility, comprised

of five separate constructions with an average daily population of 1,069. A

Needs Assessment Study is necessary to determine current and future adult

housing capacity requirements and costs associated with the construction of an

addition to the current facility. The site for the proposed addition is

adjacent to the current facility and the footprint of the project will be

limited accordingly.



Ricci Greene Associates will assess and provide improvement recommendations for

the following facilities (Recorder?s Court will not be included in the study):



Stockade bed space: 108

1984 North Tower bed space: 291

2002 South Tower bed space: 736

1939 Old Jail

Kitchen and Maintenance Shop



The scope of work for the Needs Assessment Study will include, but not be

limited to the following items:



1. Inventory and assessment of current buildings;

2. Data gathering and analysis;

3. Forecasting capacity requirements;

4. Space and operational requirements for an addition to the current facility

5. Requirement for renovations to existing facilities;

6. Feasibility of completing the project within the allotted space;

7. Projected cost for the project;

8. Preparation of a final Needs Assessment Report



The Muscogee County Sheriff?s Office anticipates the need to develop additional

inmate housing capacity (especially in the area of special management housing),

technology improvements, and administrative space. The Sheriff?s Office further

anticipates the need to review the current physical plan and to make

renovations to bring these facilities up to current standards; and to retrofit

and alter, as needed, to increase efficiency in the operation of the facility.



RFP postcard invitations were mailed to one hundred and eighty vendors, and

complete specifications were posted on the web pages of the Purchasing Division

and the Georgia Procurement Registry. This RFP has been advertised, opened and

evaluated. Proposals were received on April 20, 2011 from the following

fourteen offerors:



Ricci Greene Associates (Lexington, KY) / Hecht Burdeshaw Architects (Columbus,

GA)

2WR, Inc. (Columbus, GA) / Pond & Company (Norcross, GA)

Brennan Associates, Inc. (Columbia, SC) / Hecht Burdeshaw Architects (Columbus,

GA)

Carter Goble Lee (Alpharetta, GA)

Clemons, Rutherford & Associates (Tallahassee, FL) / Justice Concepts, Inc.

(St. Joseph, MI)

CMH Architects, Inc. (Birmingham, AL)

DLR Group (Omaha, NE)

Heery International, Inc. (Atlanta, GA) / KMD Architects & Planners (San

Francisco, CA)

IPG, Inc. (Valdosta, GA)

Kimme & Associates (Champaign, IL)

Mark Goldman & Associates (Atlanta, GA)

Michael D. Clark & Associates Architects (Fayetteville, GA)

Precision Planning, Inc. (Lawrenceville, GA)

Rosser International, Inc. (Atlanta, GA) / Hecht Burdeshaw Architects

(Columbus, GA)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from the Muscogee County Sheriff?s Office/Jail, Engineering

Department and Finance Department. Additional representatives from the

Muscogee County Sheriff?s Office/Jail and Finance Department served in

non-voting, advisory capacities.



During the evaluation process, Ricci Greene Associates was deemed most

responsive to the RFP. The RFP process is governed by the City?s Procurement

Ordinance, Articles 3-110 and 3-111, Competitive Sealed Proposals for the

procurement of Equipment, Supplies and Professional Services and

Architectural/Engineering and Land Surveying Services. 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, negotiation will begin with the next responsive

offeror. Evaluation results and proposed cost have been submitted to the City

Manager in a separate memo for informational purposes.



Funds are budgeted in the FY12 Budget: LOST - Public Safety ? Sheriff ?

Contractual Services: 0102-550-9900-LOST-6319.



(E) ELECTRONIC FAREBOXES



It is requested that Council approve the purchase of three (3) Odyssey

electronic fareboxes from GFI Genfare (Elk Grove Village, IL), in the amount of

$40,335.00 ($13,445.00 each), to be installed on METRA buses.



The new fareboxes accept a wider variety of bus fare payments (i.e. cash, swipe

card, and credit card) and will improve operations and security. The new

equipment will be used in conjunction with the GFI Genfare Odyssey electronic

validating farebox system which was purchased in 2009, per Resolution #386-09.

Consequently, the vendor is considered an only known source for the new

equipment.



Funds are budgeted in the FY12 Budget: Transportation Fund ? Transportation ?

