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 # 7





Columbus Consolidated Government



Council Meeting



January 8, 2013



Agenda Report # 007





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department









(A) HARLEY DAVIDSON ?ROAD KING? POLICE MOTORCYCLES - RFB NO. 11-0015



It is requested that Council approve the purchase of five (5) Harley Davidson

?Road King? Police Motorcycles from Man O?War Harley-Davidson (Lexington, KY)

in the amount of $20,000.00 per unit, for a total of $100,000.00.



The Harley Davidson ?Road King? Police Motorcycles will be used by the Motor

Transport Division, of the Columbus Police Department, while performing traffic

control and accident investigation.



Bid postcard invitations were mailed to fourteen vendors and bid specifications

were posted on the web page of the Purchasing Division, the Georgia Procurement

Registry, and DemandStar. Two bids were received on December 14. This bid has

been advertised, opened and reviewed. The bidders were:



Vendors Guaranteed Trade-In Allowance Unit Price Total Price

1. Man O?War Harley-Davidson (Lexington, KY) $6,500.00 $20,000.00 $100,000.00

2. Chattahoochee Harley-Davidson (Columbus, GA) $5,000.00 $20,350.00 $101,750.00



Funds are budgeted in the FY13 Budget: LOST/Public Safety Fund ? Police ?

Public Safety LOST ? Rolling Stock; 0102 ? 400 ? 9900 ? LOST ? 7726.



* * * * * *



(B) SECURITY CAMERAS & ACCESSORIES FOR BUSES (ANNUAL CONTRACT) ? RFB No. 13-0020



It is requested that Council approve the execution of an annual contract for

the purchase of security cameras and accessories for buses, on an ?as needed?

basis, from UTC Fire & Security Americas Corporation, Inc. During the first

year, Metra estimates spending approximately $120,000.00 to purchase security

cameras and accessories to be installed on transit buses.



The term of the contract will be for one year, with the option to renew for two

additional twelve-month periods. Contract renewal is contingent upon the

mutual agreement of the City and the Contractor.



Postcard invitations were mailed to seventy-six (76) vendors, and

specifications were posted on the City?s website, Georgia Procurement Registry

and DemandStar. One bid was received on November 28, 2012. This bid has been

advertised, opened and reviewed. The bidder and pricing information is listed

on the attached tabulation:





Funds are budgeted each fiscal year for this on going expense: Transportation

Fund ? METRA ? MFTA - Capital Expend ? Over $5,000; 0751 ? 610 ? 2400 ?MFTA -

7761 (City 20% and Federal 80%).



* * * * * *



(C) SAFETY INSPECTIONS OF TAXICABS (ANNUAL CONTRACT) ? RFP NO. 13-0012



It is requested that Council approve the annual contract with the following

firms to provide safety inspections of taxicabs with the following firms on an

?as needed basis?: White?s Automotive Center, Inc., D/B/A Fifty Cent Rent A

Car and Epperly Tire and Auto. The taxicab drivers or companies, located in

Muscogee County, will select one of the contracted vendors, to perform the

inspections for their respective taxicabs. The contractors shall perform and

document safety inspections on the following:



The contractor shall perform and document safety inspections on the following:

Brakes Tires Muffler

Steering Windshield Other Glass

Brake Lights Back up Lights Rear Lights

Turn Signals Head Lights Horn

Seatbelt: Front Rear

Meter Accurate Meter #



The term of the contract shall be for two years, with an 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.



The RFP postcard invitations were mailed to eleven vendors, and posted on the

City?s website, Georgia Procurement Registry, and DemandStar. The RFP has been

advertised, opened and evaluated. Two (2) proposals were received on October

12, 2012, from the following offerors:



White?s Automotive Center, Inc., d/b/a Fifty Cent Rent A Car

(Columbus, GA)

Epperly Tire and Auto (Columbus, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the City Manager?s Office, and Columbus

Taxicab Commission. Also, a representative from the Police Department 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 offerors, this contract must be re-advertised. Cost

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

information purposes.



