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 # 3



Columbus Consolidated Government

Council Meeting



November 18, 2008



Agenda Report # 332



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



A) REPLACEMENT CHAIRS FOR E911



It is requested that Council approve the purchase of 18 (eighteen) replacement

chairs from The Overby Company in the amount of $13,660.99. The purchase will

be accomplished via Georgia Statewide Contract #60748.



The new chairs will replace chairs that were purchased in 1996 when the Public

Safety Building was constructed. The old chairs require repairs and are no

longer covered under warranty. Chairs in the E911 center are utilized by

various individuals, 24 hours per day, everyday. The new chairs are

specifically designed for high-intensity environments where chairs perform all

day, every day, and support a wide range of users.



The Police Department tested high-usage chairs from Overby (via Georgia State

Contract) and Office Depot (via U.S. Communities Contract through GMA). The

chairs from The Overby Company proved to be more comfortable, easily adjustable

and higher quality.



Funds are budgeted in the FY09 Budget: Emergency Telephone Fund ? Police ?

E911 ? Furniture; 0209-400-3220-E911-7731.



* * * * * * * * *



B) SURVEILLANCE EQUIPMENT FOR RIVERCENTER PARKING GARAGE



It is requested that Council approve the purchase of digital surveillance

equipment from Columbus Fire & Safety in the amount of $14,496.58. The

equipment will be utilized at the RiverCenter Parking Garage.



Part of the current VCR system is outdated and constantly breaks down.

Consequently, repairs are costly due to the obsolescence of the equipment.

Digital surveillance systems installed in public places, buses, or retail

centers can deter crime, provide the police with leads, help citizens feel

safer, and improve the economy of a crime-stricken area. These IP-based

systems not only capture precise images, they do so in a way that is scalable

within a company's current IP network with pan-tilt-zoom (PTZ) cameras that are

fast and sophisticated.



Columbus Fire & Safety was requested to provide a quote for the new digital

equipment. The new equipment will be used in conjunction with some of the

salvageable equipment from the old system; which was provided, and is currently

maintained by the vendor.









Funds are budgeted in the FY09 Budget: Transportation Fund ? Transportation ?

FTA ? Capital Expenditures Over $5,000; 0751-610-2400-MFTA-7761.



* * * * * *



(C) Gym Floor MAintenance Services (Annual Contract) ? RFB No. 09-0017



It is requested that Council approve the annual contract for gym floor

maintenance services from Stevens Gymnasiums, Inc., for the estimated annual

contract value of $9,990.00.



The contractor will perform necessary maintenance services to recondition the

gym floors, including stripping/sealing the wood gym flooring. The maintenance

services will be performed, on an ?as needed basis,? at: Comer Gym, North

Columbus Gym, Shirley Winston Gym, Frank D. Chester Gym, Northside Recreation

Center and Psalmond Road Recreation Center; as well as, stripping and

refinishing the stage area at Comer gym for the Parks & Recreation Department.



The contract period is for two years, with the option to renew for three

additional twelve-month periods. Renewal is contingent upon the mutual

agreement of the City and the Contractor.



Specifications were posted on the City?s website; bid responses were received

on October 15, 2008 from six bidders. This bid has been advertised, opened and

reviewed. The bidders were:



Vendors Bid Amount

Stevens Gymnasiums, Inc. (Roswell, GA) $9,990.00

*Ram Enterprises, Inc. (Montgomery, AL) $8,882.12

*All American Athletic Floors, Inc. (Oeata, FL) $13,800.00

*Euro Wood Floors (Lawrenceville, GA) $15,969.00

Revell Flooring Company, Inc. (Atlanta, GA) $26,500.00

*Riptide Unlimited, Inc. (New Smyrna Beach, FL) $31,500.00



*Vendors failed to provide required document(s); therefore, their bid was

deemed incomplete. The Purchasing Division notified the vendors, in writing,

of the bid evaluation findings.



Funds are budgeted each fiscal year for this ongoing expense: General Fund -

Parks & Recreation ? Recreation Services ? Contractual Services,

0101-270-2400-RECR-6319.



