Agenda Item # 12
Columbus Consolidated Government
Council Meeting
March 22, 2011
Agenda Report # 623
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) PAPER PRODUCTS AND RELATED SUPPLIES FOR THE CIVIC CENTER (ANNUAL CONTRACT)
? RFB NO. 11-0033
It is requested that Council approve the purchase of paper products and related
supplies from COPACO (Columbus, GA) for the estimated annual contract value of
$23,136.94. The supplies will be purchased on an ?as needed basis?, and will
include the following: paper towels, bathroom tissue, facial tissue, toilet
seat covers, hand wash, air freshener and feminine products for the Columbus
Civic Center and the new Ice Rink. Contractor will be required to install
product dispensers and any other additional replacement dispensers on an ?as
needed basis?. All installed dispensers will become the property of the Civic
Center and Ice Rink after completion or termination of the contract.
The term of contract shall be for two years, with the option to renew for three
(3) additional twelve-month periods. Contract renewal will be contingent upon
the mutual agreement of the City and the Contractor.
RFB specifications were posted on the City?s website and Georgia Procurement
Registry. Eight bid responses were received on January 19, 2011. This bid has
been advertised, opened and reviewed. The bidders were:
Funds are budgeted each fiscal year for this on going expense: Civic Center
Fund ? Civic Center ? Civic Center Operations - Operating Materials,
0757-160-1000-CIVC-6728.
* * * * * *
(B) SERVICE CONTRACT FOR FIRE EXTINGUISHERS (ANNUAL CONTRACT) - RFB NO. 11-0040
It is requested that Council approve the service contract for fire
extinguishers on an ?as needed? basis from Columbus Fire & Safety Equipment,
Inc., for the estimated annual contract value of $30,000.00.
Based on previous fiscal year usage the Facilities Maintenance Department
estimates spending approximately $30,000.00 for these services. The contract
will be used by various departments of the City to service, repair and purchase
fire extinguishers, as well as, fire alarm monitoring.
The contract term shall be for two years, with the option to renew for three
additional twelve-month periods, contingent upon the mutual agreement of the
City and the Contractor.
Bid invitations were mailed to forty-four vendors, and specifications were
posted on the web pages of the Purchasing Division and Georgia Procurement
Registry. Two bids were received on February 16, 2011. This bid has been
advertised, opened and reviewed. The bidders were: (See attached bid
tabulation sheet)
Funds are budgeted each fiscal year for this ongoing expense: General Fund -
Department of Fire & EMS - Logistic/Support ? Miscellaneous Equipment
Maintenance, 0101-410-3610-LOGI-6519; Transportation Fund ? METRA ? Federal
Transportation Administration ? Vehicle Operation & Maintenance,
0751-610-2400-MFTA-6516; General Fund - Public Services - Fleet Management -
Operating Materials and Miscellaneous Equipment Maintenance,
0101-260-2300-VHCL-6728 and 6519; General Fund ? Police ? Support Services ?
Operating Materials, 0101-400-2200-STAF-6728; General Fund - Public Services -
Other Maintenance/Repairs ? Building Maintenance ? Parks & Recreation, Public
Safety, General Government, 0101-260-3710-REPA - 6527, 6528 and 6529.
* * * * * *
(C) CHANGE ORDER 4 FOR FIRE STATION NO. 2 ? RFB NO. 09-0050
It is requested that Council authorize the execution of Change Order 4 with
Advanced Systems, Inc., in the amount of $39,928.00. Per Resolution No.
301-09, Council authorized the execution of a contract with Advanced Systems,
Inc., for the construction of a 3-bay fire station at 33rd Street and 11th
Avenue.
Change Order 4 is required because the contractor encountered poor soil
conditions and a high water table during the preparation of the building site
that exceeded the Owner's geotechnical expectations. These conditions required
the Owner to instruct the contractor to remove an excessive amount of cubic
yards of poor soils from the construction site and replace with suitable soil.
The contractor had to purchase the required replacement soils from an off site
supplier and truck haul and place the soil on site in an acceptable manner.
Also a French drain system was installed on the upper end of the building site
to help maintain an acceptable water table level. This unforeseen additional
work directed by the Owner resulted in a substantial cost overrun to the
original contract amount. Due to this construction item and additional change
orders encountered during construction, the final cost of the project exceeds
the original cost by thirteen percent.
