Agenda Item # 5
Columbus Consolidated Government
Council Meeting
April 10, 2012
Agenda Report # 038
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) SMALL BUCKET TRUCK
It is requested that Council approve the purchase of one (1) small bucket truck
(Terex Hi-Ranger LT40) via National Joint Powers Alliance (NJPA) Contract
#031710-GII, from Terex Utilities, Inc. (Watertown, SD)/Genie Industries, Inc.,
in the amount of $99,789.00.
The bucket truck is a replacement unit and will be used by the Urban Forestry
and Beautification Division of the Public Services Department to cut low-lying
limbs around City right-of-ways.
The purchase will be accomplished via Request for Proposal (RFP) #031710,
initiated by the National Joint Powers Alliance (NJPA), whereby Genie
Industries, Inc. (a subsidiary of Terex), was the successful vendor contracted
to provide Public Utility Vehicles and/or Services, Apparatus, Equipment,
and/or Accessories. The contract, which commenced May 27, 2010, is good
through May 27, 2014. The National Joint Powers Alliance is a Service
Cooperative created by Minnesota Statute 123A.21. This statute was created in
1978 and revised in 1995 to allow participating governmental and municipal
agencies to reduce the cost of purchased goods by leveraging their combined
purchasing power. The NJPA bid process meets the Procurement Ordinance
requirements for Columbus Consolidated Government.
Funds are budgeted in the FY12 Budget: Paving Fund ? Public Services ? Right
of Way Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722.
* * * * * *
(B) FLATBED DUMP TRUCKS
It is requested that Council authorize the purchase of four (4) flatbed dump
truck cab and chassis from Carl Gregory Dodge-C-J, (Columbus, GA) in the amount
of $100,492.00; and four (4) flatbed dump truck bodies from Transport Equipment
Co., (Albany, GA) in the amount of $37,740.00.
These vehicles were approved for purchase in the FY12 Mid-Year Budget. Two (2)
of the vehicles will be used by the Public Services Department, and two (2) of
the vehicles will be used by the Parks and Recreation Department. All vehicles
will be used by workers to transport equipment and to pick up materials on the
City?s right-of-way. These are replacement vehicles.
Carl Gregory Dodge-C-J, was the awarded vendor for RFB 11-0044, Flatbed Dump
Truck (Cab and Chassis). Carl Gregory Dodge-C-J, has agreed to provide the
additional cab and chassis for the same, awarded bid price of $25,123.00 per
unit, for a total price of $100,492.00.
Transport Equipment Co., was the awarded vendor for RFB 11-0044, Flatbed Dump
Truck (Body). Transport Equipment Co., has agreed to provide the four (4)
additional dump truck bodies for the same, awarded bid price of $9,435.00 per
unit, for a grand total of $37,740.00.
This vehicle is not listed on the Georgia Statewide Contract.
Funds are budgeted in the FY12 Mid-Year Budget as follows:
Parks & Recreation: General Fund ? Parks and Recreation ? Parks Services ?
Light Trucks; 0101-270-2100-PSRV-7722.
Public Services: Paving Fund ? Public Services ?Right-of-Way Maintenance ?
Light Trucks; 0203-260-3120-ROWM-7722.
* * * * * *
(C) ? TON CREW CAB, 4X4 PICKUP TRUCKS
It is requested that Council authorize the purchase of eight (8) ? Ton Crew
Cab, 4x4 Pickup Trucks (Ford F-150 Supercrew), from Rivertown Ford, (Columbus,
GA) in the amount of $25,082.00 per unit, for a grand total of $200,656.00.
These vehicles were approved in the FY12 Mid-Year Budget. Five (5) vehicles
will be used by the Parks and Recreation Department; one (1) vehicle will be
used by the Fleet Division; and two (2) vehicles will be used by supervisors of
the Street Improvements Division and the Repairs & Maintenance Division, of the
Public Services Department, to perform daily job assignments. These are
replacement vehicles.
Rivertown Ford was the awarded vendor for RFB 12-0023, ?-Ton Crew Cab, 4x4
Pickup Trucks. The vendor has agreed to provide the eight (8) additional
trucks for the awarded bid price of $25,082.00 each, for a total amount of
$200,656.00.
Funds are budgeted in the FY12 Mid-Year Budget as follows:
Parks & Recreation: General Fund ? Parks and Recreation ? Aquatics ? Light
Trucks; 0101-270-4413-AQUT-7722 ? $25,082.00; and General Fund ? Parks and
Recreation ? Parks Services ? Light Trucks; 0101-270-2100-PSRV-7722 ?