* * * * * *



(D) PAVEMENT MARKING SERVICES (ANNUAL CONTRACT) - RFB NO. 09-0016



It is requested that Council approve the purchase of pavement marking services

from Peek Pavement Marking, Inc., for the estimated annual contract value of

$200,000.00. The contractor will perform pavement marking services on City

streets in accordance with the Federal Manual of Uniform Traffic Control

Devices, or as specified by the Traffic Engineer or appointed agent.



The contract period is for three years, with the option to renew for two

additional twelve-month periods. Renewal is contingent upon mutual agreement

of the City and the Contractor.



Specifications were posted on the City?s website; one bid was received on

October 8, 2008. This bid has been advertised, opened and reviewed. The

bidder was:









Peek Pavement Marking, Inc. (Columbus, GA) $200,000.00



Funds are budgeted each fiscal year for this ongoing expense: Paving Fund -

Engineering - Highways & Road ? Engineering-Highways & Roads-Road Maintenance

Materials, 0203-250-2200-ROAD-6726.



* * * * * * *



(E) STATIONARY STEAM CLEANERS ? RFB NO. 09-0019



It is requested that Council authorize the purchase of three (3) stationary

steam cleaners in the amount of $16,528.50 from Valley Hotsy. The replacement

stationary steam cleaners will be installed at the wash racks located on

Schatulga Road, behind Park Services and at the heavy equipment repair building

located at Pine Grove Landfill, and will be used to clean the back of garbage

trucks.



Specifications were posted on the City?s website; two bid submittals were

received on October 29, 2008. This bid has been advertised, opened and

reviewed. The bidders were:



Description Valley Hotsy

(Columbus, GA) Eller Services

(Columbus, GA)

Stationary Steam Cleaners (3 Units) $15,295.50 $17,242.50

Option 1: Detergent Control (3 units) 248.00 Included

Option 2: Remote Controls (3 units) 635.00 Included

Option 3: Heavy-duty hose reel (3 units) 350.00 826.65

Total Bid $16,528.50 $18,069.15



Funds are budgeted in the FY09 Budget: Paving Fund ? Street Improvements ?

Capital Expenditures Over $5000; 0203-260-2100-STRT-7761. Integrated Waste

Management Fund ? Solid Waste Collection ? Capital Expenditures Over $5000;

0207-260-3510-GARB-7761. Integrated Waste Management Fund ? Pine Grove

Landfill ? Capital Expenditures Over $5000; 0207-260-3560-PGRO-7761.



* * * * * *



(F) PROPERTY & EVIDENCE BARCODE SYSTEM ? RFP NO. 08-0024



It is requested that Council authorize the execution of a contract with Tracker

Products LLC (Florence, KY) for a property and evidence barcode system.



The recommended vendor, Tracker Products, LLC, will provide and install a

property and evidence barcode system to be used by the Property & Evidence Unit

of the Columbus Police Department. This is a web-based system that will allow

access, with password availability, on a read-only basis to a wider scope of

users. Both the District Attorney's office and State Court Solicitor's office,

in preparing for cases, would benefit by having the ability to log onto a system





at any time and be able to see what evidence is available to them. The same

reasoning applies to police investigators, who are on duty 24/7, involved in a

follow-up investigation.



Although the Property & Evidence Unit of the Columbus Police Department is not

open 24/7, the large number of personnel who would be able to access it at any

given hour makes a web-based bar code system necessary. Such a system would be

far more suitable and versatile for the department?s needs.



Requests for proposal invitations were mailed to fifty-two vendors. This RFP

has been advertised and posted on the City?s web page. A proposals was

received on August 15, 2008 from one offeror:



Tracker Products, LLC (Florence, KY)



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

voting representatives from the Police Department and Information Technology

Department. A Representative from the Police Department served in an advisory

capacity.



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. Evaluation results and cost information has

been submitted to the City Manager in a separate memo, for informational

purposes.



