Agenda Item # 3
Columbus Consolidated Government
Council Meeting
October 9, 2012
Agenda Report # 111
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) MOBILE DATA UNIT HARDWARE MAINTENANCE FOR FY13
It is requested that Council approved payment to Motorola Solutions, Inc.,
(Atlanta, GA) in the amount of $141,149.28, for hardware maintenance of Mobile
Data Units (laptop computers) installed in Public Safety patrol vehicles and
various General Government service vehicles. This payment covers the period
from July 1, 2012 through June 30, 2013.
The computers provide access to E-911 for Public Safety Departments and other
databases for General Government departments. The maintenance agreement
provides hardware support and repair on a 24/7/365 schedule.
All of the equipment is manufactured by Motorola and is proprietary in nature.
Therefore, the vendor is the Only Known Source, per Section 3-114 of the
Procurement Ordinance.
Funds in the amount of $123,221.28 are budgeted in the FY13 Budget: Emergency
Telephone Fund ? Police ? E911 Communications Center ? Service Contracts;
0209-400-3220-E911-6513.
Funds in the amount of $17,928.00 are budgeted in the FY13 Budget: General
Government ? Information Technology ? Computer Equipment Maintenance;
0101-210-1000-ISS-6511.
* * * * * * * *
(B) MID-SIZE SPORT UTILITY VEHICLES
It is requested that Council approve the purchase of three (3) mid-size sport
utility vehicles (2013 Ford Explorer 4x4) from Allan Vigil Ford (Morrow, GA),
in the amount of $27,495.00 per unit, for a total price of $82,485.00, via
Georgia Statewide Contract #S-90795-A53.
These replacement vehicles were approved in the FY13 Budget for the Engineering
Department. One vehicle will be used by an inspector to transport files,
equipment and personnel needed to inspect development/construction sites, meet
with citizens and other departments, and to perform other routine duties. The
second vehicle will be used by a survey supervisor and survey crew when needed
to transport equipment and personnel in their routine duties. The third vehicle
will be utilized by office staff to visit construction sites, verify addresses,
meet with citizens and other routine duties.
Funds are budgeted in the FY13 Budget as follows:
Two (2) vehicles: Sewer (Stormwater) Fund ? Engineering ? Drainage ? Light
Trucks; 0202-250-2300-DRAN-7722.
One (1) vehicle: Paving Fund ? Engineering ? Highways and Roads ? Light
Trucks; 0203-250-2200-ROAD-7722.
* * * * * * * *
(C) PURCHASE OF WETLAND/STREAMBANK CREDITS
It is requested that Council authorize the City Manager to purchase wetland and
streambank credits from the Georgia Land Conservation Center, or any other U.S.
Army Corps of Engineers approved mitigation bank in the Chattahoochee River
Hydrologic Unit, to mitigate for impacts associated with development of the
Muscogee Technology Park. The estimated financial impact for mitigation of
wetlands and streambank impacts, for the full developments of Muscogee
Technology Park, is approximately $3,000,000.00.
Per Resolution 385-10, dated October 26, 2010, Council authorized the City
Manager to purchase wetlands and streambank credits, in the amount of $941,180,
from the Upatoi Creek and Kolomoki Mitigation banks to meet the requirements of
the City's Section 404 permit for impacts at Muscogee Technology Park. On
occasion, the number of credits required to satisfactorily meet the 404 permit
requirements exceeds the combined available credits in both Upatoi and Kolomoki
banks. The U.S. Army Corps of Engineers has directed the City to purchase
credits through the Georgia Land Conservation Center or other approved bank in
the Chattahoochee River Hydrologic Unit, if available. Since the previous
purchase of credits, an additional bank, Bradley Farm, has become
operational. When additional credits are not available from approved banks,
the City will be required to purchase from the Georgia Land Conservation Center
through the "in-lieu-fee mitigation program".
