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



August 25, 2009



Agenda Report #419



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department

______________________________________________________________________________



(A) HANDICAP RAMPS & SIDEWALKS ? RFB NO. 09-0052



It is requested that Council authorize the execution of a construction contract

with Robinson Paving Company, in the amount of $315,119.00, for handicap ramps

and sidewalks.



Robinson Paving Company will construct handicap ramps and sidewalks on portions

of the following: 1st Avenue, 2nd Avenue, 3rd Avenue, 5th Avenue, 7th Street,

8th Street, 9th Street, 10th Street, 12th Avenue, 12th Street, 35th Street,

Benning Drive, Blackmon Road, Broadway, College Drive, East Highland Area,

Forest Avenue, Howard Avenue, Jay Street, Ormand Drive, Veterans Parkway, and

Victory Drive.



Request for bid postcard invitations were mailed to thirty-eight vendors and

specifications were posted on the webpage of the Purchasing Division. Seven

bids were received on July 22, 2009. This bid has been advertised, opened and

reviewed. The bidders were:



Vendors Total Bid

Robinson Paving Company, Inc. (Columbus, GA) $315,119.00

Weber Construction, Inc. (Columbus, GA) 331,400.00

McMath-Turner Construction Co. (Columbus, GA) 370,945.00

Northwest Building Supply (Hamilton, AL) 399,065.00

Horizon Construction & Associates, Inc. (Evans, GA) 417,920.00

Southeastern Site Development, Inc. (Newnan, GA) 543,356.00

Blount & Sons Concrete Finishing, Inc. (Moultrie, GA) 695,075.00



Funds are budgeted in the FY10 Budget: Community Development Block Grant Fund -

Community Reinvestment - Neighborhood Redevelopment - Sidewalk Construction,

0210-245-2100-RDEV-7642; Paving Fund Supported Capital Projects - Sidewalk

Construction - Handicap Ramps, 0508-660-3000-CPPF-7642-21022-20020 and

21022-20080; Paving Fund Supported Capital Projects - Sidewalk Construction -

Sidewalks, 0508-660-3000-CPPF-7642-21024-20080.



* * * * * *





(B) FIRE STATION NO. 2 ? RFB NO. 09-0050



It is requested that Council authorize the execution of a construction contract

with Advanced Systems, Inc., in the

amount of $1,198,873.00, for the construction of Fire Station No. 2.



Advanced Systems, Inc., will construct a 3-bay fire station at 33rd Street and

11th Avenue. The work consists of, but is not limited to, the following major

elements: concrete slab on grade, load bearing masonry walls with brick

veneer, wood roof trusses, metal roofing (approximately 4,200 square feet for

apparatus and approximately 3,800 square feet for dormitory style housing).

The work includes all civil, paving, landscaping, mechanical, electrical, and

plumbing.



Request for bid postcard invitations were mailed to forty-nine vendors and

specifications were posted on the webpage of the Purchasing Division. Thirteen

bids were received on July 8, 2009. This bid has been advertised, opened and

reviewed. The bidders were:



Vendors Total Bid

Advanced Systems, Inc. (Woodstock, GA) 1,198,873.00

Taskforce Construction, Inc. (Locust Grove, GA) 1,210,000.00

Sammy Garrison Construction Co., Inc. (Macon, GA) 1,232,225.00

Denson Contracting Co. (Columbus, GA) 1,258,750.00

Holley Construction Company & Assoc. (Columbus, GA) 1,264,500.00

C P Richards Construction Co., Inc. (Lithonia, GA) 1.287.000.00

D. Dean & Associates (Columbus, GA) 1,294,000.00

Ben B. Gordy Construction Co., Inc. (Columbus, GA) 1,298,000.00

Dennis Contracting, Inc. (Peachtree City, GA) 1,298,000.00

Winter Construction (Atlanta, GA) 1,300,000.00

Trammell-Horton Contracting LLC (Fayetteville, GA) 1,354,236.00

Hamby Construction Co. (Lawrenceville, GA) 1,452,000.00

Benning Construction Co. (Smyrna, GA) 1,513,931.00



Funds are budgeted in the FY10 Budget: Lease Revenue Bonds/2003A - CBA 2003A

Fire Stations - General Construction - Fire Station 2;

0554-200-2438-CBA-7661-40231-20090.