$100,328.00.
Fleet Division: General Fund ? Public Services ?Fleet Management ? Light
Trucks; 0101-260-2300-VHCL-7722.
Public Services: Paving Fund ? Public Services ?Street Improvements ? Light
Trucks; 0203-260-2100-STRT-7722; and Paving Fund ? Public Services ?Repairs and
Maintenance ? Light Trucks; 0203-260-3110-REPR-7722.
* * * * * *
(D) VAN WITH LIFT
It is requested that Council approve the purchase of one (1) Van with Lift
(Ford Econoline [1 Ton] w/ADA Upfit) via Georgia Statewide Contract, SWC
#S-90795-C60, from Allan Vigil Ford (Morrow, GA) in the amount of $39,839.00.
The van with lift was approved in the FY12 Mid-Year Budget, and will be
utilized by the Parks and Recreation Department, Therapeutics Division. This is
a replacement vehicle.
Funds are budgeted in the FY12 Budget: General Fund ? Parks and Recreation ?
Therapeutics ? Light Trucks; 0101 ? 270 ?4433 ? THRP ? 7722.
* * * * * *
(E) PAYMENT FOR REPAIR OF 2005 CATERPILLAR D7R BULL DOZIER
It is requested that Council approve payment to Yancey Brothers (Atlanta, GA),
in the amount of $27,179.06, for repairs required for a 2005 Caterpillar D7R
Bull Dozier.
In February, Fleet Shop personnel reported that the bull dozier operating at
the Granite Bluff Landfill was leaking fluid and having problems pushing
landfill waste. After preliminary checks, at the landfill, by two Heavy
Equipment Shop mechanics, the bull dozier was transported to the Fleet Shop,
where problems with the transmission were found. Yancey Brothers was called
to further diagnose the problem. After testing and inspection, Yancey Brothers
determined that the transmission had to be removed and sent to Albany, Georgia
to be reconditioned.
Yancey Brothers was selected to perform the repairs, because the vendor is the
authorized Caterpillar dealer in this area.
Funds are available in the FY12 Budget: General Fund ? Auto Parts and Supplies
Balance Sheet Account; 0101- 1562.
* * * * * *
(F) TRAFFIC SAFETY EQUIPMENT (ANNUAL CONTRACT) - RFB NO. 12-0016
It is requested that Council approve the purchase of traffic safety equipment
from W.W. Grainger, Inc., and Safety Zone Specialists, Inc., for the estimated
annual contract value of $51,601.33. The equipment, which includes:
barricades, barricade lights, traffic cones, drums, safety flags, etc., will be
purchased by the Public Services Department on an ?as needed? basis.
The contract period will be for three years.
Bid postcard invitations were mailed to two hundred and twenty-four vendors and
bid specifications were posted on the web page of the Purchasing Division and
the Georgia Procurement Registry. Eight bids were received on February 17,
2012. This bid has been advertised, opened and reviewed. The bidders were:
Lightle Enterprises of Ohio, LLC and S&S Signs and Safety Equipment, Inc.
failed to acknowledge Addendum #1. Therefore their bids were deemed
incomplete. The vendors have been notified in writing.
Funds are budgeted each fiscal year for this ongoing expense: Various
Departments - Operating Materials; 6728.
* * * * * *
(G) DIGITAL RADIO UPGRADE FOR METRA (ANNUAL CONTRACT) ? RFB NO. 12-0042
It is requested that Council approve the execution of an annual contract with
Motorola Solutions, Inc., (Lawrenceville, GA) to provide digital radio upgrades
for METRA Transit System for an initial purchase contract value of $213,978.69
to be made by June 30, 2012. METRA may purchase up to three (3) digital radio
upgrades, per subsequent contract years, based on the yearly pricing structure,
presented below, by the successful vendor.
The contract term will be for two years, with the option to renew for three
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the City and the contracted vendor.
The Digital Radio Upgrade will allow METRA to be in sync with the other
emergency departments in Columbus who have digital radios. The upgrade will
also allow communication between the City?s Emergency Response Team and METRA?s
Dispatch Office, Supervisors and Buses in the event of an accident. METRA is a
partner in the City?s Office of Homeland Security and Emergency Evacuations
Plans.