Currently, 26.18 Wetland and 6,016.7 Stream credits are required to offset
impacts associated with the final construction phase of the Eastern Connector
roadway project through the Muscogee Technology Park. The quoted prices from
the banks are as follows:
Bradley Farms $233,917.60 Includes stream and wetland credits ($28 / stream credit /
$2500 / wetland credit)
Upatoi 265,216.05 Includes stream and wetland credits ($31.50 / stream credit and
$2,900 / wetland credit)
Kolomoki 222,617.90 Includes stream credits only ($37 / stream credit)
The City is required, by our Section 404 permit, to mitigate for all wetlands
and streambank impacts in Muscogee Technology Park. The limited availability
or credits from approved mitigation banks requires the City to purchase from
other approved sources or other approved banks as they become operational.
Funds are budgeted in: 1999 Sales Tax Project Fund ? 99 SPLOST Need For Land ?
Land: 0540-695-2133-TXNF-7611-50601-20070.
* * * * * * * *
(D) OFFICE SUPPLIES (ANNUAL CONTRACT) ? RFB NO. 12-0060
It is requested that Council approve the purchase of high-usage office supplies
from Staples (Atlanta, GA) for the estimated annual contract value of
$34,861.99, to be purchased on an ?as needed basis?; as well as, non-excluded
catalog items. The high-usage office supplies includes: various pens, pencils,
file supplies etc. Staples will provide a 25% -70% discount for catalog items
not excluded from the contract. The contract excludes the following: All
Furniture (desks, chairs, bookcases, credenzas, workstations, etc); All
Copiers/Printers and Copier Paper, and Computer Equipment (hardware and
software). Staples will also provide a volume rebate incentive.
This initial term of the contract shall be for two years, with the option to
renew for three (3) additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
Bid postcard invitations were mailed to thirty-eight (38) vendors and
bid specifications were posted on the City?s website and the Georgia
Procurement Registry. Eight bids were received on July 25, 2012. This bid has
been advertised, opened and reviewed. The bidders were:
Funds are budgeted each fiscal year for this on going expense: Various
Departments - Office Supplies and Operating Materials; 6711 & 6728.
* * * * * * * *
(E) GROUNDS MAINTENANCE SERVICES ? (ANNUAL CONTRACT) ? RFP NO. 12-0026
It is requested that Council approve the annual contract for grounds
maintenance from Outdoor Solutions for Areas 1, 3 & 6; LandTex for Area 5; and
A Cut Above Landscape for Areas 2 & 4. All firms will provide grounds
maintenance services to include weekly, monthly and yearly maintenance
routines, including fertilizing, weekly mowing, edging, weed control,
irrigation, pruning, mulching, disease and insect control, etc. The ground
maintenance services provided by the contractors will include all the necessary
equipment and labor. The City manages forty-two (42) Gateway grounds
maintenance areas in Muscogee County. The areas, listed below, enhance the
appearance of major road arteries, high visibility areas and improve the
quality of life for its citizens:
Area 1 ? I-185 Interstate Sites
Area 2 ? J. R. Allen Parkway/Sam Wellborn Parkway Sites
Area 3 ? Downtown/Historic Sites
Area 4 ? Inner-City Mini-Gateway Sites
Area 5 ? Pedestrian and Tourist Sites
Area 6 ? Adopt-A-Spot Median Sites
The term of the contract shall be for one year beginning November 1, 2012
through October 31, 2013, with the option to renew for four (4) additional
twelve-month periods. Contract renewal will be contingent upon the mutual
agreement of the City and the Contractors.
The RFP postcard invitations were mailed to one hundred and eight (108)
vendors, and posted on the City?s website and Georgia Procurement Registry.
The RFP has been advertised, opened and evaluated. Proposals were received on
June 1, 2012, from the following Six (6) offerors.
A Cut Above (Fortson, GA)
Outdoor Solutions (Columbus, GA)
LandTex (Columbus, GA)
Four Seasons Lawn Care (Columbus, GA)
Best Landscaping (Fortson, GA)
Lawns Are Us (Columbus, GA)
The proposals were reviewed by the Evaluation Committee members, which
consisted of representatives from Public Services and Finance Departments. A
representative from the Public Services Department served in an advisory
position and was not a voting member.