FTA ? Capital Expenditures Over $5,000; 0751 ? 610 ? 2400 ? MFTA ? 7761 (City

20%; State 0%; Federal 80%).



* * * * * *



(F) DIRECT PAYMENTS TO EMPLOYEE BENEFIT CARRIERS



It is requested that Council approve direct payments to The Hartford (employee

Life Insurance carrier), Express Scripts (employee pharmacy carrier) and other

carriers of employee benefits purchased through Northwestern Benefits

Corporation of Georgia.



Per Resolution #139-11, City Council approved a one-year contract with

Northwestern Benefits Corporation of Georgia for Employee Benefits Consultant

Services, which began June 1, 2011. However, it is more efficient and secure

for the City to submit premium payments and prescription cost reimbursements

directly to the carriers. Therefore, this resolution will serve as

authorization to make payments directly to the various benefit carriers, rather

than to the contracted benefits consultant, Northwestern Benefits.



Funds are budgeted each fiscal year for this ongoing expense: Object Code,

Group Life Insurance, 6225 to be charged to various funds and departments;

Employees Pension & Benefit Fund, Human Resources, Health Insurance Claims,

Benefit Payments; 0850-220-3310-9401.





* * * * * *



(G) WELDING/METAL FABRICATION SERVICES (ANNUAL CONTRACT) - RFB NO. 11-0075



It is requested that Council approve the annual contract for welding/metal

fabrication services from Diverse Mechanical, Inc. (Columbus, Georgia), for the

estimated annual contract value of $95,000.00. The services will be provided

on an ?as needed? basis for repairs of facilities and equipment owned by the

City. Based on previous fiscal year usage the Public Services Department

estimates spending approximately $95,000.00 for welding/metal fabrication

services.



The contract term is for three years.



Bid postcard invitations were mailed to one hundred and two vendors and bid

specifications were posted on the web page of the Purchasing Division and the

Georgia Procurement Registry. Two bids were received on June 22, 2011. This

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







VENDOR

Diverse Mechanical, Inc.

(Columbus, GA)

AIM Steel, Inc.

(Morrow, GA)



RATES:

FIELD WORK:

Regular Working Hours - Labor $ 44.25 per hour

Outside Regular Hours - Labor $ 66.38 per hour

Field Work ? Response Time: 1 hour



SHOP WORK:

Regular Working Hours - Labor $ 44.25 per hour



MATERIAL:

COST+ 30%



Emergency Response Time

Regular Working Hours 30 min ? 1 hour

Outside Regular Hours 1 hour

FIELD WORK:

Regular Working Hours - Labor $ 48.25 per hour

Outside Regular Hours - Labor $ 62.25 per hour

Field Work ? Response Time: 30 min



SHOP WORK:

Regular Working Hours - Labor $ 48.25 per hour



MATERIAL:

COST+ 23%



Emergency Response Time

Regular Working Hours 24 hours

Outside Regular Hours 24 hours



Funds are budgeted each fiscal year for this ongoing expense: Balance Sheet

Account, General Fund, Auto Parts & Supplies, 0101-1562 to be charged to

various departments as needed; Public Services - Other Maintenance & Repairs,

Building Maintenance - Parks and Recreation, Public Safety and Building

Maintenance ? Building Maintenance - General Government;

0101-260-3710-REPA-6527, 6528, or 6529 as needed.



* * * * * *



(H) AUCTIONEER SERVICES (ANNUAL CONTRACT) ? RFP NO. 11-0023



It is requested that Council approve the annual contract for the provision of

Auctioneer Services from The Auction Way Company (Lagrange, GA). The firm will

provide the City with complete set-up, lotting and cataloging of identified

obsolete equipment and/or materials and subsequent auctioneer services to

complete disposition of such items. Surplus items may range from vehicles,

heavy equipment, bicycles, office equipment, personal computers and

miscellaneous confiscated items. Equipment and materials are offered in ?as

is? condition.



The City normally holds 2-3 auctions per year. One major auction is held in

the summer/fall for surplus equipment for General Government. In addition,

separate auctions may be held for Public Safety Departments for seized or

unidentified property at various times during the year.



The term of this contract shall be for two years, with the option to renew for

three (3) consecutive, 12- month periods. Contract renewal will be based upon

the vendor?s service during the previous contract term and will be contingent

upon the mutual agreement of the City and the Contractor.