Original contract amount $ 1,198,873.00
Change Order 1 (per City Manager?s 10% approval) 35,247.00
Change Order 2 (per City Manager?s 10% approval) 33,620.00
Change Order 3 (per City Manager?s 10% approval) 46,685.00
Change Order 4 39,928.00
New contract amount $ 1,354,353.00
Funds are budgeted in the FY11 Budget: Lease Revenue Bonds/2003A ? CBA 2003A
Fire Stations ? General Construction - Fire Station 2:
0554-200-2438-CBA-7661-40231-20090.
* * * * * *
(D) MOBILE DATA COMPUTER UPGRADE/REPLACEMENT FOR POLICE
DEPARTMENT
It is requested that Council approve the purchase of twenty (20) MW810 mobile
data computers from Motorola, Inc., in the amount of $174,100.00 ($8,705.00
each). The new mobile data units will replace twenty (20) MW520 units,
currently used in the Police Department, that have become obsolete and can no
longer perform as required.
The Police Department and other law enforcement agencies in Muscogee County
have operated mobile data computers in marked vehicles for approximately 10
years. The oldest of these computers are Motorola MW520s, which were purchased
near the beginning of the mobile data project. The MW520s cannot support the
most current versions of the software in use by the law enforcement agencies
and must be replaced with more modern devices.
Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a contract to
Motorola to provide mobile data units for public safety departments. To
maintain uniformity of the equipment, the City has continued to purchase the
equipment from Motorola. Consequently, the vendor is considered the only known
source to provide the equipment, in accordance with the Procurement Ordinance,
Article 3-114.
Funds are budgeted in the FY11 Budget: Lost/Public Safety - Police ? Public
Safety/Lost ? Capital Expenditures Over $5,000; 0102 ? 400 ? 9900 ? LOST ? 7761.
* * * * * *
(E) MOBILE DATA COMPUTER SOFTWARE PROVISION AND INSTALLATION
It is requested that Council approve the purchase and installation of a
software package for all law enforcement mobile data terminals (MDTs) from
Motorola, Inc./Columbus Communications, in the amount of $34,950.00. This
software installation will update all law enforcement MDTs with current and
updated software needed for officers to complete updated state reports and
perform their duties in an efficient manner.
The Police Department and other law enforcement agencies in Muscogee County
have operated mobile data computers in their marked vehicles for approximately
10 years. Based on the date of purchase and placement into service, the MDTs
have varying versions of software for computer dispatch, response and reporting
requirements.
The software update is necessary to maintain the efficient functionality of the
mobile data units. The software package includes the following: 1)Virus clean
up; 2)Ghost Image Rewrite, Built in Gears and Updated Maps. The City?s IT
Department recommends an authorized Motorola dealer complete the installation
because all MDTs are Motorola equipment. Columbus Communications is the local
authorized Motorola service agent and will complete the software package
installation on all city law enforcement vehicles.
Funds are budgeted in the FY11 Budget: Lost/Public Safety - Police ? Public
Safety/Lost ? Capital Expenditures Over $5,000; 0102 ? 400 ? 9900 ? LOST ? 7761.
* * * * * *
(F) HIGH PERFORMANCE DATA MODEMS FOR MOBILE DATA TERMINALS
It is requested that Council approve the purchase of fifty-one (51) high
performance data modems, for the MW810 Mobile Data Terminals, from Motorola,
Inc., in the amount of $104,856.00.
The mobile data terminals require an upgrade due to the conversion of the radio
system to the HPD network in 2010. The Police Department and other law
enforcement agencies in Muscogee County have operated mobile data computers in
their marked vehicles for approximately 10 years. Many of the current MDTs
have modems that do not perform at the speed necessary in which to effectively
communicate with the radio network, since the 2010 HPD conversion.
The fifty-one (51) HPD modems will replace some of the old modems that are
currently used.
The HPD modems must be compatible with the City?s 800 MHZ radio system, which
is supplied and maintained by Motorola. Therefore, the vendor is considered
the only known source to provide the equipment, in accordance with the
Procurement Ordinance, Article 3-114.
Funds are budgeted in the FY11 Budget: Lost/Public Safety - Police ? Public
Safety/Lost ? Capital Expenditures Over $5,000; 0102 ? 400 ? 9900 ? LOST ? 7761.