The City?s Procurement Ordinance, Article 3-110, Competitive Sealed Proposals
for the procurement of Equipment, Supplies and Professional Services, governs
the RFP Process. During the process of an RFP there is no formal opening, due
to the possibility of negotiated components of the proposal. In the event
Council does not approve the recommended offeror, no proposal responses or any
negotiated components are made public until after the award of the contract.
If Council does not approve the recommended offeror, negotiations will begin
with the next responsive offeror. Evaluation results and cost information have
been submitted to the City Manager in a separate memo for information purposes.
Funds will be budgeted each fiscal year for this ongoing expense: Public
Services-Landscape and Forestry ? Contractual Services; 0203-260-3120-ROWM-6319.
* * * * * * * *
(F) NON-PURSUIT VEHICLES
It is requested that Council approve the purchase of twenty-one (21)
non-pursuit vehicles (2013 Chevrolet Impalas), from Hardy Chevrolet, (Dallas,
GA), in the amount of $386,358.00 ($18,398.00 per unit), via Georgia State
Contract # SWC 90795.
Fifteen (15) unmarked police vehicles were approved in the FY13 Budget for the
Columbus Police Department, and six (6) non-pursuit vehicles were approved in
the FY13 Budget for the Sheriff?s Office. These are replacement vehicles.
Funds are budgeted in the FY13 Budget as follows:
Police ? LOST-Public Safety Fund ? Police ? Public Safety-LOST ? Automobiles;
0102 ? 400 ? 9900 ? LOST ? 7721.
Sheriff?s Office ? LOST-Public Safety Fund ? Sheriff ? Public Safety-LOST ?
Automobiles; 0102 ? 550 ? 9900 ? LOST ? 7721.
* * * * * * * *
(G) FACILITIES MAINTENANCE, REPAIR & OPERATION (MRO), INDUSTRIAL SUPPLIES &
TOOLS
It is requested that Council approve the purchase of facilities maintenance,
repair & operation (MRO), industrial supplies and tools from Grainger
Industrial Supply, via Georgia State Contract, SWC 99999-001-SPD-0000078-0002.
Various City departments will purchase the MRO products on an ?as needed
basis?. The State Contract includes an established pricing for a list of 570
Core items and discounts on Non-Core items ranging from 12% to 20%.
The effective date of the State contract commenced on September 4, 2012, and
will continue through August 31, 2013, with four (4) one year options to
renew.
Departments will be able to purchase repair items from Grainger Industrial
Supply, under the State Contract, which will eliminate the need to request
price quotes. In addition, this will be a time saving tool, especially for
Facilities Maintenance staff handling the upkeep of City buildings.
Funds are budgeted each fiscal year for this on-going expense: Various
departments - Operating Materials; 6728.
* * * * * * * *
(H) COPIER PAPER & TONER ITEMS
It is requested that Council approve the purchase of copier paper and toner
items from Staples, via Georgia State Contract, SWC 99999-SPD-SPD0000065-0001.
Various City departments will purchase copier paper and toner items on an ?as
needed basis?.
The effective date of the State contract commenced on April 1, 2012 and will
continue through March 31, 2014.
Departments will be able to purchase copier paper and toner items from Staples,
under the State Contract, which will eliminate the need to request price
quotes. In addition, this will be a time saving tool since copier paper is no
longer included in the Copier contract.
Funds are budgeted each fiscal year for this on-going expense: Various
departments ? Office Supplies; 6711; Operating Materials; 6728.
* * * * * * * *
(I) HALF-TON CREW CAB, 4x4 PICKUP TRUCK
It is requested that Council approve the purchase of one (1) half-ton crew cab,
4x4 pickup truck (2013 Ford F150), from Allan Vigil Ford, (Morrow, GA), in the
amount of $27,438.00, via Georgia State Contract # SWC S-90795-B42.