The barcode system would result in a more efficient, accountable, and error

free system for monitoring and managing the CPD evidence system. For

comparison purposes, the Mainframe system we now use has become outdated as

well as undependable in tracking evidence.



Funds are pending FY08 carryover: Police ? Support Services ? Capital

Expenditures over $5,000.00; 0101-400-2200-STAF ?7761.



* * * * * *



(G) GIS CONSULTING SERVICES ? RFP NO. 08-0026



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

Geographic Information Services, Inc., to assist the City in the migration to

and implementation of ESRI?s ArcGIS9.2 Server Enterprise software.



The recommended vendor Geographic Information Services, Inc, will assist the

City in the migration to and implementation of ESRI?s ArcGIS9.2 Server

Enterprise software. In 2004 the City migrated its tax parcels, aerial

photography, contours and several key data sets from coverages to an ArcSDE 9.0

geodatabase. This data is currently accessed internally via ESRI desktop

products. In addition to the ArcSDE geodatabase, the City has data in several

personal geodatabases and multiple shapefiles. The City seeks to move all of

this data to a new implementation of ESRI?s ArcGIS Server in an effort to

establish, promote and coordinate the use of an enterprise GIS among Columbus

Consolidated Government departments and agencies to improve overall efficiency

and effectiveness in government decision-making.









Requests for proposal invitations were mailed to one hundred, fifty-four

vendors. This RFP has been advertised and posted on the City?s web page.

Proposals were received on June 18, 2008 from twelve offerors:



Geographic Information Services (Birmingham, AL)

Applied Geographical Consulting (Birmingham, AL)

Data Transfer Solutions (Orlando, FL)

Geographic Technologies Group (Goldsboro, NC)

Jacobs Carter Burgess (Atlanta, GA)

Plangraphics, Inc. (Frankfort, KY)

Robert Kimball & Associates (Melbourne, FL)

Smart Data Strategies (Franklin, TN)

Stantec, Inc. (Macon, GA)

Timmons Group (Richmond, VA)

Woolpert, Inc. (Atlanta, GA)

Burk-Kleinpeter, Inc. (Birmingham, AL)



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

representatives from the Information Technology Department and the Geographic

Information Services and Drainage Divisions of the Engineering Department.

Representatives from the Information Technology Department and the Geographic

Information Services Division of the Engineering Department served in an

advisory capacity.



The Evaluation Committee evaluated the vendors based on their proposals and

began negotiations with the highest ranked vendor, Geographic Information

Services, Inc. Upon agreement from both parties, the Evaluation Committee

recommended award of the contract to Geographic Information Services, Inc.

Cost proposals and evaluation results are attached.



The Evaluation committee deemed the proposal from Geographic Information

Services most responsive to the RFP specifications for the following reasons:



The offered proposal meets specification requirements and the Evaluation

Committee was satisfied with the vendor?s understanding of the project and

approach.



The Evaluation Committee was satisfied with the vendor?s references.

The Evaluation Committee was satisfied with the vendor?s cost proposal.



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. Evaluation results and cost information has

been submitted to the City Manager in a separate memo, for informational

purposes.



Funds pending FY08 carryover request: General Fund ? Engineering ? Geographic

Information Systems ? Consulting; 0101-250-2400-GIS-6315.



* * * * * * * *









(H) TRUCK WITH 12? FLAT BED DUMP BODY- RFB NO. 08-0079



It is requested that Council authorize the purchase of two (2) cab and chassis

from Wade Ford (Smyrna, GA) in the amount of $44,592.00.00, and two (2) 12?

flat bed dump bodies from Park Built Body Company (Sylvester, GA) in the amount

of $13,968.00.



The trucks with 12? flat bed dump bodies are replacement units and will be used

by the Parks Services Division of the Parks & Recreation Department to

transport tools and work material for jobs at the Riverwalk and City owned

parks.



Specifications were posted on the City?s website; bid responses were received

on July 30, 2008 from eight bidders. This bid has been advertised, opened and

reviewed. The bidders were:











Funds are budgeted in the FY09 Budget: Integrated Waste Management Fund ?

