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 # 6



Columbus Consolidated Government



Council Meeting



March 23, 2010



Agenda Report # 485



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) MOBILE DATA TERMINAL (MDT) SERVER MAINTENANCE SUPPORT



It is requested that Council authorize payment to Motorola (Schaumburg, IL), in

the amount of $38,085.12, for Mobile Data Terminal (MDT) hardware maintenance.

The maintenance provides hardware support and repair for MW800 MDTs for the

annual period beginning February 1, 2010 through January 31, 2011. The MDTs

are installed in patrol, fire and service vehicles on a 24/7/365 schedule.

The units are deployed throughout CCG in the Police Department, Sheriff?s

Office, Fire Department & Emergency Medical Services, Marshal?s Office and

Inspections & Codes.



All of the equipment is manufactured by Motorola and is proprietary in nature.

Therefore, the vendor is the Only Known Source, per Section 3-114 of the

Procurement Ordinance.



Funds are budgeted in the FY10 Budget: Emergency Telephone Fund ? Police ?

E911 Communications Center ? Service Contracts; 0209-400-3220-E911-6513.



* * * * * *



(B) AUTOMATED VEHICLE LOCATION SYSTEM (AVL) (ANNUAL CONTRACT) ? RFP NO.

10-0006



It is requested that Council authorize the annual contract for an automated

vehicle location system (AVL) from Motorola. Inc. The company will provide

turnkey installation and maintenance for a new AVL system for the Department of

Transportation/METRA that matches and is functionally compatible with the

existing Motorola CAD/AVL system that is currently in use by the City?s E-911

Dispatch Center. The installation of the AVL system includes 37

buses/Para-transit mini buses and 17 administrative vehicles, which shall

include all components, integration and testing of the equipment.



The AVL system meets the following requirements:

Shall integrate with and utilize the City?s RF Data Network that is a Motorola

High Performance Data (HPD) system Platform number CPX8216. This shall be

accomplished by utilizing Motorola HPD 1000 Radio Modems mounted in the

designated METRA vehicles to wirelessly communicate with the AVL system.



Shall display the locations of vehicles that are equipped with Motorola HPD

Modems utilizing the LRRP GPS protocol.

Shall utilize the existing ESRI map data that is maintained by Columbus

Consolidated Government?s GIS Division of the Engineering Department.

Shall graphically display the location history of any vehicle in the AVL system

equipped with GPS.

Shall integrate with the existing Columbus Motorola MOTOCAD Computer Aided

Dispatch/AVL system. The system shall only display the METRA buses and other

METRA vehicles to the three (3) METRA Dispatch Workstations, which includes the

Transfer Center, Upper Shop and Administration Building. The ability to view

other public safety units shall not be made available to the three (3) METRA

Dispatch positions.

The E-911 Dispatch Center shall be able to display any of the METRA units on

their dispatch screens on an ?as needed basis? for the purpose of assisting

METRA in emergency situations.



The term of this 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.



Postcard invitations were mailed to one hundred twenty-six (126) vendors and

the RFP specifications were posted on the City?s website. The RFP has been

advertised, opened and evaluated. One proposal was received, December 18,

2009, from the following offeror:



Motorola, Inc. (Westminster, CO)



The proposal was reviewed by the Evaluation Committee members, which consisted

of representatives from Department of Transportation/METRA and Traffic

Engineering Division. The Project Manager, also from Department of

Transportation/METRA, served in an advisory position and was not a voting

member.



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. 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 re-advertised. The cost information has been submitted to the City

Manager in a separate memo for informational purposes.



Funds will be budgeted each fiscal year for this ongoing expense,

Transportation Fund ? Transportation ? MFTA ? Capital Expend-Over $5000

(Federal Share 80% and City Share 20%), 0751-610-2400-MFTA-7761.



* * * * * *





(C) FULL SIZE 4x4 PICKUP TRUCKS ? RFB NO. 10-0042



It is requested that Council authorize the purchase of three (3) full size 4x4

pickup trucks from Georgia Emergency Management Agency (GEMA) and GSA

AutoChoice in the amount of $74,350.14.



The trucks will be used by the Columbus Office of Homeland Security to improve

the Hazardous Devices Response Team?s (HDRT) ability to prevent, protect

against, respond to and recover from terrorist attacks, major disasters, and

other emergencies in accordance with the goals and objectives of the State

Strategic Plan. Each vehicle will be equipped with all the necessary Hazardous

Devices Response tools and personal protective equipment to effectively respond

to multiple incidents throughout the HDRT coverage area. These vehicles will

also reduce the response time to an incident, therefore reducing the cost of

emergency personnel, closure of incident location and recovery from an

incident.