One (1) half-ton crew cab, 4x4 pickup truck was approved in the FY13 Budget for
the Public Services Department. The supervisor of the Forestry and
Beautification Division will use the vehicle to check on crews and travel to
and from job sites. This is a replacement vehicle.
Funds are budgeted in the FY13 Budget: Paving Fund ? Public Services ? Right
of Way Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722.
* * * * * * * *
(J) AUDIT SERVICES OF CONTRACT FOR HOSPITAL CARE TO INDIGENT PERSONS ? RFP NO.
12-0014
It is requested that Council approve the contract, for audit services, with JD
Shirley, LLC, (Tuscaloosa, AL) to perform a three-year compliance audit of the
hospital care to indigent persons contract, between the Columbus Consolidated
Government and the Medical Center Hospital Authority, with the option to audit
additional years, if needed. The three-year compliance audit shall include
fiscal years ending June 30, 2010, June 30, 2011, and June 30, 2012.
JD Shirley, LLC, shall:
? Provide a written report of the findings and recommendation.
? Make a formal presentation of the report to City Council.
? Complete the audit in not more than 180 days after contract signing.
Request for proposal invitations were mailed to eighty-four vendors and
specifications were posted on the City?s website and the Georgia Procurement
Registry. The RFP has been advertised, opened and evaluated. Proposals were
received on August 10, 2012, from the following three offerors:
JD Shirley LLC (Tuscaloosa, AL)
Moore Stephens Lovelace, PA (Clearwater, FL)
Cherry, Bekaert & Holland, LLP (Atlanta, GA)
The proposals were reviewed by the Evaluation Committee members, which
consisted of voting representatives from the following departments: Mayor?s
Office, Finance and Human Resources; and one non-voting advisory representative
from the Finance 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, the RFP specifications
will be re-advertised. Therefore, the evaluation results and cost information
has been submitted to the City Manager in a separate memo for informational
purposes.
Funds are budgeted in the FY13 Budget: General Fund ? Miscellaneous ?
Contingency ? Contingency; 0101-590-2000-CONT-9801. Funding will be budgeted,
as needed, in the event additional audits are necessary.
* * * * * * * *
(K) ON-SITE CLINIC FOR EMPLOYEES, RETIREES & DEPENDENTS (ANNUAL CONTRACT) ?
RFP NO. 12-0010
It is requested that Council authorize the negotiation of a contract with
TransformHealthRx to establish an on-site or nearby clinic for employees,
retirees and dependents.
The Contractor shall provide, but not be limited to, the following:
? Primary care
? Immunizations, injections, vaccinations
? New hire physicals, public safety (police and fire department physicals)
exams and screenings, including new hire, random and required drug testing
? Job injury services including the treatment of injuries and case management
as allowed by the Workers Compensation Laws of the State of Georgia.
? Required drug testing and employment physicals for positions that fall under
the regulations of: Federal Highway Administration Regulations Safety
Sensitive, Federal Transit Administration for Transit Operators and Safety
Sensitive positions, and United States Coast Guard Boat Captain?s.
? Annual lab testing and biometric screenings
? Prescriptions
? Pharmaceuticals
? Disease management and primary care case management
? Health risk assessments
? Call support
The contract term shall be for five years, with the option to renew for an
additional five (5) years. Contract renewal will be contingent upon the mutual
agreement of the City and the Contractor.
Request for proposals postcard invitations were mailed to seventy-seven (77)
vendors, and posted on the City?s website and the Georgia Procurement
Registry. The RFP has been advertised, opened and evaluated. On February 17,
2012, proposals were received from the following eight (8) offerors:
TransformHealthRx (Statesboro, GA)
CareHere, LLC (Brentwood, TN)
Marathon Health (Colchester, VT)
We Care TLC (Longwood, FL)
HealthStat, Inc. (Charlotte, NC)
Concentra Health Services (Gladstone, NJ)
Walgreens-Take Care Health System (Deerfield, IL)
Valley Healthcare System (Columbus, GA)
The proposals were reviewed by the Evaluation Committee members, which
consisted of representatives from Mayor?s Office, Police and Public Services
Departments. A representative from Human Resources served as an advisor.