Public Services ? Solid Waste Collection ? Heavy Trucks;

0207-260-3510-GARB-7723.



* * * * * * *



(I) PAYMENT FOR BUS REPAIRS AND BUS PARTS



It is requested that Council approve payment to New Flyer Parts (Canada) in the

amount of $11,173.11, for various bus repairs and parts occurring during the

month of October.



The repairs and bus parts are required from New Flyer as they are the

manufacturer of the buses. These expenditures are part of the normal

maintenance required for the buses utilized by METRA.



Funds are budgeted in FY09 Budget: Transportation Fund ? Auto Parts and

Supplies; 0751-1562



* * * * * * * * *





(J) E911 800MHZ PLANT INTEGRATED RADIO SYSTEM CONSOLE MAINTENANCE

AGREEMENT AND CENTRAL ELECTRONICS BAY



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

of $28,977.36, for the annual Maintenance Agreement (October 2008 through

September 2009) for the E911 Plant Integrated Radio System Console Equipment

and Central Electronics Bay.



The Police Department (through the E911 Center) and Sheriff?s Office uses

Motorola Console equipment 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. It has, since the initial warranty

expired, been covered by a comprehensive 24/7/365 maintenance agreement with

Motorola in order to assure rapid and accurate repairs and minimal down time.

This maintenance agreement also covers the bi-directional amplification system

that provides a back up to the console system and allows the 911 Center to

continue to operate should the console equipment stop working. This

Maintenance Agreement will insure that the City receives complete and cost

effective support of this equipment and allows the City to control the

operating costs associated with the console equipment.



The E911 Radio System and its various components were originally purchased from

Motorola. Therefore, the vendor is the only known source able to provide the

maintenance service.



Funds are budgeted in FY09 Budget: Emergency Telephone Fund ? Police - E911 ?

Service Contracts; 0209-400-3220-E911-6513.



* * * * *



K) TRAFFIC INCIDENT MANAGEMENT SERVICES (TIMS) (ANNUAL CONTRACT) ? RFP

NO. 09-0009



It is requested that Council approve a contract with Columbus Towing &

Recovery, Inc., to provide traffic incident management services. Traffic

Incident Management Services (TIMS) is vehicular road services typically and

commonly provided by wrecker/towing services. Vehicles shall include all

self-propelled vehicles, including two-wheel, three-wheel vehicles, which are

defined as a motor vehicle in Ga. Code 40-1-1 (Motor Vehicle Law-Definitions).

Contractor will also provide towing services for City vehicles requiring road

assistance.



Columbus Towing & Recovery, Inc., will provide the following services:



Road services, winching, and towing for passenger autos, small vans, pickup

trucks, motorcycles, and any other vehicles not exceeding two tons.

Negotiate fees for vehicles exceeding two tons and/or other vehicles not

described above.

Provide, at no cost, towing of first twenty (20) city vehicles in a calendar

month.

Provide road and towing services for City vehicles two (2) through five (5) tons

Provide road and towing services at additional cost for City vehicles exceeding

five (5) tons.

Provide all equipment necessary to perform required services.

Competent administrative, support, driver personnel on a 24-hour per day basis.

Maintain a record system that towed vehicles are accurately and uniquely

identified, and release of towed vehicle is made to the rightful owner/agent.

Provide proper storage of towed vehicles.



The term of the contract shall be for five (5) years. The initial fee schedule

shall remain fixed for the first two (2) years. Once each calendar year,

beginning with the third year, and each year thereafter, Contractor may request

a meeting of the various Public Safety agencies, Department of Public Services,

Purchasing Division Manager, and the City Manager?s Office to consider fee

changes.



Requests for proposal invitations were mailed to thirteen (13) vendors and the

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

advertised, opened and evaluated. Two proposals were received September 26,

2008 from the following offerors:



Columbus Towing & Recovery, Inc. (Columbus, GA)

All Pro Lock & Tow (Columbus, GA)



The proposals were reviewed by the Evaluation Committee, which consisted of

voting representatives from: METRA, Police, Fire/EMS, Sheriff and Marshal

Departments. The committee also consisted of two non-voting Advisors from the

Police Department and Public Services Department.