* * * * * *
(G) ADMINISTRATIVE VEHICLES, OPTION 1: 2011 CROWN VICTORIA ? RFB NO. 11-0041
It is requested that Council approve the purchase of one (1) 2011 Crown
Victoria from Rivertown Ford (Columbus, GA) in the amount of $25,118.50.
The vehicle will be used by the Columbus Police Department. This unit is a
replacement administrative vehicle.
Bid postcard invitations were mailed to fifty-one vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Three bids were received on February 16. This
bid has been advertised, opened and reviewed. The bidders were:
Vendors Unit Price
1. Rivertown Ford (Columbus, GA) $25,118.50
2. Prater Ford-Mercury, Inc. (Calhoun, GA) $25,250.00
3. Allan Vigil Ford (Morrow, GA) $25,493.00
The Ford Crown Victoria is not listed on the Georgia Statewide Contract.
Funds are budgeted in the FY11 Budget: 1999 Sales Tax Project Fund ? 1999
SPLOST ? 99 SPLOST Pol/Fire Veh/Equp ? Automobiles - Police Vehicles;
0540-695-2123-TXPO-7721-50110-20090.
* * * * * *
(H) WALKING TRAIL IMPROVEMENTS AT LAKEBOTTOM PARK (RE-BID) ? RFB NO. 11-0039
It is requested that Council authorize the execution of a construction contract
with Southeastern Site Development, Inc., in the amount of $99,650.00, for
improvements at the Lakebottom Park walking trail.
The work includes providing and installing park benches, trash receptacles and
handicap ramps. Additional work includes dumping, spreading and compacting
M-10 rock screen material, and replacing treated lumber used for trail edging.
Bid postcard invitations were mailed to sixty-eight vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Seven bids were received on February 9, 2011.
This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS TOTAL BID
Southeastern Site Development (Newnan GA) $ 99,650.00
Cline Service Corp (Columbus GA) 104,250.00
Robinson Paving Co. (Columbus GA) 119,030.00
Southern Wilderness, Inc. (Edison GA) *57,850.00
Brock Jones, Inc. (Columbus GA) *91,500.00
Jones General Contracting (Woodbury GA) *98,295.45
Valley Pipeline, Inc. (Columbus GA) *108,150.00
*Georgia Department of Transportation (GDOT) is funding this project and
requires all bidders to be pre-qualified. The Engineering Department documents
that Southern Wilderness, Brock Jones, Jones General Contracting and Valley
Pipeline are not pre-qualified with GDOT; therefore, Southeastern Site
Development is the lowest, responsive bidder for this project. The Purchasing
Division has provided written notification to the four contractors.
Funds are budgeted in the FY11 Budget in the amount of $80,000.00 in the
Multi-Governmental Grant Fund, 0216. The scope of the project will be limited
to the amount budgeted, pending further allocations from GDOT.
* * * * * *
(I) WORKLOAD ASSESSMENT STUDY FOR SUPERIOR COURT
It is requested that Council approve payment to National Center for State
Courts (NCSC) in the amount of $55,000 to perform a workload assessment study
for Superior Court.
The study will assess operations related to case management and the impact of a
new Army division moving to the area to be conducted for the Superior Court
Judges and the Office of the Clerk of Superior Court. The assessment is vital
to the judicial branch?s ability to store and report information and will
contribute to improved justice coordination, responsiveness, cost reduction and
quality of internal court processes.
The National Center for State Courts (NCSC) is an independent, nonprofit court
improvement organization founded as a clearinghouse for research information
and comparative data to support improvement in judicial administration in state
courts. All of NCSC's services: research, information services, education,
and consulting are focused on helping courts plan, make decisions, and
implement improvements that save time and money, while ensuring judicial
administration that supports fair and impartial decision making.
The Clerk of Superior Court was awarded a Grant from the State Justice
Institute in the amount of $50,000, with a local match of $5,000. The City
will pay the vendor and be reimbursed $50,000 by the State Justice Institute.
Funds are available in the FY11 Budget: Multi-Government Project Fund ?
Superior Court ? State Justice Institute Grant ? Contractual Services;
0216-500-3320-SJIG-6319.
* * * * * *
(J) MOBILE CAREER RESOURCE ASSESSMENT UNIT ? RFP NO. 11-0018
It is requested that Council authorize the purchase of a mobile career resource
assessment unit from Farber Specialty Vehicles, Inc. (Reynoldsburg, OH). The
Mobile Career Resource Assessment Unit will be used for job training assistance
in the Georgia areas and provide WIA funded services for an eight county area.