The fees will be paid by the taxicab owners.



* * * * * *



(D) PRESSURE WASHING SERVICES (ANNUAL CONTRACT) - RFB NO. 13-0029



It is requested that Council approve the execution of an annual contract for

pressure washing services from Wrightway Pressure Washing, LLC (Columbus, GA),

on an ?as needed basis?, for the estimated annual contract value of $4,500.00.

The contractor will be required to pressure wash the ultraply 78+ membrane roof

of the Columbus Civic Center two (2) times per year.



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 thirty-nine (39) vendors, and bid

specifications were posted on the City?s Website, Georgia Procurement Registry,

and DemandStar. This bid has been advertised, opened and reviewed. Bids were

received on December 19, 2012, from the following seven bidders:

Cost Per Cleaning

Wrightway Pressure Washing, LLC (Columbus, GA) $2,250.00

Unbound Engineering (Cartersville, GA) $2,285.00

Tribond, LLC (Mableton, GA) $3,215.00

ICS, Inc. (Suwanee, GA) $4,250.00

Powerwash Systems (Chapin, SC) $9,750.00

Indoor Air Tech (Victor, NY) $9,752.00

*Coast and Valley (Duluth, GA) (Incomplete) $15,300.00



*The bid from Coast and Valley was deemed non-responsive to the requirements of

the RFB specifications for the following reasons:

1) Did not include List of Cleaning Agents

2) Did not acknowledge Addendum No. 1.



Funds are budgeted each fiscal year for this on-going expense: Civic Center

Fund ? Civic Center ? Civic Center Operations ? Contractual Services;

0757-160-1000-CIVC-6319.



* * * * * *



(E) ADDITIONAL COLOR PHOTOCOPIER FOR PUBLIC WORKS DEPARTMENT PER ANNUAL

CONTRACT ? RFB NO. 11-0037



It is requested that Council approve the contract to enter into an

additional lease agreement for one (1) additional color photocopier for the

Public Works Department. The color copier will be leased from The Overby

Company, (Columbus, GA) at a lease cost of $ .0709 cents per color copy, and $

.007 cents per black/white copy. The Public Works Department estimates the

combined copy volume will be approximately 2000 color copies, and 1000

black/white copies per year. The color copier is required to enhance graphics

for presentations, and to provide color copies for divisions. Contractor will

provide repair services, maintain color photocopier and also provide all

expendable supplies, excluding copier paper.



Council awarded the annual contract to The Overby Company for the lease of

color photocopiers per Resolution Number 88-11. The contract was for the

lease of five (5) color photocopiers; One (1) for Planning Department; two (2)

for Print Shop; and two (2) for the GIS Division.



The original contract began February 22, 2011, with five (5) year lease

agreement terms. The City is currently in the second year of the contract.

In order to lease another copier, the City will need to enter into another

5-year lease agreement. The contract will be automatically renewed (without

the need for any further action) every 12 months until the end of such 60-month

term. Columbus Consolidated Government may cancel this contract due to the

Non-appropriation of funds for a given fiscal year or non-performance by

Contractor. If non-performance is not cured within 30 days, the City can

cancel the contract by providing the vendor written notice of intent to cancel.



Funds are budgeted each fiscal year for this on-going expense: General Fund ?

Public Works ? Administration ? Copier Charges; 0101-260-1000-PSDR-6632.



* * * * * *



(F) PURSUIT CAR BUILD OUT SERVICES (ANNUAL CONTRACT) ? RFP NO. 13-0017



It is requested that Council approve the annual contract for pursuit car build

out services with Columbus Communications, Inc. The contracted firm will

acquire and install the specified equipment into pursuit vehicles, and prepare

them for delivery as a fully functional pursuit vehicle to be used by the Law

Enforcement Agencies of the City.