(C) PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES (ANNUAL CONTRACT) - RFP

NO. 09-0018



It is requested that Council approve the addition of the following Contractors

be added to the current Professional A & E Services Annual Contract, in the

specified categories: Architectural Services: Neal, Kendust & Murray and

Sizemore Group, LLC; Engineering Services: Moon, Meeks, Mason & Vinson and

Health & Lineback Engineers. Services will be required on an as needed basis

and costs will be negotiated per project.



The current Professional A & E Services, RFP No. 06-0010, contract was awarded

in the specified categories to the following: Architectural Services: 2WR

/Andras Architects and Kenneth Levy; Engineering Services: W. K. Dickson and

Stantec Consulting Services, which was approved under Resolution No. 276-06,

July 11, 2006. With all of the upcoming projects and the limited number of

consultants currently on contract it will be beneficial to retain the current

contractors and contract with additional Contractors. The current Contractors

were not required to submit new proposals. Therefore, the City advertised a

new RFP for additional Contractors. Proposals were requested from qualified

firms to provide Professional A & E







Services to include: Architectural and Engineering Services, on an ?as needed

basis?. The additional firms will be added to the approved list of multiple

firms already under contract with the City and provide services on a rotational

basis for each category. The Engineering Department will base the utilization

rotation on the expertise required for the particular project and the

availability of the firms. Therefore, firms were invited to submit proposals

based on their expertise in either of the two categories. The scope of the

services to be provided are as follows:



Architectural Services

Services will include both standard architectural and landscape architectural

services. The services will include, but not limited to design of governmental

buildings, structures and accessory facilities. Projects may include swimming

pools, pedestrian walkways, bikeways, trails, playgrounds/parks, recreational

buildings and athletic fields. Additional services for preliminary site layout

and studies for Parks to include site work, drainage, roadways and storm

water/wetland management practices; irrigation, planting and lighting plans and

other Engineering tasks as permitted by the State Licensing Board, under these

disciplines.



Engineering Services

The work will involve, but not limited to the following tasks: preparing

preliminary and final engineering studies, environmental, historical reports,

preliminary and final design to include traffic, roadway, and signalization

plans studies. Additionally, both preliminary hydraulic/storm water studies,

designs to include wetland rehabilitation and management, plus modeling

reports; also preparation of utilities, right of way, landscaping, irrigation

plans. Services will also include structural analysis, bridge repairs, reports

and designs. The work at times will require it to be repaired in accordance to

and in cooperation with current GA DOT standards, Georgia E.P.D. and other

state/federal agencies.



The City reserves the right to bid projects separately if deemed to be in the

City?s best interest.



The initial term of the contract shall be for duration of this contract year,

which expires July 10, 2010, with the option to renew for one additional

twelve-month period. Contract renewal will be contingent upon the mutual

agreement of the City and the Contractor.



Request for proposal invitations were mailed and specifications were posted on

the City?s website. The RFP has been advertised. Thirty-one (31) proposals

were received, May 1, 2009, from the following offerors. Firms submitted

proposals based on their expertise in the following areas:







Architectural Services: Engineering Services:

Neal, Kendust & Murray, PC (Columbus, GA) Moon, Meeks, Mason & Vinson, Inc.