Equipment must be compatible to the Motorola certified equipment that is
currently used by METRA, Public Safety and General Government agencies of
Columbus Consolidated Government. The equipment will be installed on METRA
buses and other locations at METRA. Installation must be performed in
Columbus, Georgia.
Bid postcard invitations were mailed to one hundred and forty-one vendors and
bid specifications were posted on the web page of the Purchasing Division and
the Georgia Procurement Registry. Two bids were received on March 28, 2012.
This bid has been advertised, opened and reviewed. The bidders were:
Funds are budgeted each fiscal year for this ongoing expense: Transportation
Fund - Transportation ? Capital Expend ? Over $5,000; 0751-610-2400-MFTA-7761.
* * * * * *
(H) PERSONAL PROPERTY & RESIDENTIAL MAIL/PROCESSING FOR TAX ASSESSORS OFFICE
(ANNUAL CONTRACT) - RFP NO. 12-0012
It is requested that Council approve the contract with Harris Computer
(Statesboro, GA) to provide printing and mailing services, to The Muscogee
County Board of Tax Assessors, for Personal Property and Residential Tax
matters.
Printing and mailings services are required for the following:
Real Property Tax Matter Notices
(Mailed around June approximately 68,000 to 70,000 single page)
Personal Property Tax Matter Notices
(Mailed around May approximately 2,800 to 3,500 single page)
Personal Property Returns
(Approximately 12,000 returns containing 3 pages (two-sided print)
mailed in January beginning 2013)
The initial term of the contract shall be for two years, with the option to
renew for three additional twelve-month periods. Contract renewal is
contingent upon the mutual agreement of the contractor and the City.
Request for proposal invitations were mailed to one hundred & sixteen vendors
and specifications were posted on the City?s website and the Georgia
Procurement Registry. The RFP has been advertised, opened and evaluated.
Proposals were received on January 27, 2012, from the following eight offerors:
Harris Computer (Statesboro, GA)
Diversified Companies, LLC (Chattanooga, TN)
PBD Worldwide (Duluth, GA)
Datamatx, Inc. (Atlanta, GA)
The Presort Center (Fresno, CA)
The Design, Print & Display Group (East Point, GA)
The Data Center (Salt Lake, UT)
United Systems of Arkansas, (Little Rock, AR)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from the Tax Assessors Office and Information Technology
Department. One person from the Tax Assessors Office served as an advisory
committee member.
The Evaluation Committee deemed the proposal submitted by Harris Computer as
most advantageous to the City. 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 will be budgeted each fiscal year for this on-going expense: General Fund
? Boards and Commissions ? Tax Assessor ? Contractual Services;
0101-290-1000-TAXA-6319.
?ITEM A?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) SMALL BUCKET TRUCK
(TEREX HI-RANGER LT40), VIA NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT
#031710-GII, FROM TEREX UTILITIES, INC. (WATERTOWN, SD)/GENIE INDUSTRIES IN THE
AMOUNT OF $99,789.00.
WHEREAS, the bucket truck is a replacement unit and will be used by the
Urban Forestry and Beautification Division of the Public Services Department to
cut low-lying limbs around City right-of-ways.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) small
bucket truck (Terex Hi-Ranger LT40) from Terex Utilities, Inc. (Watertown,
SD)/Genie Industries in the amount of $99,789.00. Funds are budgeted in the
FY12 Budget: Paving Fund ? Public Services ? Right of Way Maintenance ? Light
Trucks; 0203-260-3120-ROWM-7722.
_______________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM B?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) FLATBED DUMP TRUCK
CAB AND CHASSIS FROM CARL GREGORY DODGE-C-J, (COLUMBUS, GA) IN THE AMOUNT OF
$100,492.00; AND FOUR (4) FLATBED DUMP TRUCK BODIES FROM TRANSPORT EQUIPMENT
CO., (ALBANY, GA) IN THE AMOUNT OF $37,740.00.
