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.