Request for proposals were posted on the City?s website and the Georgia

Procurement Registry. The RFP has been advertised, opened and evaluated. On

April 29, 2011, proposals were received from the following three (3) offerors:



The Auction Way Company (LaGrange, GA)

*Fern Cohn Realty & Cohn Auction Co. (Columbus, GA)

**Wayne Evans Auction Company (Columbus, GA)



*Fern Cohn Realty & Cohn Auction failed to provide a valid copy of ?Used Motor

Vehicle License as required in the RFP specifications.



** Wayne Evans Auction Company?s proposal was rejected because of the following

reasons:

Failure to provide a valid copy of ?Used Motor Vehicle License as required in

the RFP specifications.

Failure to pay outstanding penalty due to the City for late payment of proceeds.



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from the Police Department, Finance Department, Public Services

Department, Muscogee County Sheriff Office and METRA Transportation.

Additional representatives from the Police Department served as a non-voting

advisor.



During the evaluation process, The Auction Way Company was deemed most

responsive to the RFP. The RFP process is governed by the City?s Procurement

Ordinance, Articles 3-110, Competitive Sealed Proposals for the procurement of

Equipment, Supplies and Professional Services. The Evaluation Committee deemed

the proposal from The Auction Way Company most responsive to the RFP

specifications. 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, the RFP specifications

will be readvertised. Evaluation results have been submitted to the City

Manager in a separate memo for information purposes.



Revenue from the auctions will be deposited as follows: General Fund ? Govt

Wide Revenue ? Govt Wide Revenue ? Sale of General Fixed Assets,

0101-099-1999-REVN-4907; Transportation Fund ? Govt Wide Revenue ? Govt Wide

Revenue ? Miscellaneous-Operations, 0751-099-1999-REVN-4564; General Fund ?

Govt Wide Revenue ? Govt Wide Revenue ? Sale of Unclaimed Property,

0101-099-1999-REVN-4861; Metro Drug Task Force Fund ? Police ?

Intelligence/Vice ? Sale of General Fixed Assets, 0225-400-2100-VICE-4907;

Metro Drug Task Force Fund ? Police ? Metro Drug Task Force ? Sale of General

Fixed Assets, 0225-400-2500-MDRG-4907; Police Forfeiture Fund ? Government Wide

Revenue ? Government Wide Revenue ? Forfeit/Condemnation Police,

0223-099-1999-PODF-4768.



* * * * * *



(I) INMATE VANS (COMMERCIAL CUTAWAY)



It is requested that Council authorize the purchase of ten (10) Inmate Vans

(Commercial Cutaway), from Rivertown Ford, (Columbus, GA) in the amount of

$345,300.00.



The vehicles, in the quantities specified, will be used by the following

divisions of the Public Services Department to transport Muscogee County Prison

personnel and inmates to and from correctional facilities:

Sewer Maintenance Division ? quantity of one (1) / new vehicle

Urban Forestry and Beautification Right-of-Way Maintenance Division ? quantity

of eight (8) / replacement vehicles

Street Improvements ? quantity of one (1) / replacement vehicle



Rivertown Ford was the awarded vendor for RFB 11-0045 Inmate Vans (Commercial

Cutaway), per Resolution Number 144-11 dated April 12, 2011. Rivertown Ford

has agreed to provide the ten (10) additional vans for the same, awarded bid

price of $34,530.00 each, for a total amount of $345,300.00.



The Commercial Cutaway Van is not listed on the Georgia Statewide Contract.



Funds are budgeted in the FY12 Budget: 1) Sewer (Stormwater) Fund ? Public

Services ? Sewer Maintenance ? Light Trucks; 0202-260-3210-SWRM-7722. 2) Paving

Fund ? Public Services ? Urban Forestry and Beautification Right-of-Way

Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722. 3) Paving Fund ? Public

Services ? Street Improvements ? Light Trucks; 0203-260-2100-STRT-7722.



* * * * * *



(J) IN-SERVICE TRAINING WORKSHOP SERVICES FOR COMMUNITY SCHOOL PROGRAM (ANNUAL

CONTRACT) ? RFP NO. 11-0016



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

Kennesaw State University (Kennesaw, GA) to provide various required in-service

training workshops for Parks and Recreation Community Schools Program

personnel.