It shall serve as a Resource Center/Computer Training Lab for Lower
Chattahoochee Workforce Board. This lab will include one instructor console,
at least ten student workstations operating in a networked computer environment
that includes an integrated sound and visual display system. The lab will be
capable of running off of its own generator or it can be connected to an
external power source. A semi-private conference area with bench seating and
removable table will be included in design for interviewing and counseling.
Request for proposal invitations were mailed to sixty-eight vendors and
specifications were posted on the City?s website, as well as, the Georgia
Procurement Registry. The RFP has been advertised, opened and evaluated.
Proposals were received on March 9, 2011, from the following two offerors:
Farber Specialty Vehicles, Inc. (Reynoldsburg, OH)
Matthews Specialty Vehicles, Inc. (Greensboro, NC)
The proposals were reviewed by the Evaluation Committee members, which
consisted of representatives from City of Columbus departments, as well as,
entities outside of the City Government. Voting members included
representatives from the Information Technology Department, the Fleet
Management Division and the Lower Chattahoochee Workforce Board. Advisory
members included individuals from the Job Training Department, the Columbus
Technical College Economic Development Department, the Department of Labor
Columbus Career Center, the Housing Authority of Columbus and the Lower
Chattahoochee Workforce Board.
The City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals
for the procurement of Equipment, Supplies and Professional Services, governs
the RFP Process. During the process of an RFP there is no formal opening, due
to the possibility of negotiated components of the proposal. No proposal
responses or any negotiated components are made public until after the award of
the contract. If Council does not approve the recommended offeror,
negotiations may begin with the next highest ranked vendor(s) or the RFP
specifications will be re-advertised. The evaluation results and cost
information has been submitted to the City Manager in a separate memo for
informational purposes.
Funds are budgeted in the FY11 Budget: Job Training Partner Program Fund ?
Workforce Investment Act ? WIA/ARRA-Dislocated Worker Program ? Buses;
0220-675-7931-WIAA/WIAD-7724 ? 82812-500000, 248437-500000. and FY11 Budget:
Job Training Partner Program Fund ? Workforce Investment Act ? WIA/ARRA-Adult
Program ? Buses; 0220-675-7901-WIAA/WIAD-7724 ? 82812 - 500000, 248437 - 500000.
* * * * * *
(K) CONCRETE BOX CULVERTS FOR CONTRACT II OF THE FLOOD ABATEMENT PROJECT AT 6TH
AVENUE & SIDE STREETS SYSTEM
It is requested that Council authorize the Engineering Department to purchase
concrete box culverts directly from the vendors utilized by Reynolds, Inc., the
contractor that was awarded the Flood Abatement Project at 6th Avenue & Side
Streets System. The estimated cost for the concrete box culverts is
$267,471.60.
Resolution No. 204-07 authorized the execution of a contract with Reynolds,
Inc., for Contract I of the 6th Avenue Flood Abatement Project; and authorized
the Engineering Department to purchase box culvert and check valve materials
directly from the vendors utilized by Reynolds, Inc.
Resolution No. 83-11 authorized the execution of a contract with Reynolds,
Inc., for Contract II of the 6th Avenue Flood Abatement Project. However, the
resolution did not authorize the Engineering Department to purchase box culvert
and check valve materials.
Funds are budgeted in the FY11 Budget: 2010A CBA Bonds - 6th Avenue Storm
Water/Flood Abatement - Drainage/Street Improvements;
0558-800-2170-BASF-7622-81002-20100, 2010B CBA Bonds - 6th Avenue Storm
Water/Flood Abatement - Drainage/Street Improvements;
0559-800-2171-BASF-7622-82007-20100.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING TO PURCHASE PAPER PRODUCTS AND RELATED SUPPLIES FOR
THE COLUMBUS CIVIC CENTER AND ICE RINK FROM COPACO (COLUMBUS, GA) FOR THE
ESTIMATED ANNUAL CONTRACT VALUE OF $23,136.94
WHEREAS, the supplies will be purchased on an ?as needed basis?, and
will include the following: paper towels, bathroom tissue, facial tissue,
toilet seat covers, hand wash, air freshener and feminine product; and,
WHEREAS, the term of contract shall be for two years, with the option
to renew for three additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase paper products
and related supplies from COPACO (Columbus, GA) for the estimated annual
contract value of $23,136.94. Funds are budgeted each fiscal year for this on
going expense: Civic Center Fund ? Civic Center ? Civic Center Operations ?