The contractor will acquire and install the following equipment in the Pursuit

Cars:



A. Columbus Police Department Vehicle Package:

QUANTITY (2013 DODGE CHARGER PURSUIT VEHICLE PACKAGE)

1 Tomar Light bar with take down and alley lights

1 Federal PA300-CN smart siren

1 Federal AS124 siren with bracket

1 Setina partition with Bucket Seat Adapter

1 Setina Trunk Tray

1 Laguna 3P Prisoner Seat

1 Luguna 3P Ready buckle restraint system

1 Jotto-Desk 24? Console with faceplates, cup holder and arm rest w/Power Ports

1 One Priority Start (battery saver) by BLI

1 Python III KA FS Dual Antenna Radar Unit to include brackets for Charger

Readout & Front & Rear Antenna?s

1 Big Sky Shotgun rack#ELS-270-B mounted to partition

2 Whelen PAR28B LED Foglight 3.5? round blue light

2 Foglight Mounting Kit

1 Mopar Fog Light Bezel Driver side

1 Mopar Fog Light Bezel Passenger side

2 Light LED blue lights for tag bracket Federal Impaxx 3 Light LED (Blue)

1 Tag bracket for LED blue light

4 6 light LED blue lights w brackets for grill Federal Micropulse 6 Light LED

4 LED Corner strobes blue

Decal install- vendor to install decals

1 EaglEye model 200 In-Car Video System with front and rear cameras, Crash

Sensor and (2) 32gb flash cards

1 Setina Window Barrier Steel (Part # WK0513CGR11)



B. Muscogee County Marshal?s Office Vehicle Package: (This package may be used

by other departments as well)

QUANTITY (ADMINISTRATIVE PURSUIT VEHICLE PACKAGE)

1 Whelen Inner Edge Front Upper, All Blue, No Takedowns

1 Whelen Inner Edge Low Profile Rear Deck Light, Blue

1 Whelen Switch Box

1 Federal Signal PA 300 Siren/PA

1 Federal Signal 100 Watt Speaker

1 Federal Signal Speaker Bracket for 2012 Charger

1 Ignition Sensing Delay Timer

1 Jotto Console w/ Dual Cup Holders

1 Jotto Face Plate Arm Rest

4 Whelen Vertex Corner LED

2 Code 3 Fog Light LED, Blue

1 Code 3 Fog Light Mounting Kit

1

1 Federal Signal Rumbler Siren

Federal Signal Mounting Kit for Rumbler

2 Whelen Tir3, Blue

1 Tir3 Tag Mounting Bracket



B.1. Muscogee County Marshal?s Office Vehicle Package: (This package may

be used by other departments as well)

QUANTITY (2013 CHARGER PATROL PURSUIT VEHICLE PACKAGE)

4 Whelen Vertex Corner LED

2 Code 3 Fog Light LED, Blue

1 Code 3 Fog Light Mounting Kit

1

1 Federal Signal Rumbler Siren

Federal Signal Mounting Kit for Rumbler

2 Whelen Tir3, Blue

1 Tir3 Tag Mounting Bracket

1 Go Rhino Push Bumper for 2012 Charger

1 Setina Partition w/ Clamp Brackets

1 Whelen Switch Box

1 Federal Signal PA 300 Siren/PA

1 Tomar LED Lightbar w/ Mounts for 2012 Charger

1 Federal Signal 100 Watt Speaker

1 Ignition Sensing Delay Timer

1 Eagleye Model 200 Digital Camera System

1 Setina Bucket Seat Adapter

1 Python III KA FS Dual Antenna Radar Unit to include brackets for Charger

Readout & Front & Rear Antenna?s

1 Laguna Rear Seat w/ Belts

1 Federal Signal Speaker Bracket for 2012 Charger

1 Installation of Graphics

1 Jotto Console w/Dual Cup Holders

1 Jotto Face Plate Arm Rest

1 Whelen Inner Edge Low Profile Rear Deck Light, Blue

Decal install- vendor to install decals



C. Muscogee County Sheriff?s Office Vehicle Package:

QUANTITY (2013 DODGE CHARGER PURSUIT VEHICLE PACKAGE)