Community Schools Personnel must participate in training and professional

development on an on-going basis. The in-service training workshops shall

include the following:



Child and Youth Development

Safety, Health and Nutrition of Children

Mandatory Reporting and Identification of Suspected Abuse and Neglect

Medical Workshop

Behavior Support Coach/ABA Therapist for Exceptional Children Services





The term of this contract shall be for two years, with the option to renew for

three additional twelve-month periods.



RFP postcard invitations were mailed to one hundred vendors. The complete

specifications were posted on the City?s website and Georgia Procurement

Registry. This RFP has been advertised, opened and evaluated. Proposals were

received on February 11, 2011, from the following five offerors:



Kennesaw State University (Kennesaw, GA)

Trinity Training & Facilitation (Stockbridge, GA)

Purposed Vision Consulting (Columbus, GA)

Three Quadrant Enterprises, LLC (Columbia, SC)

A Way Out, Inc. (Columbus, GA)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from the Parks and Recreation Department. The committee also

consisted of two non-voting Advisory committee members from Parks & Recreation

Department.



During the evaluation process, Kennesaw State University was deemed most

responsive to the RFP. The RFP process is governed by the City?s Procurement

Ordinance, Articles 3-110, Competitive Sealed Proposals for the procurement of

Equipment, Supplies and Professional Services. 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, negotiation will begin with the next responsive offeror. Evaluation

results and proposed cost have been submitted to the City Manager in a separate

memo for informational purposes.



Funds are budgeted each fiscal year for this ongoing expense: Multi-Govt

Project Fund ? Parks & Recreation ? U.S. Army CYS Strong Program ?

Education/Training, 0216-270-3575-ASPY-6601.



* * * * * *



(K) COMMONSTORE ARCHIVING SOFTWARE UPGRADE



It is requested that Council approve the purchase of Commonstore to ICC

Archiving software upgrade and services from Lighthouse Computer Services,

Inc., (Lincoln, Rhode Island), in the amount of $42,550.00, plus contingent

travel expenses in the estimated amount of $6,832.50.



The current Commonstore archiving software system is not functioning properly.

The City?s Information Technology Department does not have the in-house

expertise and qualifications to set up, configure and install the software

upgrade.



Council approved the original purchase of the Commonstore software from IBM,

per Resolution No.114-07, on March 13, 2007. At that time, IMB sub-contracted

with Lighthouse Computer Services to install, configure and set-up the

software. As a result, Lighthouse Computer Services? engineers are

knowledgeable of the City?s current system and set-up. Therefore, they are the

only vendor that possesses the proper technical qualifications and experience

to work within the CCG archiving software environment.



Funds are budgeted in the FY12 Budget: General Fund ? Information Technology ?

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



* * * * * *



(L) EMERGENCY PURCHASE OF AIR CONDITIONING SYSTEM AT TILLIS GYMNASIUM



It is requested that Council approve payment to Energy Savers of Georgia

(Columbus, Georgia), in the amount of $46,170.00, for the emergency purchase of

an air conditioning system for Tillis Gymnasium.



This summer the Muscogee County School District is performing maintenance of

gymnasiums at school locations where the City?s Summer Camp program is usually

held. Consequently, the Parks and Recreation Department had to locate other

facilities for this purpose. Two City facilities had to be utilized, including

Tillis Recreation Center, which had not been used previously because the

facility is not air-conditioned. However, the Department brought in a number

of portable units that cooled the facility somewhat, but with the temperature

reaching in excess of 90 degrees, it became impossible to cool the facility

enough to make it comfortable for the summer camp participants and staff. In

order to continue using the facility, air conditioning had to be installed, as

one of the portable units has already malfunctioned. Therefore, The emergency

purchase was approved by the City Manager, June 7, 2011.



The Facilities Maintenance Division contacted the following vendors for a

quote: Energy Savers of Georgia, Holbrook Service Company and Lonnie Smith

Service Company. Energy Savers of Georgia was the only company that could

perform the work within the timeframe required by Parks and Recreation.



Participants were placed at another site until installation of the air

conditioning was completed at Tillis. The participants could not remain at the

temporary site, because they were displacing other citizens who utilize the

site. With the installation of the air conditioning, Parks and Recreation has

a building that can be utilized year round for Community School needs and

future camps and programs.