Operating Materials, 0757-160-1000-CIVC-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 A SERVICE CONTRACT FOR FIRE EXTINGUISHERS ON AN ?AS
NEEDED? BASIS FROM COLUMBUS FIRE & SAFETY EQUIPMENT, INC., FOR THE ESTIMATED
ANNUAL CONTRACT VALUE OF $30,000.00.
WHEREAS, based on previous fiscal year usage the Facilities Maintenance
Department estimates spending approximately $30,000.00 for these services. The
contract for fire extinguishers will be used by various departments of the
City; and,
WHEREAS, the contract period 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 procure a service
contract for fire extinguishers from Columbus Fire & Safety Equipment, Inc.,
for the estimated annual contract value of $30,000.00. Funds are budgeted each
fiscal year for this ongoing expense: General Fund - Department of Fire & EMS
- Logistic/Support ? Miscellaneous Equipment Maintenance,
0101-410-3610-LOGI-6519; Transportation Fund ? METRA ? Federal Transportation
Administration ? Vehicle Operation & Maintenance, 0751-610-2400-MFTA-6516;
General Fund - Public Services - Fleet Management - Operating Materials and
Miscellaneous Equipment Maintenance, 0101-260-2300-VHCL-6728 and 6519; General
Fund ? Police ? Support Services ? Operating Materials,
0101-400-2200-STAF-6728; General Fund - Public Services - Other
Maintenance/Repairs ? Building Maintenance ? Parks & Recreation, Public Safety,
General Government, 0101-260-3710-REPA - 6527, 6528 and 6529.
_____________
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 THE EXECUTION OF CHANGE ORDER 4 WITH ADVANCED SYSTEMS,
INC., IN THE AMOUNT OF $39,928.00 FOR FIRE STATION NO. 2.
WHEREAS, Per Resolution No. 301-09, Council authorized the execution of a
contract with Advanced Systems, Inc., for the construction of a 3-bay fire
station at 33rd Street and 11th Avenue; and,
WHEREAS, Change Order #4 is required because the contractor encountered poor
soil conditions and a high water table during the preparation of the building
site that exceeded the Owner's geotechnical expectations. These conditions
required the Owner to instruct the contractor to remove an excessive amount of
cubic yards of poor soils from the construction site and replace with suitable
soil; and,
WHEREAS, the contractor had to purchase the required replacement soils from an
off site supplier and truck haul and place the soil on site in an acceptable
manner. Also a French drain system was installed on the upper end of the
building site to help maintain an acceptable water table level. This unforeseen
additional work directed by the Owner resulted in a substantial cost overrun to
the original contract amount. Due to this construction item and additional
change orders encountered during construction, the final cost of the project
exceeds the original cost by 13%.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute Change Order #4
with Advanced Systems, Inc., in the amount of $39,928.00 for Fire Station No.
2., located at 33rd Street and 11th Avenue.
__________
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 PURCHASE OF TWENTY (20) MW810 MOBILE DATA
COMPUTERS FROM MOTOROLA, INC., IN THE AMOUNT OF $174,100.00 ($8,705.00 EACH).
.
WHEREAS, the new mobile data units will replace twenty (20) MW520 units,
currently used in the Police Department, that have become obsolete and can no
longer perform as required. The Police Department and other law enforcement
agencies in Muscogee County have operated mobile data computers in marked
vehicles for approximately 10 years. The oldest of these computers are
Motorola MW520s, which were purchased near the beginning of the mobile data
project. The MW520s cannot support the most current versions of the software in
use by the law enforcement agencies and must be replaced with more modern
devices; and,
WHEREAS, Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a
contract to Motorola to provide mobile data units for public safety
departments. To maintain uniformity of the equipment, the City has continued
to purchase the equipment from Motorola. Consequently, the vendor is
considered the only known source to provide the equipment, in accordance with
the Procurement Ordinance, Article 3-114.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase twenty (20)
MW810 mobile data computers from Motorola, Inc., in the amount of $174,100.00
($8,705.00 each). Funds are budgeted in the FY11 Budget: Lost/Public Safety
- Police ? Public Safety/Lost ? Capital Expenditures Over $5,000; 0102 ? 400 ?