The City?s Procurement Ordinance, Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the process of an RFP there is no formal opening, due

to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offeror, negotiations will begin

with the next responsive offeror. Evaluation results and cost information has

been submitted to the City Manager in a separate memo, for informational

purposes.



Towing charges for vehicles of citizens will be billed to the owner of the

vehicles. Funding to cover towing services for City vehicles is budgeted each

fiscal year for this on-going expense: Various Departments ? Auto Parts and

Supplies; 6721; General Fund - Police - Motor Transport ? Motor Transport -

Other Purchased Services, 0101-400-3230-MOTR-6699; Transportation Fund -

Transportation FTA ? METRA FTA (UMTA) ? Vehicle Operation & Maintenance,

0751-610-2400-MFTA-6516







?ITEM A?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE PURCHASE OF 18 (EIGHTEEN) REPLACEMENT

CHAIRS FROM THE OVERBY COMPANY IN THE AMOUNT OF $13,660.99. THE PURCHASE WILL

BE ACCOMPLISHED VIA GEORGIA STATEWIDE CONTRACT #60748.



WHEREAS, the new chairs will replace chairs that were purchased in 1996

when the Public Safety Building was constructed. The old chairs require

repairs and are no longer covered under warranty. Chairs in the E911 center

are utilized by various individuals, 24 hours per day, everyday. The new

chairs are specifically designed for high-intensity environments where chairs

perform all day, every day, and support a wide range of users; and,



WHEREAS, the Police Department tested high-usage chairs from Overby (via

Georgia State Contract) and Office Depot (via U.S. Communities Contract through

GMA). The chairs from The Overby Company proved to be more comfortable, easily

adjustable and higher quality.



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



That the City Manager is hereby authorized to purchase 18 (eighteen)

replacement chairs from The Overby Company in the amount of $13,660.99. The

purchase will be accomplished via Georgia Statewide Contract #60748. Funds

are budgeted in the FY09 Budget: Emergency Telephone Fund ? Police ? E911 ?

Furniture; 0209-400-3220-E911-7731.





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

held the _________ day of ____________, 2008 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 PURCHASE OF DIGITAL SURVEILLANCE EQUIPMENT

FROM COLUMBUS FIRE & SAFETY IN THE AMOUNT OF $14,496.58. THE EQUIPMENT WILL BE

UTILIZED AT THE RIVERCENTER PARKING GARAGE.



WHEREAS, consequently, repairs are costly due to the obsolescence of

the equipment. Digital surveillance systems installed in public places, buses,

or retail centers can deter crime, provide the police with leads, help citizens

feel safer, and improve the economy of a crime-stricken area; and,



WHEREAS, Columbus Fire & Safety was requested to provide a quote for

the new digital equipment. The new equipment will be used in conjunction with

some of the salvageable equipment from the old system; which was provided, and

is currently maintained by the vendor.



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



That the City Manager is hereby authorized to purchase digital

surveillance equipment from Columbus Fire & Safety in the amount of

$14,496.58. The equipment will be utilized at the RiverCenter Parking

Garage. Funds are budgeted in the FY09 Budget: Transportation Fund -

Transportation - FTA Capital Expenditures Over $5,000; 0751-610-2400-MFTA-7761.



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

held the _________ day of ____________, 2008 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 ANNUAL CONTRACT FOR GYM FLOOR MAINTENANCE

SERVICES, ON AN ?AS NEEDED? BASIS, FROM STEVEN?S GYMNASIUMS, INC., FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $9,990.00.



WHEREAS, the contractor will perform necessary maintenance services to

recondition the gym floors, including stripping/sealing the wood gym flooring.

The maintenance services will be performed, on an ?as needed basis,? at:

Comer Gym, North Columbus Gym, Shirley Winston Gym, Frank D. Chester Gym,

Northside Recreation Center and Psalmond Road Recreation Center; as well as,

stripping and refinishing the stage area at Comer Gym for the Parks &

Recreation Department; and,



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

three additional twelve month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



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



That the City Manager is hereby authorized to enter into an annual

contract for gym floor maintenance services from Stevens Gymnasiums, Inc., for

the estimated annual contract value of $9,990.00. Funds are budgeted each

fiscal year for this ongoing expense: General Fund - Parks & Recreation ?