Funds were allocated in the FY11 Budget: LOST Infrastructure Fund ? Public

Services ? Infrastructure LOST ? Building Maintenance and Repair ? Tillis Gym

HVAC; 0109 ? 260 ?9901-MNTN?6521?96012?20110.



* * * * * *



(M) ANNUAL TRANSMISSION SYSTEM SERVICE CONTRACT



It is requested that Council authorize payment to Motorola Solutions, Inc., in

the amount of $165,370.62, to execute the FY12 annual transmission system

service contract for the City?s 800 MHz radio communication system.



Per the award of RFP No. 149-91, the City established an Annual Transmission

System Maintenance contract with Motorola Solutions, Inc., (formerly Motorola

Communications and Electronics, Inc), having renewed said contract each year.

The Annual Transmission System Service Agreement is adjusted each year for any

deletions or additions of transmission system components. For example, this

year eighteen (18) old MSF Repeaters were replaced with new repeaters, that

include 3 months warranty during this service period. Additionally, High

Performance Data repeaters were added for Public Safety, with 3 months warranty

and two system wide diagnostic checks of all radios.



The Annual Transmission System Service agreement covers the highly technical

components of the Radio System for which our City Radio Shop personnel are not

trained. The agreement runs from July 1, 2011 through June 30, 2012, and

includes the previously adopted pricing schedule. The annual payment is made,

in total, at the beginning of each agreement period. The total cost of

$165,370.62, reflects a $5,000 discount if the contract is executed by July 28,

2011.



Harris County maintains the Roosevelt State Park transmission site, that is

included in this annual service agreement, for which they will reimburse the

City in the amount of $24,033.28.



Motorola Solutions, Inc., is the manufacturer of the equipment, and therefore,

considered an only known source for this specific maintenance.



Funds are budgeted in FY12 Budget: General Fund - Engineering - Radio

Communications ? Service Contracts, 0101-250-3110-RADI-6513.



?ITEM A?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR THE PURCHASE OF FENCING

MATERIALS ON AN "AS NEEDED" BASIS FROM GEORGIA FENCE WHOLESALE, INC., FOR THE

ESTIMATED CONTRACT VALUE OF $73,391.60.



WHEREAS, the items will be used by Public Services and Park Services to

construct new fences and repair existing fences, other City departments may

utilize this contract as needed; and,



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

for three additional twelve month periods. Renewal of the contract is

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 enter into an annual contract to

purchase fencing materials on an "as needed" basis from Georgia Fence

Wholesale, Inc., for the estimated contract value of $73,391.60. Funds are

budgeted each fiscal year for this on going expense: Paving Funds - Public

Services - Repairs & Maintenance - Operating Materials;

0203-260-3110-REPR-6728, General Fund ? Parks and Recreation - Parks Services ?

Operating Materials; 0101-270-2100-PSRV-6728.



________________



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

_________ day of ____________, 2011 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 C. B.

SUMMER CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $32,310.00, FOR

IMPROVEMENTS TO TWO (2) CONCESSION STANDS AT BRITT DAVID PARK.



WHEREAS, the work will be performed on the concession stand on the Little

League side and the concession stand on the Babe Ruth/Football side. The work

includes but is not limited to pressure washing, replacing and painting

exterior wood; pressure washing and resealing any holes in the exterior

concrete; resealing windows and doors; and removing and repainting doors.



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



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

with C. B. Summer Construction Company, Inc., in the amount of $32,310.00, for

improvements to two (2) concession stands at Britt David Park. Funds are

budgeted in the FY12 Budget: General Fund Supported Capital Projects ? Capital

Expenditures over $5,000 ? Britt David Concession;

0508-660-1000-CPGF-7761-22252-20080.

___________________



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

_________ day of ____________, 2011 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 PAYMENT TO THE GEORGIA MUNICIPAL ASSOCIATION FOR 2011-

2012 MEMBERSHIP DUES IN THE AMOUNT OF $33,624.06.



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 $33,624.06 for 2011 - 2012 membership

dues for the city of Columbus, Georgia. Funds are budgeted in the FY12 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 ____________, 2011 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 A CONTRACT RICCI GREENE ASSOCIATES TO

PROVIDE A NEEDS ASSESSMENT STUDY OF THE MUSCOGEE COUNTY JAIL.