WHEREAS, these vehicles were approved for purchase in the FY12 Mid-Year
Budget, and will be used by Parks and Recreation Department and Public Services
Department to transport equipment and to pick up materials on the City?s
right-of-way. These are replacement vehicles; and,
WHEREAS, Carl Gregory Dodge-C-J was the awarded vendor for RFB 11-0044, Flatbed
Dump Truck (Cab and Chassis). Carl Gregory Dodge-C-J, has agreed to provide the
four (4) additional cab and chassis for the same, awarded bid price of
$25,123.00 per unit, for a grand total of $100,492.00; and,
WHEREAS, Transport Equipment Co. was the awarded vendor for RFB 11-0044,
Flatbed Dump Truck (Body). Transport Equipment Co., has agreed to provide the
four (4) additional dump truck bodies for the same, awarded bid price of
$9,435.00 per unit, for a grand total of $37,740.00.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase four (4) flatbed
dump truck cab and chassis from Carl Gregory Dodge-C-J, (Columbus, GA) in the
amount of $100,492.00; and four (4) flatbed dump truck bodies from Transport
Equipment Co., (Albany, GA) in the amount of $37,740.00. Funds are budgeted in
the FY12 Mid-Year Budget as follows:
Parks & Recreation: General Fund ? Parks and Recreation ? Parks Services ?
Light Trucks; 0101-270-2100-ROWM-7722.
Public Services: Paving Fund ? Public Services ?Right-of-Way Maintenance ?
Light Trucks; 0203-260-3120-PSRV-7722.
______________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
"ITEM C"
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF EIGHT (8) ?-TON CREW CAB, 4X4
PICKUP TRUCKS (FORD F-150 SUPERCREW), FROM RIVERTOWN FORD, (COLUMBUS, GA) IN
THE AMOUNT OF $200,656.00.
WHEREAS, these vehicles were approved for purchase in the FY12 Mid-Year Budget.
Five (5) vehicles will be used by the Parks and Recreation Department; one (1)
vehicle will be used by the Fleet Division; and two (2) vehicles will be used
by supervisors of the Street Improvements and the Street Repairs & Maintenance
Divisions of the Public Services Department to perform daily job assignments.
These are replacement vehicles; and,
WHEREAS, Rivertown Ford was the awarded vendor for RFB 12-0023 ?-Ton Crew Cab,
4x4 Pickup Trucks, and has agreed to provide the eight (8) additional vehicles
for the awarded bid price of $25,082.00 per unit, for a total amount of
$200,656.00.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase eight (8) ?-Ton Crew
Cab, 4x4 Pickup Trucks (Ford F-150 Supercrew) from Rivertown Ford (Columbus,
GA) in the amount of $200,656.00. Funds are budgeted in the FY12 Mid-Year
Budget as follows:
Parks & Recreation: General Fund ? Parks and Recreation ? Aquatics ? Light
Trucks; 0101-270-4413-AQUT-7722 ? $25,082.00; and General Fund ? Parks and
Recreation ? Parks Services ? Light Trucks; 0101-270-2100-PSRV-7722 ?
$100,328.00.
Fleet Division: General Fund ? Public Services ?Fleet Management ? Light
Trucks; 0101-260-2300-VHCL-7722.
Public Services: Paving Fund ? Public Services ?Street Improvements ? Light
Trucks; 0203-260-2100-STRT-7722; and Paving Fund ? Public Services ?Repairs and
Maintenance ? Light Trucks; 0203-260-3110-REPR-7722.
________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) VAN WITH LIFT (FORD
ECONOLINE [1 TON] W/ADA UPFIT) VIA GEORGIA STATEWIDE CONTRACT, SWC
#S-90795-C60, FROM ALLAN VIGIL FORD (MORROW, GA) IN THE AMOUNT OF $39,839.00.
WHEREAS, the van with lift was approved in the FY12 Mid-Year Budget, and will
be utilized by the Parks and Recreation Department, Therapeutics Division. This
is a replacement vehicle.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) Van with
Lift (Ford Econoline [1 Ton] w/ADA upfit) via Georgia State Contract, SWC
#S-90795-C60, from Allan Vigil Ford (Morrow, GA) in the amount of $39,839.00.
Funds are budgeted in the FY12 Budget: General Fund ? Parks and Recreation ?
Therapeutics ? Light Trucks; 0101 ? 270 ?4433 ? THRP ? 7722.
__________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM E?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING PAYMENT TO YANCEY BROTHERS (ATLANTA, GA), IN
THE AMOUNT OF $27,179.06, FOR REPAIRS REQUIRED FOR A 2005 CATERPILLAR D7R BULL
DOZIER.