Bid postcard invitations were mailed to fifty-nine vendors and bid

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

Registry. Bid responses were received on March 3, 2010 from nine bidders.

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



Vendors Unit Price (3 Units)

Total Price

1. Peach County Ford (Byron, GA) 1 $26,150.00 $78,450.00

2. Prater Ford-Mercury, Inc. (Calhoun, GA) 1 $26,397.00 $79,191.00

3. Bartow Ford (Bartow, FL) $26,444.00 $79,332.00

4. Allan Vigil Ford (Morrow, GA) $26,494.00 $79,482.00

5. Allan Vigil Ford of Fayetteville (Fayetteville, GA)1 $26,544.49 $79,633.47

6. Rivertown Ford (Columbus, GA) $26,715.49 $80,146.47

7. Legacy Ford, Inc. (McDonough, GA)1 $28,385.00 $85,155.00

8. Jay Pontiac Buick GMC Inc. (Columbus, GA)1 $29,785.01 $89,355.03

9. Wade Ford (Smyrna, GA)2 No price No price



1The denotes vendors failed to include all submittal requirements. Therefore,

the vendors? bids were deemed incomplete.

2The denotes vendor failed to provide a price. Therefore, the vendor?s bid was

deemed incomplete.



Georgia Emergency Management Agency (GEMA) operates a State and Local Equipment

Procurement Program (1122 Procurement Program) established by Section 1122 of

the fiscal year 1994 National Defense Authorization Act. It authorizes state

and local agencies to purchase equipment through certain Federal procurement

channels, equipment for counter-drug, homeland security, and emergency response

activities. These Federal procurement channels include the U.S. General Service

Administration?s (GSA) Multiple Awards Schedule (MAS) Program.

The GEMA and GSA AutoChoice unit price for a full size 4x4 pickup truck is

$24,783.38 per Requisition No. ALEABF-0025-0203. GEMA?s price was lower than

the bids received, therefore it is recommended that the purchase be made

through GEMA.



Funds are budgeted in the FY10 Budget: Multi-Gov?T Project Fund ? Homeland

Security ? Explosive Devise Operations Program Grant ? Light Trucks, 0216 ? 450

? 2100 ? EDOG ? 7722.



* * * * * *



(D) MAINTENANCE SERVICES FOR SECURITY SURVEILLANCE EQUIPMENT (ANNUAL CONTRACT)

? RFP NO. 10-0003



It is requested that Council authorize the annual contract with Columbus Fire &

Safety Equipment Company for the provision and maintenance of security

surveillance equipment for the Public Services Department. The company will

replace the existing analog systems at the landfills and repair the recorder at

Pine Grove landfill, as well as, provide ongoing maintenance for the

surveillance system. The locations are as follows:



PINE GROVE: 7160 Sacerdote Lane

GRANITE BLUFF: 7589 River Road

OXBOW MEADOWS: 3491 South Lumpkin Rd



Other locations may be added as needed.



Contractor shall provide the following:

Maintenance services for the existing security surveillance system for Public

Services Landfills locations.

Respond within twenty-four hours of request

Technical assistance and support as needed

Handle arrangements for all necessary parts and equipment that must be

ordered/shipped and received

Provide general maintenance and updates as required

Be willing to conduct site visits and inspect system to inventory the current

equipment.

Provide equipment that is compatible with existing equipment and cameras



The term of this 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.



Postcard invitations were mailed to ninety-eight (98) vendors and the RFP

specifications were posted on the City?s website. The RFP has been advertised,

opened and evaluated. A Mandatory Pre-Proposal Conference was held at 10:00

a.m., Thursday, September 10, 2009. Eight vendors attended the conference

and made site visits to the various landfills. Proposals were received,

September 25, 2009, from the following offerors:





Columbus Fire & Safety Equipment Co. (Columbus, GA)

GC&E Systems Group (Norcross, GA)

Columbus Security (Columbus, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from Public Services Department.



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. 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, negotiations

will begin with the next responsive offeror. The evaluation results and cost

information has been submitted to the City Manager in a separate memo for

informational purposes.



Funds will be budgeted each fiscal year for this ongoing expense: Integrated

Waste Management Fund ? Public Services ? Pine Grove landfill ? Contractual

Services, 0207-260-3560-PGRO-6319; General Fund ? Public Services ? Fleet

Management ? Contractual Services, 0101-260-2300-VHCL-6319.



* * * * * *





?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA (SCHAUMBURG, IL) IN THE

AMOUNT OF $38,085.12 FOR MOBILE DATA TERMINAL HARDWARE MAINTENANCE.