9900 ? LOST ? 7761.
________________________
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 E?
A RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING THE PURCHASE AND INSTALLATION OF A SOFTWARE
PACKAGE FOR ALL LAW ENFORCEMENT MOBILE DATA TERMINALS (MDTS) FROM MOTOROLA,
INC./COLUMBUS COMMUNICATIONS, IN THE AMOUNT OF $34,950.00.
WHEREAS, this software installation will update all law enforcement MDTs with
current and updated software needed for officers to complete updated state
reports and perform their duties in an efficient manner; and,
WHEREAS, the software update is necessary to maintain the efficient
functionality of the mobile data units. The software package includes the
following: 1)Virus clean up; 2)Ghost Image Rewrite, Built in Gears and Updated
Maps; and,
WHEREAS, the City?s IT Department recommends an authorized Motorola dealer
complete the installation because all MDTs are Motorola equipment. Columbus
Communications is the local authorized Motorola service agent and will complete
the software package installation on all city law enforcement vehicles.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase and have
installed a software package for all law enforcement mobile data terminals
(MDTs) from Motorola, Inc./Columbus Communications, in the amount of
$34,950.00. Funds are budgeted in the FY11 Budget: Lost/Public Safety -
Police ? Public Safety/Lost ? Capital Expenditures Over $5,000; 0102 ? 400 ?
9900 ? LOST ? 7761.
________________________
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 THE PURCHASE OF FIFTY-ONE (51) HIGH
PERFORMANCE DATA MODEMS FOR THE MW810 MOBILE DATA TERMINALS FROM MOTOROLA,
INC., IN THE AMOUNT OF $104,856.00.
WHEREAS, the mobile data terminals are in need of upgrade since the conversion
of the radio system to the HPD network in 2010. Many of the current MDT?s have
modems that do not perform at the speed necessary in which to effectively
communicate with the network since the 2010 HPD conversion; and,
WHEREAS, the fifty-one (51) HPD modems will replace some of the old modems that
are currently used; and,
WHEREAS, the HPD modems must be compatible with the City?s 800 MHZ radio
system, which is supplied and maintained by Motorola. Therefore, the vendor is
considered the only known source to provide the equipment, in accordance with
the Procurement Ordinance, Article 3-114.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase fifty-one (51)
high performance data modems for the MW810 Mobile Data Terminals from Motorola,
Inc., in the amount of $104,856.00. Funds are budgeted in the FY11 Budget:
Lost/Public Safety - Police ? Public Safety/Lost ? Capital Expenditures Over
$5,000; 0102 ? 400 ? 9900 ? LOST ? 7761.
________________________
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 PURCHASE OF ONE (1) 2011 CROWN VICTORIA FROM
RIVERTOWN FORD (COLUMBUS, GA), IN THE AMOUNT OF $25,118.50.
WHEREAS, the 2011 Crown Victoria is a replacement administrative unit. The
vehicle will be used by the Columbus Police Department.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) 2011 Crown
Victoria from Rivertown Ford (Columbus, Georgia), in the amount of $25,118.50.
Funds are budgeted in the FY11 Budget: 1999 Sales Tax Project Fund ? 1999
SPLOST ? 99 SPLOST Pol/Fire Veh/Equp ? Automobiles - Police Vehicles;
0540-695-2123-TXPO-7721-50110-20090.
__________________
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 CONSTRUCTION CONTRACT WITH
SOUTHEASTERN SITE DEVELOPMENT, INC., IN THE AMOUNT OF $99,650.00. FOR
IMPROVEMENTS AT LAKEBOTTOM PARK WALKING TRAIL.
WHEREAS, the work includes providing and installing park benches, trash
receptacles and handicap ramps. Additional work includes dumping, spreading
and compacting M-10 rock screen material, and replacing treated lumber used for
trail edging.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with Southeastern Site Development, Inc., in the amount of $99,650.00,
for improvements at the Lakebottom Park walking trail. Funds are budgeted in
the FY11 Budget in the amount of $80,000.00 in the Multi-Governmental Grant
Fund, 0216. The scope of the project will be limited to the amount budgeted,
pending further allocations from GDOT.