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. No proposal
responses or any negotiated components are made public until after the award of
the contract. If Council does not approve the recommended offeror,
negotiations will begin with the next responsive offeror or the RFP
specifications may be re-advertised. The evaluation results have been submitted
to the City Manager in a separate memo for informational purposes.
Funds will be budgeted each fiscal year for this on going expense: Employee
Health Insurance Fund ? Human Resources ? Health Insurance Fees?Contractual
Services; 0850-220-3320-HLTH-6319.
* * * * * * * *
(L) AUTOMOTIVE BODY REPAIR SERVICES (ANNUAL CONTRACT) ? RFB NO. 13-009
It is requested that Council approve the annual contract for automotive body
repair services from Syskon Partners, LLC, D/B/A Collision Surgeons of Columbus
(Columbus, GA). The Fleet Manager estimates the annual usage/contract value in
the amount $120,000, based on past body repair history. The contractor will
provide automotive body repair services for all types of vehicles utilized by
Columbus Consolidated Government on an ?as needed basis?.
The contract term shall be for three years.
Request for bid postcard invitations were mailed to fifteen (15) vendors, and
bid specifications were posted on the City?s website and the Georgia
Procurement Registry. Three bids were received on August 29, 2012. This bid
has been advertised, opened and reviewed. The bidders were:
Description:
Vendors: Shop Labor
(Per Hour) Paint & Supplies
(Cost per hour) Parts
Syskon Partners, LLC, D/B/A
Collision Surgeons of Columbus (Columbus, GA)
$40.00
$28.00 Billed at list price w/5% discount
Helms Brothers Body Shop
(Columbus, GA)
$44.00
$28.00 Parts & supplies
at retail
Columbus Body Works Northlake
(Columbus, GA)
$44.00
$28.00 Parts will be
at list price
Funds will be budgeted each fiscal year for this ongoing expense: Inventory
Account 0101-1562.
* * * * * *
(M) PROFESSIONAL SIGN MAKING AND ERECTING SERVICES FOR ALCOHOL BEVERAGE
LICENSE APPLICATIONS (ANNUAL CONTRACT) ? RFB N0. 13-0018
It is requested that Council approve the annual contract for Professional Sign
Making and Erecting Services for Alcohol Beverage License Applications, on an
?as needed basis,? from Curtiss Signs, Inc., for the estimated annual contract
value of $9,900.00.
The Professional Sign Making and Erecting Services will be utilized by the
Finance Department/Revenue Division. The sign making and erecting services
requested are in conjunction with the application process for an Alcohol
Beverage License in Muscogee County.
The term of the contract period shall be for two years, with the option to
renew for three (3) additional twelve (12) month periods. Contract renewal is
contingent upon the mutual agreement of the contractor and the City.
Bid postcard invitations were mailed to one hundred and fifty-eight (158)
vendors, and posted on the City?s website, and Georgia Procurement Registry.
The bid has been advertised, opened and reviewed. The bidders were:
Estimated Annual Contract Value
Curtiss Signs, Inc., (Columbus, GA) $9,900.00
Sunshine Banners & Signs (Columbus, GA) $14,100.00
Funds will be budgeted each fiscal year for this ongoing expense: General Fund
?Finance Department ? Revenue-Occupation Tax ? Contractual Services;
0101-200-2200-REVN-6319.
* * * * * *
(N) ROLL-IN DOUBLE-RACK GAS OVEN FOR MUSCOGEE COUNTY PRISON (RE-BID) ? RFB NO.
13-0019
It is requested that Council authorize the purchase of a roll-in double-rack
gas oven and accessories from Strategic Equipment & Supply in the amount of $
28,702.85. This is replacement equipment for Muscogee County Prison.