1 Code 3 Light bar model 2100,all blue

1 Federal PA300-CN smart siren

1 Federal AS124 siren with bracket

1 Setina Trunk Tray

1 Patriot PTS 9000 Prisoner transport system

1 Big Sky ELS 270 M-16 Gun Rack mounted to cage partition

1 Jotto-Desk console with cup holder and armrest

1 Jotto-Desk power outlets in faceplate

1 Priority Start (battery saver) by BLI

1 Python III KA FS Dual Antenna Radar Unit to include brackets for Charger

Readout & Front & Rear Antenna?s

2 Whelen PAR28B LED Fog light 3.5? round blue light

2 Fog light Mounting Kit

1 Mopar Fog Light Bezel Driver side

1 Mopar Fog Light Bezel Passenger side

4 Light LED blue lights for tag bracket

1 Tag bracket for LED blue light

4 6 light LED blue lights w brackets for grill

4 LED Corner strobes blue

Decal install- vendor to install decals

1 Watch Guard camera system with mounting brackets for 2013

charger



Other equipment configurations may be added as needed. The City of Columbus

will deliver, or cause to be delivered, each vehicle to the contractor along

with the decals and appliqu?s needed to mark the vehicle with the livery of the

Public Safety Agency for which it is intended. The City anticipates

submitting forty-five (45) 2013 Dodge Charger?s to the contractor, during the

first round of build outs.



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.



The RFP postcard invitations were mailed to two-hundred and eighty vendors, and

posted on the City?s website, Georgia Procurement Registry, and DemandStar.

Proposals were received, December 5, 2012, from the following offerors:



Columbus Communications, Inc. (Columbus, GA)

*Interceptor Public Safety Products, Inc. (Forsyth, GA)



*The proposal from Interceptor Public Safety Products, Inc. was deemed

non-responsive to the requirements of the RFP specifications for the following

reasons:

? Did not include ?Section 1? - Transmittal Letter.

? Did not include ?Section 3? - Experience/Qualifications.

? Did not include ?Section 5? - Client Work History.

? Did not include ?Section 6? - Vehicle Delivery Rate.

? Did not include ?Section 7? - Geographic Proximity.

? Did not include ?Section 8? - Facilities Requirements.

? Did not include ?Section 9? - Warranty Requirements.

? Did not include ?Section 10? - Replacement Spares.



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from Police Department, Sheriff?s Office and the

Marshal?s Office. 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 or the RFP

specifications will be re-advertised. Evaluation results and cost proposals

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

purposes.



Funds will be budgeted each fiscal year for this on going expense: LOST -

Public Safety ? Police ? Automobiles; 0102-400-9900-LOST-7721, Marshal ?

Automobiles; 0102-530-9900-LOST-7721, Sheriff ? Automobiles;

0102-550-9900-LOST-7721.



* * * * * * *



(G) LGFS/GHRS ANNUAL SOFTWARE MAINTENANCE AGREEMENT



It is requested that Council authorize payment to CGI Technologies and

Solutions, Inc., (Fairfax, VA), in the amount of $310,064.11 for annual

software maintenance support of the LGFS/GHRS systems. The maintenance period

will cover twelve months beginning January 1, 2013 through December 31, 2013.



CGI is the developer of the software and is therefore the sole provider for the

maintenance support.



This maintenance provides the Departments of Information Technology, Finance,

and Human Resources with software enhancements, documentation updates, User

Group support, Hotline support and access to the American Management Systems

(AMS)-sponsored ADVANTAGE Communications Forum. The following software modules

are supported under this maintenance agreement:



Advantage Financial (LGFS):

Fixed Assets Advanced Budget Preparation

Cost Allocation Debt Management

Extended Purchasing Advanced Receivables

Performance Measurement Report Distribution

Investment Inventory



Advantage HR (GHRS):

Position Control

Employee Relations

Employee Benefits

ADVANTAGE/DS



Funds are budgeted in the FY13 Budget: General Fund - Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.