WHEREAS, an RFP was administered (RFP No. 11-0022) and fourteen

proposals were received; and,



WHEREAS, the proposal submitted by Ricci Greene Associates met all proposal

requirements and is deemed most responsive to the RFP.



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



That the City Manager is hereby authorized to execute a contract with Ricci

Greene Associates to provide a needs assessment study of the Muscogee County

Jail. Funds are budgeted in the FY12 Budget: LOST - Public Safety ? Sheriff ?

Contractual Services: 0102-550-9900-LOST-6319.



_______________



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

_________ day of ____________, 2011 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 Teresa Pike Tomlinson, Mayor

?ITEM E?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) ODYSSEY ELECTRONIC FAREBOXES

FROM GFI GENFARE (ELK GROVE VILLAGE, IL), IN THE AMOUNT OF $40,335.00

($13,445.00 EACH), TO BE INSTALLED ON METRA BUSES.



WHEREAS, the new fareboxes accept a wider variety of bus fare payments (i.e.

cash, swipe card, and credit card) and will improve operations and security;

and,



WHEREAS, the new equipment will be used in conjunction with the GFI Genfare

Odyssey electronic validating farebox system which was purchased in 2009, per

Resolution #386-09. Consequently, the vendor is considered an only known

source for the new equipment.



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



That the City Manager is hereby authorized to purchase three (3)

Odyssey electronic fareboxes from GFI Genfare (Elk Grove Village, IL), in the

amount of $40,335.00 ($13,445.00 each), to be installed in METRA buses. Funds

are budgeted in the FY12 Budget: Transportation Fund ? Transportation ? FTA ?

Capital Expenditures Over $5,000; 0751 ? 610 ? 2400 ? MFTA ? 7761 (City 20%;

State 0%; Federal 80%).

______________________________



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

held the _________ day of ____________, 2011 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 DIRECT PAYMENTS TO THE HARTFORD (EMPLOYEE LIFE

INSURANCE CARRIER), EXPRESS SCRIPTS (EMPLOYEE PHARMACY CARRIER) AND OTHER

CARRIERS OF EMPLOYEE BENEFITS PURCHASED THROUGH NORTHWESTERN BENEFITS

CORPORATION OF GEORGIA.



WHEREAS, Per Resolution #139-11, City Council approved a one-year contract with

Northwestern Benefits Corporation of Georgia for Employee Benefits Consultant

Services, which began June 1, 2011; and,



WHEREAS, it is more efficient and secure for the City to submit premium

payments and prescription cost reimbursements directly to the carriers.

Therefore, this resolution will serve as authorization to make payments

directly to the various benefit carriers, rather than to the contracted

benefits consultant, Northwestern Benefits.



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



That the City Manager is hereby authorized to make direct payments to

The Hartford (employee Life Insurance carrier), Express Scripts (employee

pharmacy carrier) and other carriers of employee benefits purchased through

Northwestern Benefits Corporation of Georgia. Funds are budgeted each fiscal

year for this ongoing expense: Object Code, Group Life Insurance, 6225 to be

charged to various funds and departments; Employees Pension & Benefit Fund,

Human Resources, Health Insurance Claims, Benefit Payments; 0850-220-3310-9401.



__________________



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

_________ day of ____________, 2011 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 ANNUAL CONTRACT FOR WELDING/METAL

FABRICATION SERVICES FROM DIVERSE MECHANICAL, INC., FOR THE ESTIMATED ANNUAL

CONTRACT VALUE OF $95,000.00.



WHEREAS, the services will be provided on an ?as needed? basis for repairs of

various facilities and equipment owned by the City; and,



WHEREAS, the contract term is for three years.



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



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

contract for welding/metal fabrication services with Diverse Mechanical, Inc.,

for the estimated annual contract value of $95,000.00. Funds are budgeted each

fiscal year for this ongoing expense: Balance Sheet Account, General Fund,

Auto Parts & Supplies, 0101-1562 to be charged to various departments as

needed; Public Services - Other Maintenance & Repairs, Building Maintenance -

Parks and Recreation, Public Safety and Building Maintenance ? Building

Maintenance - General Government; 0101-260-3710-REPA-6527, 6528, or 6529 as

needed.