Request for bid postcard invitations were mailed to fifty-three (53) vendors,
and bid specifications were posted on the City?s website and the Georgia
Procurement Registry. Eight bids were received on September 28, 2012. This
bid has been advertised, opened and reviewed. The bidders were:
Funds are budgeted in the FY13 Budget: LOST - Public Safety ? MCP ? Capital
Expenditures over $5000; 0102-420-9900-LOST-7761.
* * * * * *
(O) E911 COMPUTER AIDED DISPATCH (CAD) SYSTEM, PREMIER, AND AIRMOBILE
ANNUAL SOFTWARE LICENSE MAINTENANCE AND SUPPORT
It is requested that Council authorize payment to Motorola Solutions (Atlanta,
GA) in the amount of $303,591.00 for Computer Aided Dispatch (CAD) System,
Premier Software, and AirMobile software license maintenance and support,
covering the period from July 1, 2012 through June 30, 2013.
The Police Department (through the 911 Center), Marshal?s Office and Sheriff?s
Office uses the Motorola Computer Aided Dispatch System and the Airmobile
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. 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.
All of the software was developed by Motorola and is proprietary in nature.
Therefore, the vendor is considered an Only Known Source, per Section 3-114 of
the Procurement Ordinance.
Funds are budgeted in the FY13 Budget: Emergency Telephone Fund ? Police ?E911
? Service Contracts, 0209-400-3220-E911-6513.
?ITEM A?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA SOLUTIONS, INC., (ATLANTA,
GA) IN THE AMOUNT OF $141,149.28, FOR HARDWARE MAINTENANCE OF MOBILE DATA UNITS
(LAPTOP COMPUTERS) INSTALLED IN PUBLIC SAFETY PATROL VEHICLES AND VARIOUS
GENERAL GOVERNMENT SERVICE VEHICLES. THIS PAYMENT COVERS THE PERIOD FROM JULY
1, 2012 THROUGH JUNE 30, 2013.
WHEREAS, the mobile computers provide access to E-911 for Public Safety
Departments and other databases for General Government departments. The
maintenance agreement provides hardware support and repair on a 24/7/365
schedule; and,
WHEREAS, all of the equipment is manufactured by Motorola and is
proprietary in nature. Therefore, the vendor is the Only Known Source, per
Section 3-114 of the Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to Motorola
Solutions, Inc., (Atlanta, GA) in the amount of $141,149.28, for hardware
maintenance and support for Mobile Data Units (laptop computers) installed in
Public Safety patrol vehicles and various General Government service vehicles.
This payment covers the period from July 1, 2012 through June 30, 2013.
Funds in the amount of $123,221.28 are budgeted in the FY13 Budget: Emergency
Telephone Fund ? Police ? E911 Communications Center ? Service Contracts;
0209-400-3220-E911-6513. Funds in the amount of $17,928.00 are budgeted in
the FY13 Budget: General Government ? Information Technology ? Computer
Equipment Maintenance.
__________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM B?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) MID-SIZE SPORT
UTILITY VEHICLES (2013 FORD EXPLORER 4x4), FROM ALLAN VIGIL FORD (MORROW, GA),
IN THE AMOUNT OF 27,495.00 PER UNIT, FOR A TOTAL AMOUNT OF $82,485.00, VIA
GEORGIA STATEWIDE CONTRACT #S-90795-A53.
WHEREAS, three (3) replacement mid-size sport utility vehicles were approved in
the FY13 Budget for the Engineering Department. One vehicle will be used by an
inspector to transport files, equipment and personnel needed to inspect
development/construction sites, meet with citizens and other departments, and
to perform other routine duties. The second vehicle will be used by a survey
supervisor and survey crew when needed to transport equipment and personnel in
their routine duties. The third vehicle will be utilized by office staff to
visit construction sites, verify addresses, meet with citizens and other
routine duties.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase three (3)
mid-size sport utility vehicles (2013 Ford Explorers 4x4) from Allan Vigil Ford
(Morrow, GA), in the amount of $82,485.00, via Georgia Statewide Contract
#S-90795-A53. Funds are budgeted in the FY13 Budget as follows:
Two (2) vehicles: Sewer (Stormwater) Fund ? Engineering ? Drainage ? Light
Trucks; 0202-250-2300-DRAN-7722. One (1) vehicle: Paving Fund ? Engineering ?