Recreation Services ? Contractual Services, 0101-270-2400-RECR-6319.

______________________________



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

the _________ day of ___________________, 2008 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 PURCHASE OF PAVEMENT MARKING SERVICES FROM PEEK

PAVEMENT MARKING, INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $200,000.00.



WHEREAS, the contractor will perform pavement marking services on an ?as needed

basis,? in accordance with the Federal Manual of Uniform Traffic Control

Devices, or as specified by the Traffic Engineer or appointed agent; and,



WHEREAS, the contract period is for three (3) years with option to renew for

two (2) additional twelve - month periods.



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



That the City Manager is hereby authorized to purchase pavement marking

services, from Peek Pavement Marking, Inc., for the estimated annual contract

value of $200,000.00. Funds are budgeted each fiscal year for this ongoing

expense: Paving Fund - Engineering - Highways & Road ? Engineering-Highways &

Roads-Road Maintenance Materials, 0203-250-2200-ROAD-6726.

__________________________________



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

the _________ day of ___________________, 2008 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 THREE STATIONARY STEAM CLEANERS IN THE

AMOUNT OF $16,528.50 FROM VALLEY HOTSY.



WHEREAS, the replacement stationary steam cleaners will be installed at the

wash racks located on Schatulga Road, behind Park Services and at the heavy

equipment repair building located at Pine Grove Landfill, and will be used to

clean the back of garbage trucks.



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



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

steam cleaners in the amount of $16,528.50 from Valley Hotsy. Funds are

budgeted in the FY09 Budget: Paving Fund ? Street Improvements ? Capital

Expenditures Over $5000; 0203-260-2100-STRT-7761. Integrated Waste Management

Fund ? Solid Waste Collection ? Capital Expenditures Over $5000;

0207-260-3510-GARB-7761. Integrated Waste Management Fund ? Pine Grove

Landfill ? Capital Expenditures Over $5000; 0207-260-3560-PGRO-7761

__________________________________



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

the _________ day of ___________________, 2008 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 THE EXECUTION OF A CONTRACT WITH TRACKER PRODUCTS LLC

(FLORENCE, KY) FOR A PROPERTY AND EVIDENCE BARCODE SYSTEM.



WHEREAS, an RFP was administered (RFP No. 08-0024) and one proposal was

received; and,



WHEREAS, the proposal submitted by Tracker Products met all proposal

requirements and is deemed most responsive to the RFP.



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



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

with Tracker Products LLC (Florence, KY) for a property and evidence barcode

system. Funds are budgeted in the FY09 Budget: Police ? Support Services ?

Capital Expenditures over $5,000.00; 0101-400-2200-STAF ?7761.

__________________________________



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

the _________ day of ____________, 2008 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 THE EXECUTION OF A CONTRACT WITH GEOGRAPHIC

INFORMATION SERVICES, INC., TO ASSIST THE CITY IN THE MIGRATION TO AND

IMPLEMENTATION OF ESRI?S ARCGIS9.2 SERVER ENTERPRISE SOFTWARE.



WHEREAS, an RFP was administered (RFP No. 08-0026) and one proposal was

received; and,



WHEREAS, the proposal submitted by Geographic Information Services, Inc., met

all proposal requirements and is deemed most responsive to the RFP.



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



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

with Geographic Information Services, Inc., to assist the City in the migration

to and implementation of ESRI?s ArcGIS9.2 Server Enterprise software. Funds

pending FY08 carryover request: General Fund ? Engineering ? Geographic

Information Systems ? Consulting; 0101-250-2400-GIS-6315.