____________
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 PAYMENT TO NATIONAL CENTER FOR STATE COURTS
(NCSC) IN THE AMOUNT OF $55,000.00 TO PERFORM A WORKLOAD ASSESSMENT STUDY FOR
SUPERIOR COURT.
WHEREAS, the study will assess operations related to case management and the
impact of a new Army division moving to the area to be conducted for the
Superior Court Judges and the Office of the Clerk of Superior Court. The
assessment is vital to the judicial branch?s ability to store and report
information and will contribute to improved justice coordination; and,
WHEREAS, the National Center for State Courts (NCSC) is an independent,
nonprofit court improvement organization founded as a clearinghouse for
research information and comparative data to support improvement in judicial
administration in state courts. All of NCSC's services: research, information
services, education, and consulting are focused on helping courts plan, make
decisions, and implement improvements that save time and money, while ensuring
judicial administration that supports fair and impartial decision making.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to National
Center for State Courts (NCSC) in the amount of $55,000.00 to perform a
workload assessment study for Superior Court. The Clerk of Superior Court was
awarded a Grant from the State Justice Institute in the amount of $50,000, with
a local match of $5,000. The City will pay the vendor and be reimbursed the
$50,000 by the State Justice Institute. Funds are available in the FY11
Budget: Multi-Government Project Fund ? Superior Court ? State Justice
Institute Grant ? Contractual Services; 0216-500-3320-SJIG-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 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 PURCHASE OF A MOBILE CAREER RESOURCE
ASSESSMENT UNIT FROM FARBER SPECIALTY VEHICLES, INC., (REYNOLDSBURG, OH) TO BE
UTILIZED BY THE JTPA DEPARTMENT.
WHEREAS, an RFP was administered (RFP 11-0018) and two proposals were received
from qualified offerors; and,
WHEREAS, the proposal submitted by Farber Specialty Vehicles, Inc. met all
proposal requirements for the Mobile Career Resource Assessment Unit and was
evaluated most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase the mobile
career resource assessment unit from Farber Specialty Vehicles, Inc.
(Reynoldsburg, OH) for the JTPA Department. Funds are budgeted in the FY11
Budget: Job Training Partner Program Fund ? Workforce Investment Act ?
WIA/ARRA-Dislocated Worker Program ? Buses; 0220-675-7931-WIAA/WIAD-7724 ?
82812-500000, 248437-500000. and FY11 Budget: Job Training Partner Program Fund
? Workforce Investment Act ? WIA/ARRA-Adult Program ? Buses;
0220-675-7901-WIAA/WIAD-7724 ? 82812 - 500000, 248437 - 500000.
_________________
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 ENGINEERING DEPARTMENT TO PURCHASE CONCRETE BOX
CULVERTS DIRECTLY FROM THE VENDORS UTILIZED BY REYNOLDS, INC., THE CONTRACTOR
THAT WAS AWARDED THE FLOOD ABATEMENT PROJECT AT 6TH AVENUE AND SIDE STREETS
SYSTEM. THE ESTIMATED COST FOR THE CONCRETE BOX CULVERTS IS $267,471.60.
WHEREAS, Resolution No. 204-07 authorized the execution of a contract with
Reynolds, Inc., for Contract I of the 6th Avenue Flood Abatement Project; and
authorized the Engineering Department to purchase box culvert and check valve
materials directly from the vendors utilized by Reynolds, Inc.; and,
WHEREAS, Resolution No. 83-11 authorized the execution of a contract with
Reynolds, Inc., for Contract II of the 6th Avenue Flood Abatement Project.
However, the resolution did not authorize the Engineering Department to
purchase box culvert and check valve materials.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to approve the Engineering
Department to purchase concrete box culverts directly from the vendors utilized
by Reynolds, Inc., the contractor that was awarded the Flood Abatement Project
at 6th Avenue & Side Streets System. The estimated cost for the concrete box
culverts is $267,471.60. Funds are budgeted in the FY11 Budget: 2010A CBA
Bonds - 6th Avenue Storm Water/Flood Abatement - Drainage/Street Improvements;
0558-800-2170-BASF-7622-81002-20100, 2010B CBA Bonds - 6th Avenue Storm
Water/Flood Abatement - Drainage/Street Improvements;
0559-800-2171-BASF-7622-82007-20100.
_______________
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
Attachments
No attachments for this document.