(Columbus, GA)

Sizemore Group, LLC (Atlanta, GA) Heath & Lineback Engineers (Marietta, GA)

T. Y. Lin International (Atlanta, GA) T. Y. Lin International (Atlanta, GA)

Hecht Burdeshaw Architects, Inc. (Columbus, GA) PBS & J (Atlanta, GA)

Major L. Holland, Architect (Tuskegee, AL) CHA (Atlanta, GA)

JKH Architects (Dalton, GA) Jacobs Engineering Group (Atlanta, GA)

KUO Diedrich Architects (Atlanta, GA) RS&H (Atlanta, GA)

Wright Mitchell Associates (Roswell, GA) Jordan, Jones & Goulding (Columbus,

GA)

Lose & Associates, Inc. (Lawrenceville, GA) Hatch Mott MacDonald (Atlanta, GA)

Shaw Environmental & Infractructure, Inc. (Alpharetta, GA) Greenberg Farrow

(Atlanta, GA)

John I. Rivers Associates, Inc. (Columbus, GA) Lose & Associates, Inc.

(Nashville, TN)

B & C Studio (Atlanta, GA) CH2Mhill (Morrow, GA)

Williams Design Group (Columbus, GA) Shaw Environmental & Infrastructure

(Alpharetta, GA)

Pharr Engineering, Inc. (Norcross, GA)

QK4 (Norcross, GA)

Clark Patterson Lee (Suwanee, GA)

Volkert & Associates, Inc. (Kennesaw, GA)

Yellansa & Sutherland Engineers, Inc. (Atlanta, GA)

Rochester & Associates. Inc. (Fayetteville, GA)

EMC Engineering Services, Inc. (Columbus, GA)

Lose & Associates, Inc. (Lawrenceville, GA)

Becker Survey Company (Columbus, GA)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from the Engineering Departments. During the evaluation

process the following firms were deemed the most responsive to the RFP in the

following categories: Architectural Services: Neal, Kendust & Murray and

Sizemore Group, LLC; Engineering Services: Moon, Meeks, Mason & Vinson, and

Heath & Lineback Engineers. The RFP process is governed by the City?s

Procurement Ordinance Article 3-110, Competitive Sealed Proposals for the

procurement of Equipment, Supplies and Professional Services and Article 3-111

Architectural/Engineering and Land Surveying Services. 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, negotiations will begin with the next responsive

offerors. Evaluation results have been submitted to the City Manager in a

separate memo for information purposes. Cost proposals will be requested on an

?as needed basis? per project. The City will exercise its option to negotiate

each cost proposal, in accordance with the Procurement Ordinance.



Funds will be budgeted each fiscal year for approved projects in the various

capital projects funds: General, Sewer, Paving, Integrated Waste Fund

Supported; 1999 Sales Tax and 1993 Sales Tax.





(D) 911 CENTER CONSOLE EXPANSION AND MOBILE DATA SYSTEM HIGH

PERFORMANCE UPGRADE



It is requested that Council authorize the contract with Motorola, in the

amount of $1,780,000.00, for the expansion of the E911 Center, to include, two

dispatch consoles and the upgrade of the current mobile data system to provide

high performance (high speed) data transmission to City vehicles equipped with

mobile data computers.



The Police Department desires to install these two additional Dispatch

Positions in the 911 Center in order to support the growth of the Department by

100 Officers and the addition of ten beats to the City. These two positions

must be added to the Radio System prior to December 2009 in order to be able to

add them at all. They will not be available after that date and the city will

not be able to expand the 911 Center without totally replacing the console

system at a greatly increased cost. This project will procure and install the

radio equipment, telephone equipment, Computer Aided Dispatch equipment, all

software licenses and the necessary console furniture with chairs for two fully

equipped dispatch positions.



It is necessary to upgrade the current Mobile Data System to facilitate the

handling of the increased amount of data currently flowing over the system.

With the planned acquisition of an Integrated Case Management System and

Automated Paperless Reporting System the current system?s capacity must be

increased to be able to handle the much higher flow of data. This upgrade will

replace all necessary components of the ground-based equipment with the high

performance components. In addition to our current pass through requirements,

the current equipment has become obsolete and additional vehicle modems for our

current system are no longer available. We must upgrade this system in order

to expand it. This new high speed system will go into service with the 100

Police vehicles currently ordered and scheduled for delivery in early 2010.