_______________



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

___________ day of ____________, 2011 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 EXECUTION OF A CONTRACT WITH THE AUCTION WAY

COMPANY TO PROVIDE AUCTIONEER SERVICES (LAGRANGE, GA) ON AN ?AS NEEDED BASIS?

FOR GENERAL GOVERNMENT AND PUBLIC SAFETY AUCTIONS.



WHEREAS, an RFP was administered (RFP No. 11-0023) and three proposals were

received; and,



WHEREAS, the proposal submitted by The Auction Way Company met all proposal

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



WHEREAS, the term of this contract shall be for two years, with the option to

renew for three (3) consecutive, 12- month periods. Contract renewal will be

based upon the vendor?s service during the previous contract term and 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 enter into a contract with The

Auction Way Company to provide auctioneer services. Revenue from the auctions

will be deposited as follows: General Fund ? Govt Wide Revenue ? Govt Wide

Revenue ? Sale of General Fixed Assets, 0101-099-1999-REVN-4907; Transportation

Fund ? Govt Wide Revenue ? Govt Wide Revenue ? Miscellaneous-Operations,

0751-099-1999-REVN-4564; General Fund ? Govt Wide Revenue ? Govt Wide Revenue ?

Sale of Unclaimed Property, 0101-099-1999-REVN-4861; Metro Drug Task Force Fund

? Police ? Intelligence/Vice ? Sale of General Fixed Assets,

0225-400-2100-VICE-4907; Metro Drug Task Force Fund ? Police ? Metro Drug Task

Force ? Sale of General Fixed Assets, 0225-400-2500-MDRG-4907; Police

Forfeiture Fund ? Government Wide Revenue ? Government Wide Revenue ?

Forfeit/Condemnation Police, 0223-099-1999-PODF-4768.

_____________________



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

held the _________ day of ____________________, 2011 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) INMATE VANS (COMMERCIAL

CUTAWAY), FROM RIVERTOWN FORD, (COLUMBUS, GA) IN THE AMOUNT OF $345,300.00.



WHEREAS, the vehicles, in the quantities specified, will be used by the

following divisions of the Public Services Department to transport Muscogee

County Prison personnel and inmates to and from correctional facilities: 1.

Sewer Maintenance Division ? quantity of one (1) / new vehicle, 2. Urban

Forestry and Beautification Right-of-Way Maintenance Division ? quantity of

eight (8) / replacement vehicles, 3. Street Improvements ? quantity of one (1)

/ replacement vehicle; and,



WHEREAS, Rivertown Ford was the awarded vendor for RFB 11-0045 Inmate Vans

(Commercial Cutaway) per Resolution Number 144-11 dated April 12, 2011.

Rivertown Ford has agreed to provide the ten (10) additional vans for the same

awarded bid price of $34,530.00 each, for a total amount of $345,300.00.



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



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

(Commercial Cutaway), from Rivertown Ford, (Columbus, GA) in the amount of

$345,300.00. Funds are budgeted in the FY12 Budget: 1) Sewer (Stormwater)

Fund ? Public Services ? Sewer Maintenance ? Light Trucks;

0202-260-3210-SWRM-7722. 2) Paving Fund ? Public Services ? Right-of-Way

Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722. 3) Paving Fund ? Public

Services ? Street Improvements ? Light Trucks; 0203-260-2100-STRT-7722.

_________________

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

the _________ day of ____________, 2011 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 THE NEGOTIATION OF A CONTRACT WITH KENNESAW STATE

UNIVERSITY (KENNESAW, GA) TO PROVIDE IN-SERVICE TRAINING WORKSHOPS FOR PARKS

AND RECREATION COMMUNITY SCHOOL PROGRAM PERSONNEL.



WHEREAS, an RFP was administered (RFP No. 11-0016), and five proposals were

received; and,



WHEREAS, the proposal submitted by Kennesaw State University met all proposal

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



WHEREAS, the term of this contract shall be for two years, with the option to

renew for three additional twelve-month periods.



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



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

Kennesaw State University to provide in-service training workshops Parks and

Recreation Community School Program Personnel. Funds are budgeted each fiscal

year for this ongoing expense: Multi-Govt Project Fund ? Parks & Recreation ?

U.S. Army CYS Strong Program ? Education/Training, 0216-270-3575-ASPY-6601.

