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.