Highways and Roads ? Light Trucks; 0203-250-2200-ROAD-7722.
________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM C?
A RESOLUTION
NO.________
A RESOLUTION AUTHORIZING THE PURCHASE OF WETLAND AND STREAMBANK CREDITS
FROM THE GEORGIA LAND CONSERVATION CENTER, OR ANY OTHER U.S. ARMY CORPS OF
ENGINEERS APPROVED MITIGATION BANK IN THE CHATTAHOOCHEE RIVER HYDROLOGIC UNIT,
TO MITIGATE FOR IMPACTS ASSOCIATED WITH DEVELOPMENT OF THE MUSCOGEE TECHNOLOGY
PARK. THE ESTIMATED FINANCIAL IMPACT FOR MITIGATION OF WETLANDS AND STREAMBANK
IMPACTS, FOR THE FULL DEVELOPMENTS OF MUSCOGEE TECHNOLOGY PARK, IS
APPROXIMATELY $3,000,000.00.
WHEREAS, per Resolution 385-10, dated October 26, 2010, Council authorized the
City Manager to purchase wetlands and stream bank credits, in the amount of
$941,180, from the Upatoi Creek and Kolomoki Mitigation banks to meet the
requirements of the City's Section 404 permit for impacts at Muscogee
Technology Park. On occasion, the number of credits required to
satisfactorily meet the 404 permit requirements exceeds the combined available
credits in both Upatoi and Kolomoki banks. The U.S. Army Corps of Engineers
has directed the City to purchase credits through the Georgia Land Conservation
Center or other approved bank in the Chattahoochee River Hydrologic Unit, if
available. Since the previous purchase of credits, an additional bank,
Bradley Farm, has become operational. When additional credits are not
available from approved banks, the City will be required to purchase from the
Georgia Land Conservation Center through the "in-lieu-fee mitigation program";
and,
WHEREAS, currently, 26.18 Wetland and 6,016.7 Stream credits are required to
offset impacts associated with the final construction phase of the Eastern
Connector roadway project through the Muscogee Technology Park; and,
WHEREAS, the City is required, by our Section 404 permit, to mitigate
for all wetlands and streambank impacts in Muscogee Technology Park. The
limited availability or credits from approved mitigation banks requires the
City to purchase from other approved sources or other approved banks as they
become operational.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase wetland and
streambank credits from the Georgia Land Conservation Center, or any other U.S.
Army Corps of Engineers approved mitigation bank in the Chattahoochee River
Hydrologic Unit, to mitigate for impacts associated with development of the
Muscogee Technology Park. The estimated financial impact for mitigation of
wetlands and streambank impacts, for the full developments of Muscogee
Technology Park, is approximately $3,000,000.00. Funds are budgeted in: 1999
Sales Tax Project Fund ? 99 SPLOST Need For Land ? Land:
0540-695-2133-TXNF-7611-50601-20070.
_________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM D?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF HIGH-USAGE OFFICE SUPPLIES
FROM STAPLES (ATLANTA, GA) FOR THE ESTIMATED ANNUAL CONTRACT AMOUNT OF
$34,861.99, TO BE PURCHASED ON AN ?AS NEEDED BASIS?, AS WELL AS, NON-EXCLUDED
CATALOG ITEMS.
WHEREAS, the high-usage office supplies includes: various pens,
pencils, file supplies, and;
WHEREAS, Staples will provide a 25% - 70% discount for catalog items
not excluded from the contract. The discount excludes the following: All
Furniture (desks, chairs, bookcases, credenzas, workstations, etc); All
Copiers/Printers and Copier Paper, and Computer Equipment (hardware and
software). Staples will also provide a volume rebate incentive; and,
WHEREAS, the office supplies will be utilized in all areas of the City
Government; and,
WHEREAS, the contract shall be for two years, with the option to renew
for three additional twelve-month periods. Contract renewals 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 purchase high-usage
office supplies from Staples (Atlanta, GA) for the estimated annual contract
amount of $34,861.99, to be purchased on an ?as needed basis?, as well as,
non-excluded catalog items. Funds are budgeted each fiscal year for this on
going expense: Various Departments - Office Supplies and Operating Materials;
6711 & 6728.