________________



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

held the _________ day of ____________________, 2011 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 THE PURCHASE OF COMMONSTORE TO ICC ARCHIVING

SOFTWARE UPGRADE AND SERVICES FROM LIGHTHOUSE COMPUTER SERVICES, INC.,

(LINCOLN, RHODE ISLAND), IN THE AMOUNT OF $42,550.00, PLUS CONTINGENT TRAVEL

EXPENSES IN THE ESTIMATED AMOUNT OF $6,832.50.



WHEREAS, the current Commonstore archiving software system is not functioning

properly. The City?s Information Technology Department does not have the

in-house expertise and qualifications to set up, configure and install the

software upgrade; and,



WHEREAS, Council approved the original purchase of the Commonstore software

from IBM, per Resolution #114-07, on March 13, 2007. At that time, IMB

sub-contracted with Lighthouse Computer Services to install, configure and

set-up the software. As a result, Lighthouse Computer Services? engineers are

knowledgeable of the City?s current system and set-up. Therefore, they are the

only vendor that possesses the proper technical qualifications and experience

to work within the CCG archiving software environment.



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



That the City Manager is hereby authorized to purchase Commonstore to

ICC Archiving software upgrade and services from Lighthouse Computer Services,

Inc., (Lincoln, Rhode Island), in the amount of $42,550.00, plus contingent

travel expenses in the estimated amount of $6,832.50. Funds are budgeted in

the FY12 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 ____________, 2011 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 L?

A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING PAYMENT TO ENERGY SAVERS OF GEORGIA (COLUMBUS,

GEORGIA), IN THE AMOUNT OF $46,170.00, FOR THE EMERGENCY PURCHASE OF AN AIR

CONDITIONING SYSTEM FOR TILLIS GYMNASIUM.



WHEREAS, this summer the Muscogee County School District is performing

maintenance of gymnasiums at school locations where the City?s Summer Camp

program is usually held. Consequently, the Parks and Recreation Department had

to locate other facilities for this purpose. Two City facilities had to be

utilized, including Tillis Recreation Center, which had not been used

previously because the facility is not air-conditioned. However, the

Department brought in a number of portable units that cooled the facility

somewhat, but with the temperature reaching in excess of 90 degrees, it became

impossible to cool the facility enough to make it comfortable for the summer

camp participants and staff; and,



WHEREAS, in order to continue using the facility, air conditioning had to be

installed, as one of the portable units has already malfunctioned. Therefore,

The emergency purchase was approved by the City Manager, June 7, 2011.



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



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

Savers of Georgia (Columbus, Georgia), in the amount of $46,170.00, for the

emergency purchase of an air conditioning system for Tillis Gymnasium. Funds

were allocated in the FY11 Budget: LOST Infrastructure Fund ? Public Services

? Infrastructure LOST ? Building Maintenance and Repair ? Tillis Gym HVAC; 0109

? 260 ?9901-MNTN?6521?96012?20110.

___________________



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

held the _________ day of ____________, 2011 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 M?

A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA SOLUTIONS, INC., IN THE AMOUNT OF

$165,370.62, TO EXECUTE THE FY12 ANNUAL TRANSMISSION SYSTEM SERVICE CONTRACT

FOR THE CITY?S 800 MHZ RADIO COMMUNICATION SYSTEM.

WHEREAS, through the award of RFP #149-91, the City established an

Annual Transmission System Maintenance agreement with Motorola Solutions, Inc.,

(formerly Motorola Communications and Electronics, Inc), having renewed said

agreement each year. This agreement maintains highly technical transmission

system components located at each of the City?s 800 MHz transmission sites; and,

WHEREAS, the Annual Transmission System Maintenance agreement runs from

July 1, 2011 to June 30, 2012, and the annual payment is made, in total, at the

beginning of each agreement period; and,

WHEREAS, The agreement provides for additions/deletions of equipment

maintained by the agreement with each year?s renewal.



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



That the City Manager is hereby authorized to pay Motorola Solutions,

Inc., in the amount of $165,370.62, to execute the FY12 annual transmission

system service contract for the City?s 800 MHz radio communication system.

Funds are budgeted in FY12 Budget: General Fund - Engineering - Radio

Communications ? Service Contracts, 0101-250-3110-RADI-6513.

_________________________________________



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

_________ day of ____________________, 2011 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 Skip 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