Motorola is the only known source for this project because it involves the

expansion and upgrade of existing Motorola systems.



Funds are budgeted in the FY10 Budget: Special Projects/Capital Project Fund ?

Capital Projects ? General Fund Supported Capital Project ? Capital

Expenditures Over $5,000? 911 Console Upgrade; 0508 ? 660 ? 1000 - CPGF ? 7761

- 22265-20090.



* * * * * * * * *



(E) MID-SIZE SEDANS FOR FIRE/EMS



It is requested that Council authorize the purchase of nine (9) mid-size sedans

from Rivertown Ford (Columbus, GA), in the amount of $17,678.00 each, for a

total purchase amount of $159,102.00.



The sedans are replacement units that will be utilized by the Fire/EMS

department as administrative vehicles.



On May 26, 2009 Council approved the purchase of a mid-size sedan from

Rivertown Ford, per Resolution No. 193-09, RFB No. 09-0033 (Option #4). The

bid specifications required vendors to submit a bid price for future purchases

during the FY10 budget year. Rivertown Ford submitted a bid price of

$17,678.00, per unit, for future FY10 purchases. The vendor has provided

written confirmation to honor the bid price.



Funds are budgeted in the FY10 Budget: Funding for seven of the vehicles will

be funded in; 1999 SPLOST Fund ?99 SPLOST EMS Equipment ? Automobiles;

0540-695-2123-TXES-7721-50120-20100. Funding for the two other vehicles will

come from; LOST Fund ? Fire/EMS - Automobiles ? 0102-410-9900-LOST-7721.



* * * * * * * *







(F) MAINTENANCE AGREEMENT FOR E-911 CAD SYSTEM



It is requested that Council approve payment to Motorola, in the amount of

$72,742.00, for the annual maintenance agreement (July 2009 through July 2010)

for the E-911 Center?s Computer Aided Dispatch (CAD) System.



The Police Department (through the 911 Center), Marshal?s Office and Sheriff?s

Office uses the CAD System to dispatch the various Public Safety Units

throughout the City as they are needed. This equipment is a critical part of

Public Safety communications system.



Council approved the purchase of the CAD system from Motorola on July 18, 2006

per Resolution #296-06. The initial warranty has expired and the system must

be covered by a comprehensive 24/7/365 maintenance agreement with Motorola in

order to assure rapid, accurate repairs and minimal down-time.



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

E-911 Communications Center- Miscellaneous Equipment Maintenance;

0209-400-3220-E911-6519.



* * * * * * * *



(G) ATTORNEY FEES



It is requested that Council approve payment of attorney fees to Page,

Scrantom, Sprouse, Tucker & Ford, P.C., in the amount of $32,043.69, for legal

services rendered regarding various City issues during July through August;

approval is also requested for contingent attorney fees that may be incurred

during the remainder of FY10.



Funds are available in the FY10 Budget: General Fund - City Attorney -

Consulting; 0101-120-1000-ATTY-6315.



* * * * * * * *



(H) WARM SPRINGS BIKE TRAIL PHASE TWO ? RFB NO. 10-0001



It is requested that Council authorize the execution of a construction contract

with Robinson Paving Company, in the amount of $663,681.00, for Warm Springs

Bike Trail Phase Two. The work includes clearing, grubbing, grading and

construction of a walkway at grade.



Request for bid postcard invitations were mailed to sixty vendors and

specifications were posted on the webpage of the Purchasing Division. Six bids

were received on August 12, 2009. This bid has been advertised, opened and

reviewed. The bidders were:



Vendors Total Bid

Robinson Paving Company, Inc. (Columbus, GA) $663,681.00

McMath-Turner Construction Co. (Columbus, GA) 748,427,61

D. Dean & Associates (Columbus, GA) 885,767.76

Alexander Contracting Company, Inc. (Fortson, GA) 901,852.65

Southeastern Site Development, Inc. (Newnan, GA) 911,818.75

Cline Service Corp. (Columbus, GA) 1,848,802.00





Funds are budgeted in the FY09 Budget: Funds are budgeted in the FY09 Budget:

1999 Sales Tax Project Fund ? 1999 SPLOST ? 99 SPLOST Walking Trails/Trolley ?

General Construction ? Walking Trails/Trolley Project; 0540?695?2136?TXWT?7761?