Emergency Purchase ? Information Only



Emergency Purchase of Homeland Security Equipment:



On November 19, 2012, the Georgia Emergency Management Agency (GEMA) awarded

the Muscogee County Sheriff?s Office $159,962.00, with no matching funds, in

Homeland Security Grant Program/State Homeland Security Grant Program funding.

These funds are allocated to be used to enhance the Hazardous Devices Response

Team and its ability to prevent, protect against, respond to, and recover from

terrorist attacks, major disasters, and other emergencies. On December 11, 2012

Columbus City Council accepted the grant award per Resolution No. 385-12.



The emergency purchases were required due to the short grant cycle, which ends

December 31, 2012. GEMA must receive the reimbursement request no later than

January 31, 2013. There are several items to be purchased that are over

$5,000.00 that would normally require a bid process and/or Council approval.

Unfortunately, due to the grant cycle, the time required to administer bids

would prevent meeting the deadline for the reimbursement. If the reimbursement

package is not completed and received by GEMA by January 31, 2013, the City

will not be reimbursed. Consequently, the City Manager approved the emergency

purchases on December 20, 2012. The following items will be purchased:





ITEM

COST

VENDOR

Chevrolet Suburban 2500 4x4





The Office of Homeland Security received the following quotes for the vehicle:



Legacy Chevrolet (Columbus, GA) $49,829.00

Lynch Chevrolet (Auburn, AL) $48,992.00*

(*Lynch could not provide a vehicle

in the color required by Homeland

Security to meet the delivery deadline)

Jay Buick (Columbus, GA) $41,672.00**

(**Jay Buick was unable to locate

a vehicle to meet the delivery deadline)

$49,829.00

Legacy Chevrolet

Vision X Incident Response Mobile Lighting





The Office of Homeland Security received the following quotes for the lighting:



Chicos (Columbus, GA) $11,100.00

Accessory Partners (Scottsdale, AZ) $11,983.56

Superduty HQ (Gilbert, AZ) $12,320.50

Offroad Powersports (Tifton, GA) $13,885.50

$11,100.00

Chico's Tint Shop

Explosive Storage Magazine





The Office of Homeland Security received the following quotes for the storage

magazine:

Armag Corporation $9,996.00*

Tread Corporation $9,960.40

(*Armag was selected because the vendor can provide a larger unit)

$9,996.00

Armag Corporation

R.A.T.S. Dewalt Robot Attachment

Only Known Source Purchase

$12,600.00

GI2 Technologies

Recon Scout Robot System

Only Known Source Purchase

$59,662.64

Recon Robotics



Funds are budgeted as follows: Funding the amount of $49,829.00 is available

in Multi-Govt project Funds ? Homeland Security ? Light trucks, $11,100 is

available in Capital Expenditures under $5,000, and $82,258.64 is available in

Capital Expenditures over $5,000; 0216 ? 450 - 3132 ? EDOG ? 7722, 7763, 7761.











?ITEM A?

A RESOLUTION



NO.____





A RESOLUTION AUTHORIZING THE PURCHASE OF FIVE HARLEY-DAVIDSON ?ROAD

KING? POLICE MOTORCYCLES, FROM MAN O?WAR HARLEY-DAVIDSON (LEXINGTON, KY) IN THE

AMOUNT OF $20,000.00 PER UNIT, FOR A TOTAL PRICE OF $100,000.00.



WHEREAS, the Harley Davidson ?Road King? Police Motorcycles will be used by the

Motor Transport Division of the Columbus Police Department, while performing

traffic control and accident investigation.



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



That the City Manager is hereby authorized to purchase five (5) Harley Davidson

?Road King? Police Motorcycles, from Man O?War Harley-Davidson, (Lexington, KY)

in the amount of $20,000.00 per unit, for a total price of $100,000.00. Funds

are budgeted in the FY13 Budget: LOST/Public Safety Fund ? Police ? Public

Safety LOST ? Rolling Stock; 0102 ? 400 ? 9900 ? LOST ? 7726.



