Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016

Council Members

Agenda Item # 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.

Back to List