53017-20080.





?ITEM A?

A RESOLUTION



NO._______





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT ROBINSON

PAVING COMPANY, IN THE AMOUNT OF $315,119.00, FOR HANDICAP RAMPS AND SIDEWALKS.



WHEREAS, Robinson Paving Company will construct handicap ramps and

sidewalks on portions of the following: 1st Avenue, 2nd Avenue, 3rd Avenue,

5th Avenue, 7th Street, 8th Street, 9th Street, 10th Street, 12th Avenue, 12th

Street, 35th Street, Benning Drive, Blackmon Road, Broadway, College Drive,

East Highland Area, Forest Avenue, Howard Avenue, Jay Street, Ormand Drive,

Veterans Parkway, and Victory Drive.



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



That the City Manager is hereby authorized to execute a construction

contract with Robinson Paving Company, in the amount of $315,119.00, for

handicap ramps and sidewalks. Funds are budgeted in the FY10 Budget:

Community Reinvestment - Neighborhood Redevelopment - Sidewalk Construction,

0210-245-2100-RDEV-7642; Paving Fund Supported Capital Projects - Sidewalk

Construction - Handicap Ramps, 0508-660-3000-CPPF-7642-21022-20020 and

21022-20080; Paving Fund Supported Capital Projects - Sidewalk Construction -

Sidewalks, 0508-660-3000-CPPF-7642-21024-20080.







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

the _________ day of ____________________, 2009 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 A CONSTRUCTION CONTRACT WITH

ADVANCED SYSTEMS, INC., IN THE AMOUNT $1,198,873.00 TO CONSTRUCT FIRE STATION

NO. 2.



WHEREAS, Advanced Systems, Inc., will construct a 3-bay fire station at

33rd Street and 11th Avenue. The work consists of, but is not limited to, the

following major elements: concrete slab on grade, load bearing masonry walls

with brick veneer, wood roof trusses, metal roofing (approximately 4,200 square

feet for apparatus and approximately 3,800 square feet for dormitory style

housing). The work includes all civil, paving, landscaping, mechanical,

electrical, and plumbing.



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



That the City Manager is hereby authorized to execute a construction

contract with Advanced Systems, Inc., in the amount of $1,198,873.00, for the

construction of Fire Station No. 2. Funds are budgeted in the FY10 Budget:

Lease Revenue Bonds/2003A - CBA 2003A Fire Stations - General Construction -

Fire Station 2; 0554-200-2438-CBA-7661-40231-20090.



_______________________________



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

the _________ day of ____________________, 2009 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 ADDITION OF THE FOLLOWING CONTRACTORS TO

BE ADDED TO THE CURRENT PROFESSIONAL A & E SERVICES ANNUAL CONTRACT, IN THE

SPECIFIED CATEGORIES: ARCHITECTURAL SERVICES: NEAL, KENDUST & MURRAY AND

SIZEMORE GROUP, LLC; ENGINEERING SERVICES: MOON, MEEKS, MASON & VINSON AND

HEATH & LINEBACK ENGINEERS. SERVICES WILL BE REQUIRED ON AN ?AS NEEDED BASIS?

AND COSTS WILL BE NEGOTIATED PER PROJECT.