_________________



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

held the _________ day of ____________________, 2013 and adopted at said

meeting by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.









_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM B?

A RESOLUTION



NO._____





A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT FOR THE

PURCHASE OF SECURITY CAMERAS AND ACCESSORIES FOR BUSES, ON AN ?AS NEEDED?

BASIS, FROM UTC FIRE & SECURITY AMERICAS CORPORATION, INC. DURING THE FIRST

YEAR, METRA ESTIMATES SPENDING APPROXIMATELY $120,000 TO PURCHASE SECURITY

CAMERAS AND ACCESSORIES TO BE INSTALLED ON TRANSIT BUSES.



WHEREAS, the term of the contract will be for one year, with option to renew for two

additional twelve-month periods. Contract renewal is contingent upon the

mutual agreement of the City and the Contractors.



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



That the City Manager is hereby authorized to execute an annual

contract for the purchase of security cameras and accessories for buses, on an

?as needed? basis, from UTC Fire & Security Americas Corporation, Inc. During

the first year, METRA estimates spending approximately $120,000 to purchase

security cameras and accessories to be installed on transit buses. Funds are

budgeted each fiscal year for this on going expense: Transportation Fund ?

METRA ? MFTA - Capital Expend ? Over $5,000; 0751 ? 610 ? 2400 ?MFTA - 7761

(City 20% and Federal 80%).



___________________



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

held the _________ day of ____________________, 2013 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 CONTRACTS FOR SAFETY INSPECTIONS OF

TAXICABS WITH THE FOLLOWING FIRMS ON AN ?AS NEEDED BASIS?: WHITE?S AUTOMOTIVE

CENTER, INC., D/B/A FIFTY CENT RENT A CAR AND EPPERLY TIRE AND AUTO.



WHEREAS, an RFP was administered (RFP No. 13-0012) and two proposals were

received; and,



WHEREAS, the proposal submitted by White?s Automotive Center, Inc., D/B/A Fifty

Cent Rent A Car, and Epperly Tire and Auto met all proposal requirements and

are deemed responsive to the RFP; and,



WHEREAS, the term of the 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.



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



That the City Manager is hereby authorized to execute contracts with White?s

Automotive Center, Inc., D/B/A Fifty Cent Rent a Car and Epperly Tire and Auto

for Safety Inspection of Taxicabs on an annual basis. The fees will be paid by

the taxicab owners.

______________________





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

held the _________ day of ____________________, 2013 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 PROCUREMENT OF PRESSURE WASHING SERVICES

FOR THE COLUMBUS CIVIC CENTER FROM WRIGHTWAY PRESSURE WASHING, LLC, FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $4,500.00.



WHEREAS, the contractor will be required to pressure wash the ultrply 78+ roof

of the Columbus Civic Center two (2) times per year; and,



WHEREAS, the contract period shall be for two years, with option to renew for

three (3) additional twelve-month periods. Contract renewal shall 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 procure pressure washing

services for the Columbus Civic Center from Wrightway Pressure Washing, LLC,

for the estimated annual contract value of $4,500.00. Funds are budgeted each

fiscal year for this on-going expense: Civic Center Fund ? Civic Center ? Civic

Center Operations ? Contractual Services; 0757-160-1000-CIVC-6319.







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

held the _________ day of ____________________, 2013 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 EXECUTION OF AN ADDITIONAL LEASE AGREEMENT

FOR ONE (1) ADDITIONAL COLOR PHOTOCOPIER FOR PUBLIC WORKS DEPARTMENT. THE

COLOR COPIER WILL BE LEASED FROM THE OVERBY COMPANY, (COLUMBUS, GA) AT A LEASE

COST OF $ .0709 CENTS PER COLOR COPY AND $ .007 CENTS PER BLACK/WHITE COPY.