WHEREAS, the maintenance provides hardware support and repair for MW800

MDTs for the annual period beginning February 1, 2010 through January 31,

2011. The MDTs are installed in patrol, fire and service vehicles on a

24/7/365 schedule. The units are deployed throughout CCG in the Police

Department, Sheriff?s Office, Fire Department & Emergency Medical Services,

Marshal?s Office and Inspections & Codes; and,



WHEREAS, all of the equipment is manufactured by Motorola and is

proprietary in nature. Therefore, the vendor is the Only Known Source, per

Section 3-114 of the Procurement Ordinance.



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

FOLLOWS:



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

(Schaumburg, IL) in the amount of $38,085.12 for Mobile Data Terminal (MDT)

hardware maintenance. Funds are budgeted in the FY10 Budget: Emergency

Telephone Fund ? Police ? E911 Communications Center ? Service Contracts;

0209-400-3220-E911-6513.

______________________________



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

held the _________ day of _________________, 2010 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

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

?ITEM B?

A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH MOTOROLA,

INC., TO PROVIDE AND MAINTAIN AUTOMATED VEHICLE LOCATION SYSTEM (AVL) FOR

DEPARTMENT OF TRANSPORTATION/METRA.



WHEREAS, an RFP was administered (RFP 10-0006) and one proposal was received

from a qualified offeror; and,



WHEREAS, the proposal submitted by Motorola, Inc., met all proposal

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



WHEREAS, the term of contract shall be for two years, with an 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 execute an annual

contract with Motorola, Inc., to provide and maintain automated vehicle

location system (AVL) for the Department of Transportation/METRA. Funds will

be budgeted each fiscal year for this ongoing expense, Transportation Fund ?

Transportation ? MFTA ? Capital Expend-Over $5000 (Federal Share 80% , State

Share 10% and City Share 10%), 0751-610-2400-MFTA-7761.



______________________



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

held the _________ day of ________________, 2010 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

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

?ITEM C?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF THREE FULL SIZE 4X4 PICKUP TRUCKS FROM

GEMA AND GSA AUTOCHOICE, IN THE AMOUNT OF $74,350.14.



WHEREAS, the Full Size 4x4 Pickup Trucks will be used by the Columbus

Office of Homeland Security to improve the Hazardous Devices Response Team?s

ability to prevent, protect against, respond to and recover from terrorist

attacks, major disasters, and other emergencies in accordance with the goals

and objectives of the State Strategic Plan; and,



WHEREAS, Georgia Emergency Management Agency (GEMA) operates a State

and Local Equipment Procurement Program (1122 Procurement Program) established

by Section 1122 of the fiscal year 1994 National Defense Authorization Act. It

authorizes state and local agencies to purchase equipment through certain

Federal procurement channels, equipment for counter-drug, homeland security,

and emergency response activities. These Federal procurement channels include

the U.S. General Service Administration?s (GSA) Multiple Awards Schedule (MAS)

Program. The GEMA and GSA AutoChoice unit price for a full size 4x4 pickup

truck is $24,783.38 per Requisition No. ALEABF-0025-0203. GEMA?s price was

lower than the bids received, therefore it is recommended that the purchase be

made through GEMA.



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



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

Size 4x4 Pickup Trucks from GEMA and GSA AutoChoice, in the amount of

$74,350.14. Funds are budgeted in the FY10 Budget: Multi-Gov?T Project Fund ?

Homeland Security ? Explosive Devise Operations Program Grant ? Light Trucks,

0216 ? 450 ? 2100 ? EDOG ? 7722.



____________________



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

held the _________ day of ________________, 2010 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

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



?ITEM D?





A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH COLUMBUS FIRE

AND SAFETY EQUIPMENT FOR THE PROVISION AND MAINTENANCE OF SECURITY SURVEILLANCE

EQUIPMENT FOR THE PUBLIC SERVICES DEPARTMENT.



WHEREAS, an RFP was administered (RFP 10-0003) and three proposals were

received from qualified offerors; and,



WHEREAS, the proposal submitted by Columbus Fire and Safety Equipment met all

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



WHEREAS, the contract term shall be for two years, with an 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 execute an annual

contract with Columbus Fire and Safety Equipment for the provision and

maintenance of security surveillance equipment for the Public Services

Department. Funds will be budgeted each fiscal year for this ongoing expense:

Integrated Waste Management Fund ? Public Services ? Pine Grove landfill ?

Contractual Services, 0207-260-3560-PGRO-6319; General Fund ? Public Services ?

Fleet Management ? Contractual Services, 0101-260-2300-VHCL-6319.



_________________



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

held the _________ day of ________________, 2010 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

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

Attachments


No attachments for this document.

Back to List