WHEREAS, an RFP was administered (RFP No. 09-0018) and thirty-one (31)

proposals were received; and,



WHEREAS, the proposals submitted by Neal, Kendust & Murray, Sizemore Group LLC,

Moon, Meeks, Mason & Vinson and Heath & Lineback Engineers met all proposal

requirements and were evaluated most responsive to the RFP in their respective

categories; and,



WHEREAS, the current Professional A & E Services, RFP No. 06-0010, contract was

awarded in the specified categories to the following: Architectural Services:

2WR/Andras Architects and Kenneth Levy; Engineering Services: W. K. Dickson and

Stantec Consulting Services, which was approved under Resolution No. 276-06,

July 11, 2006; and,



WHEREAS, the initial term of the contracts shall be for duration of the current

contract year, which expires July 10, 2010, with the option to renew for one

additional twelve-month period. 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 annual contracts

for Professional A & E Services with the firms cited in the following

categories: Architectural Services: Neal, Kendust & Murray and Sizemore Group,

LLC; Engineering Services: Moon, Meeks, Mason & Vinson and Health & Lineback

Engineers. Services will be required on an as needed basis and costs will be

negotiated per project. Funds will be budgeted each fiscal year for approved

projects in the various capital projects funds: General, Sewer, Paving,

Integrated Waste Fund Supported; 1999 Sales Tax and 1993 Sales Tax.

______________________________



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

held the _________ day of ____________, 2009 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 CONTRACT WITH MOTOROLA IN THE AMOUNT OF

$1,780,000.00 FOR THE EXPANSION OF THE E911 CENTER, TO INCLUDE, TWO DISPATCH

CONSOLES AND THE UPGRADE OF THE CURRENT MOBILE DATA SYSTEM TO PROVIDE HIGH

PERFORMANCE (HIGH SPEED) DATA TRANSMISSION TO CITY VEHICLES EQUIPPED WITH

MOBILE DATA COMPUTERS.



WHEREAS, the Police Department desires to install these two additional Dispatch

Positions in the 911 Center in order to support the growth of the department by

100 Officers and the addition of ten beats to the City. These two positions

must be added to the Radio System prior to December 2009 in order to be able to

add them. They will not be available after that date and the city will not be

able to expand the 911 Center without totally replacing the console system at a

greatly increased cost. This project will procure and install the radio

equipment, telephone equipment, Computer Aided Dispatch equipment, all software

licenses and the necessary console furniture with chairs for two fully equipped

dispatch positions; and,



WHEREAS, it is necessary to upgrade the current Mobile Data System to

facilitate the handling of the increased amount of data currently flowing over

the system. With the planned acquisition of an Integrated Case Management

System and Automated Paperless Reporting System the current system?s capacity

must be increased to be able to handle the much higher flow of data. This

upgrade will replace all necessary components of the ground-based equipment

with the high performance components. In addition to our current pass through

requirements, the current equipment has become obsolete and additional vehicle

modems for our current system are no longer available. We must upgrade this

system in order to expand it. This new high speed system will go into service

with the 100 Police vehicles currently ordered and scheduled for delivery in

early 2010; and,



WHEREAS, Motorola is the only known source for this project because it

involves the expansion and upgrade of existing Motorola systems.



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



That the City Manager is hereby authorized to enter into a contract

with Motorola, in the amount of $1,780,000.00, for the expansion of the E911

Center, to include, two dispatch consoles and the upgrade of the current mobile

data system to provide high performance (high speed) data transmission to City

vehicles equipped with mobile data computers. Funds are budgeted in the FY10

Budget: Special Projects/Capital Project Fund ? Capital Projects ? General

Fund Supported Capital Project ? Capital Expenditures Over $5,000? 911 Console

Upgrade; 0508 ? 660 ? 1000 - CPGF ? 7761 - 22265-20090.



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

_____________________________











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

the _________ day of _________________, 2009 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 E?



A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING THE PURCHASE OF NINE (9) MID-SIZE SEDANS FROM

RIVERTOWN FORD (COLUMBUS, GA), IN THE AMOUNT OF $17,678.00 EACH, FOR A TOTAL

PURCHASE AMOUNT OF $159,102.00.