WHEREAS, the estimated copy volume will be approximately 2000 color copies, and

1000 black/white copies per year. The color copier is required by the Public

Works Department to enhance graphics for presentations, and to provide color

copies for other Division; and,



WHEREAS, the Contractor will provide repair services, maintain color

photocopier and also provide all expendable supplies, excluding copier paper;

and,



WHEREAS, Council awarded the annual contract to The Overby Company for

the lease of color photocopiers per Resolution Number 88-11. The contract was

for the lease of five (5) color photocopiers; One (1) for Planning Department;

two (2) for Print Shop; and two (2) for the GIS Division, and;



WHEREAS, the original contract began February 22, 2011, with five (5) year

lease agreement terms. The City is currently in the second year of the

contract. In order to lease another copier, the City will need to enter into

another 5-year lease agreement. The contract will be automatically renewed

(without the need for any further action) every 12 months until the end of such

60-month term. Columbus Consolidated Government may cancel this contract due

to the Non-appropriation of funds for a given fiscal year or non-performance by

Contractor. If non-performance is not cured within 30 days, the City can

cancel the contract by providing the vendor written notice of intent to cancel.



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



That the City Manager is hereby authorized to execute an annual

contract for the lease of one (1) color photocopier for Public Works

Department, from The Overby Company, (Columbus, GA) at a lease cost of $ .0709

cents per color copy and $ .007 cents per black/white copy. Funds are

budgeted each fiscal year for this on-going expense: General Fund ? Public

Works ? Administration ? Copier Charges; 0101-260-1000-PSDR-6632.



__________________



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

held the _________ day of ____________________, 2013 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 EXECUTION OF AN ANNUAL CONTRACT FOR PURSUIT

CAR BUILD OUT SERVICES WITH COLUMBUS COMMUNICATIONS, INC.



WHEREAS, an RFP was administered (RFP NO. 13-0017) and two proposals

were received; and,



WHEREAS, the proposal submitted by Columbus Communications, Inc., met

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



WHEREAS, the term of this contract shall be for two years, with the

option to renew for three (3) 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 Communications, Inc., for Pursuit Car Build-Out

Services. Funds will be budgeted each fiscal year for this on going expense:

LOST - Public Safety ? Police ? Automobiles; 0102-400-9900-LOST-7721, Marshal ?

Automobiles; 0102-530-9900-LOST-7721, Sheriff ? Automobiles;

0102-550-9900-LOST-7721.

_______________



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

held the _________ day of _________________, 2013 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 PAYMENT TO CGI TECHNOLOGIES AND SOLUTIONS, INC.,

(FAIRFAX, VA), IN THE AMOUNT OF $310,064.11 FOR ANNUAL SOFTWARE MAINTENANCE

SUPPORT OF THE LGFS/GHRS (ADVANTAGE) SYSTEMS. THE MAINTENANCE PERIOD WILL

COVER TWELVE MONTHS BEGINNING JANUARY 1, 2013 THROUGH DECEMBER 31, 2013.



WHEREAS, this maintenance support provides the Departments of Information

Technology, Finance, and Human Resources with software enhancements,

documentation updates, User Group support, Hotline support and access to the

American Management Systems (AMS)-sponsored ADVANTAGE Communications Forum; and,



WHEREAS, the following software modules are supported under this

maintenance agreement: Advantage Financial (LGFS), to include: Fixed Assets,

Advanced Budget Preparation, Cost Allocation, Debt Management, Extended

Purchasing, Advanced Receivables, Performance Measurement, Report Distribution,

Investment Inventory; Advantage HR (GHRS), to include: Position Control,

Employee Relations, Employee Benefits, ADVANTAGE/DS



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



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

Technologies and Solutions, Inc., (Fairfax, VA), in the amount of $310,064.11

for annual software maintenance support of the LGFS/GHRS (ADVANTAGE) systems.

The maintenance period will cover twelve months beginning January 1, 2013

through December 31, 2013. Funds are budgeted in the FY13 Budget: General

Fund - Information Technology ? Software Lease; 0101-210-1000-ISS-6541.

____________________



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

the _________ day of ____________, 2013 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


Back to List