__________________________________



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

the _________ day of ____________, 2008 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 PURCHASE OF TWO (2) CAB AND CHASSIS FROM

WADE FORD (SMYRNA,GA) IN THE AMOUNT OF $44,592.00, AND TWO (2) 12? FLAT BED

DUMP BODIES FROM PARK BUILT BODY COMPANY (SYLVESTER, GA) IN THE AMOUNT OF

$13,968.00.



WHEREAS, the trucks with 12? flat bed dump bodies are replacement units

and will be used by the Parks Services Division of the Parks & Recreation

Department to transport tools and work material for jobs at the Riverwalk and

City owned parks.



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



That the City Manager is hereby authorized to purchase two (2) cab and

chassis from Wade Ford (Smyrna, GA) in the amount of $44,592.00, and two (2)

12? flat bed dump bodies from Park Built Body Company (Sylvester, GA) in the

amount of $13,968.00. Funds are budgeted in the FY09 Budget: Integrated Waste

Management Fund ? Public Services ? Solid Waste Collection ? Heavy Trucks;

0207-260-3510-GARB-7723.

__________________________________



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

the _________ day of ____________, 2008 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 I?





A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING PAYMENT TO NEW FLYER PARTS (CANADA) IN THE

AMOUNT OF $11,173.11, FOR VARIOUS BUS REPAIRS AND PARTS OCCURRING DURING THE

MONTH OF OCTOBER.



WHEREAS, The repairs and bus parts are required from New Flyer as they are the

manufacturer of the buses. These expenditures are part of the normal

maintenance required for the buses utilized by METRA.



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



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

Flyer Parts (Canada) in the amount of $11,173.11, for various bus repairs and

parts occurring during the month of October. Funds are budgeted in FY09

Budget: Transportation Fund ? Auto Parts and Supplies; 0751-1562.

__________________________________



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

the _________ day of ____________, 2008 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 J?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PAYMENT TO MOTOROLA IN THE AMOUNT OF

$28,977.36 FOR THE ANNUAL MAINTENANCE AGREEMENT (OCTOBER 2008 THROUGH SEPTEMBER

2009) FOR THE E911 PLANT INTEGRATED RADIO SYSTEM CONSOLE EQUIPMENT AND CENTRAL

ELECTRONICS BAY.



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

uses Motorola Console equipment 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, the equipment has, since the initial warranty expired, been covered by

a comprehensive 24/7/365 maintenance agreement with Motorola in order to assure

rapid and accurate repairs and minimal down time; and,



WHEREAS, this maintenance agreement also covers the bi-directional

amplification system that provides a back up to the console system and allows

the 911 Center to continue to operate should the console equipment stop working.



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 $28,977.36 for the annual Maintenance Agreement (October 2008 through

September 2009) for E911 Plant Integrated Radio System Console Equipment and

Central Electronics Bay. Funds are budgeted in FY09 Budget: Emergency

Telephone Fund, Police, E911 ? Service Contracts; 0209-400-3220-E911-6513.

______________________________



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

_________ day of ____________, 2008 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 K?





A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH COLUMBUS TOWING &

RECOVERY, INC., (COLUMBUS, GA) FOR TRAFFIC INCIDENT MANAGEMENT SERVICES (TIMS)

TO BE USED ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 09-0009) and two proposals were

received; and,



WHEREAS, the proposal submitted by Columbus Towing & Recovery, Inc., met all

proposal requirements and is deemed most responsive to the RFP.



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



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

with Columbus Towing & Recovery, Inc., for Traffic Incident Management Services

to be used on an ?as needed basis?. Towing charges for vehicles of citizens

will be billed to the owner of the vehicles. Funding to cover towing services

for City vehicles is budgeted each fiscal year for this on-going expense:

Various Departments ? Auto Parts and Supplies; 6721; General Fund - Police -

Motor Transport ? Motor Transport - Other Purchased Services,

0101-400-3230-MOTR-6699; Transportation Fund - Transportation FTA ? METRA FTA

(UMTA) ? Vehicle Operation & Maintenance, 0751-610-2400-MFTA-6516



__________________________________



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

the _________ day of ____________, 2008 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





ADD-ON - 11/17/08

Attachments


Back to List