WHEREAS, in February, Fleet Shop personnel reported that the bull
dozier operating at Granite Bluff landfill was leaking fluid and having
problems pushing landfill waste. After preliminary checks, at the landfill by
two Heavy Equipment Shop mechanics, the bull dozier was transported to the
Fleet Shop where problems with the transmission were found. Yancey Brothers
was called to further diagnose the problem. After testing and inspection,
Yancey Brothers determined that the transmission had to be removed and sent to
Albany, Georgia to be reconditioned; and,
WHEREAS, Yancey Brothers was selected to perform the repairs because
the vendor is the authorized Caterpillar dealer in this area.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to make payment to Yancey
Brothers (Atlanta, GA), in the amount of $27,179.06, for repairs required for a
2005 Caterpillar D7R Bull Dozier. Funds are available in the FY12 Budget:
General Fund ? Auto Parts and Supplies Balance Sheet Account; 0101- 1562.
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM F?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF TRAFFIC SAFETY EQUIPMENT FROM W.W.
GRAINGER, INC., AND SAFETY ZONE SPECIALISTS, INC., FOR THE ESTIMATED ANNUAL
CONTRACT NOT TO EXCEED $51,601.33.
WHEREAS, the equipment, which includes: barricades, barricade lights, traffic
cones, drums, safety flags, etc., will be purchased by the Public Services
Department on an ?as needed? basis; and,
WHEREAS, the contract period will be three years.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase traffic safety
equipment from W.W. Grainger, Inc., and Safety Zone Specialists, Inc., for the
estimated annual contract not to exceed $51,601.33. Funds are budgeted each
fiscal year for this ongoing expense: Various Departments - Operating
Materials; 6728.
____________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH MOTOROLA
SOLUTIONS, INC., (LAWRENCEVILLE, GA) TO PROVIDE DIGITAL RADIO UPGRADES FOR
METRA TRANSIT SYSTEM FOR AN INITIAL PURCHASE CONTRACT VALUE OF $213,978.69, TO
BE MADE BY JUNE 30, 2012. METRA MAY PURCHASE UP TO THREE (3) DIGITAL RADIO
UPGRADES, PER SUBSEQUENT CONTRACT YEARS, BASED ON THE YEARLY PRICING STRUCTURE
PRESENTED BY THE SUCCESSFUL VENDOR.
WHEREAS, the contract term will be for two years with the option to renew for
three additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the City and the contracted vendor; and,
WHEREAS, the Digital Radio Upgrade will allow METRA to be in sync with the
other emergency departments in Columbus who have digital radios. The upgrade
will also allow communication between the City?s Emergency Response Team and
METRA?s Dispatch Office, Supervisors and Buses in the event of an accident.
METRA is a partner in the City?s Office of Homeland Security and Emergency
Evacuations Plans; and,
WHEREAS, equipment must be compatible to the Motorola certified
equipment that is currently used by METRA, Public Safety and General Government
agencies of Columbus Consolidated Government.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract with Motorola Solutions, Inc., (Lawrenceville, GA), to provide digital
radio upgrades for METRA Transit System for an initial purchase contract value
of $213,978.69 to be made by June 30, 2012. METRA may purchase up to three
(3) digital radio upgrades, per subsequent contract years, based on the yearly
pricing structure, presented by the successful vendor. Funds are budgeted
each fiscal year for this ongoing expense: Transportation Fund - Transportation
? Capital Expend ? Over $5,000; 0751-610-2400-MFTA-7761.
________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM H?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE CONTRACT WITH HARRIS COMPUTER (STATESBORO,
GA) TO PROVIDE PRINTING AND MAILING SERVICES TO THE MUSCOGEE COUNTY BOARD OF
TAX ASSESSORS FOR PERSONAL PROPERTY AND RESIDENTIAL TAX MATTERS.
WHEREAS, an RFP was administered (RFP No. 12-0012), and eight proposals
were received; and,
WHEREAS, the proposal submitted by Harris Computer was deemed most
advantageous to the City; and,
WHEREAS, the printing and mailing services will be used by the Muscogee
County Board of Tax Assessors to print and mail official Real Property Tax
Notices, Personal Property Tax Matter Notices and Personal Property Returns;
and,
WHEREAS, the term of the contract shall be for two years, with the
option to renew for three additional twelve month period. Contract renewal is
contingent upon the mutual agreement of the contractor and the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to enter into a contract
with Harris Computer to provide printing and mailing services to the Muscogee
County Board of Tax Assessors for Personal Property and Residential Tax
matters. Funds will be budgeted each fiscal year for this on-going expense:
General Fund ? Boards and Commissions ? Tax Assessor ? Contractual Services;
0101-290-TAXA-6319.
__________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _____day of____________________, 2012 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
Attachments