WHEREAS, the sedans are replacement units that will be utilized by the Fire/EMS

department as administrative vehicles; and,



WHEREAS, May 26, 2009 Council approved the purchase of a mid-size sedan from

Rivertown Ford, per Resolution No. 193-09, RFB No. 09-0033 (Option #4). The

bid specifications required vendors to submit a bid price for future purchases

during the FY10 budget year. Rivertown Ford submitted a bid price of

$17,678.00, per unit, for future FY10 purchases.



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



That the City Manager is hereby authorized to purchase nine (9)

mid-size sedans from Rivertown Ford (Columbus, GA), in the amount of $17,678.00

each, for a total purchase amount of $159,102.00. Funds are budgeted in the

FY10 Budget: Funding for seven of the vehicles will be funded in; 1999 SPLOST

Fund ?99 SPLOST EMS Equipment ? Automobiles;

0540-695-2123-TXES-7721-50120-20100. Funding for the two other vehicles will

come from; LOST Fund ? Fire/EMS - Automobiles ? 0102-410-9900-LOST-7721.

____________________________



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

the _________ day of _________________, 2009 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 F?

A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA, IN THE AMOUNT OF

$72,742.00, FOR THE ANNUAL MAINTENANCE AGREEMENT (JULY 2009 THROUGH JULY 2010)

FOR THE E-911 CENTER?S COMPUTER AIDED DISPATCH (CAD) SYSTEM.



WHEREAS, the Police Department (through the 911 Center), Marshal?s

Office and Sheriff?s Office uses the CAD System to dispatch the various Public

Safety Units throughout the City as they are needed. This equipment is a

critical part of Public Safety communications system; and,



WHEREAS, Council approved the purchase of the CAD system from Motorola

on July 18, 2006 per Resolution #296-06. The initial warranty has expired and

the system must be covered by a comprehensive 24/7/365 maintenance agreement

with Motorola in order to assure rapid, accurate repairs and minimal

down-time.

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

FOLLOWS:



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

in the amount of $72,742.00, for the annual maintenance agreement (July 2009

through July 2010) for the E-911 Center?s Computer Aided Dispatch (CAD)

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

Police ? E-911 Communications Center- Miscellaneous Equipment Maintenance;

0209-400-3220-E911-6519.

_________________________________________



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

held the _________ day of ____________, 2009 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 G?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING PAYMENT OF ATTORNEY FEES TO PAGE, SCRANTOM,

SPROUSE, TUCKER & FORD, P.C., IN THE AMOUNT OF $32,043.69, FOR LEGAL SERVICES

RENDERED REGARDING VARIOUS CITY ISSUES DURING JULY THROUGH AUGUST; APPROVAL IS

ALSO REQUESTED FOR CONTINGENT ATTORNEY FEES THAT MAY BE INCURRED DURING THE

REMAINDER OF FY10.



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



That the City Manager is hereby authorized to pay attorney fees to

Page, Scrantom, Sprouse, Tucker, Ford, P.C., in the amount of $32,043.69, for

legal services rendered regarding various City issues during July through

August; approval is also requested for contingent attorney fees that may be

incurred during the remainder of FY10. Funds are available in the FY10

Budget: General Fund - City Attorney - Consulting; 0101-120-1000-ATTY-6315.

________________________________

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

held the _________ day of ____________, 2009 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 H?

A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

ROBINSON PAVING COMPANY, IN THE AMOUNT OF $663,681.00, FOR WARM SPRINGS BIKE

TRAIL PHASE TWO.



WHEREAS, the work includes clearing, grubbing, grading and construction

of a walkway at grade.



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



That the City Manager is hereby authorized to execute a construction

contract with Robinson Paving Company, in the amount of $663,681.00 for Warm

Springs Bike Trail Phase Two. Funds are budgeted in the FY09 Budget: Funds are

budgeted in the FY09 Budget: 1999 Sales Tax Project Fund ? 1999 SPLOST ? 99

SPLOST Walking Trails/Trolley ? General Construction ? Walking Trails/Trolley

Project; 0540?695?2136?TXWT?7761?53017-20080.



____________________________________



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

the _________ day of ____________________, 2009 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