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Part of the current VCR system is outdated and constantly breaks down.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