___________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting _ .
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR GROUNDS MAINTENANCE
SERVICES WITH A CUT ABOVE LANDSCAPE (AREAS 2 & 4), OUTDOOR SOLUTIONS (AREAS 1,
3 & 6) AND LANDTEX (AREA 5).
WHEREAS, the City manages forty-two (42) Gateway grounds maintenance
areas in Muscogee County. The areas, listed below, enhance the appearance of
major road arteries, high visibility areas and improve the quality of life for
its citizens:
Area 1 ? I-185 Interstate Sites Area 2 ? J. R. Allen Parkway/Sam Wellborn
Parkway Sites
Area 3 ? Downtown/Historic Sites Area 4 ? Inner-City Mini-Gateway Sites
Area 5 ? Pedestrian and Tourist Sites Area 6 ? Adopt-A-Spot Median Sites; and,
WHEREAS, an RFP was administered (RFP No. 12-0026) and six proposals were
received; and,
WHEREAS, the proposals submitted by A Cut Above Landscape (Fortson, GA),
Outdoor Solutions (Columbus, GA), and LandTex (Columbus, GA) met all proposal
requirements and are deemed responsive to the RFP; and,
WHEREAS, the term of the contract shall be for one year, beginning November 1,
2012 through October 31, 2013, with the option to renew for four (4) additional
twelve-month periods. Contract renewal will be contingent upon the mutual
agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a contract for
grounds maintenance services with Outdoor Solutions (Areas 1, 3 & 6), LandTex
(Area 5) and A Cut Above Landscape (Areas 2 & 4). Funds will be budgeted each
fiscal year for this on-going expense: Public Services-Landscape and Forestry ?
Contractual Services; 0203-260-3120-ROWM-6319.
_________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting _ .
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM F?
A RESOLUTION
NO.________
A RESOLUTION AUTHORIZING THE PURCHASE OF TWENTY-ONE (21) NON-PURSUIT
VEHICLES (2013 CHEVROLET IMPALAS), FROM HARDY CHEVROLET (DALLAS, GA), IN THE
AMOUNT OF $386,358.00 ($18,398.00 PER UNIT), VIA GEORGIA STATEWIDE CONTRACT #
SWC 90795.
WHEREAS, fifteen (15) unmarked police vehicles were approved in the FY13 Budget
for the Columbus Police Department and six (6) non-pursuit vehicles were
approved in the FY13 Budget for the Sheriff?s Office. These are replacement
vehicles.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase twenty-one (21)
non-pursuit vehicles (2013 Chevrolet Impalas) from Hardy Chevrolet (Dallas,
GA), in the amount of $386,358.00 ($18,398.00 per unit), via Georgia Statewide
Contract # SWC 90795. Funds are budgeted in the FY13 Budget as follows:
Police ? LOST-Public Safety Fund ? Police ? Public Safety-LOST ? Automobiles;
0102 ? 400 ? 9900 ? LOST ? 7721.
Sheriff?s Office ? LOST-Public Safety Fund ? Sheriff ? Public Safety-LOST ?
Automobiles; 0102 ? 550 ? 9900 ? LOST ? 7721.
__________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF FACILITIES MAINTENANCE, REPAIR &
OPERATIONS (MRO), INDUSTRIAL SUPPLIES AND TOOLS FROM GRAINGER INDUSTRIAL
SUPPLY, VIA THE GEORGIA STATEWIDE CONTRACT SWC 99999-001-SPD-0000078-0002 ON AN
?AS NEEDED BASIS?.
WHEREAS, various City Departments will purchase the MRO products on an
?as needed basis?. The State Contract includes established pricing for a list
of 570 Core items and discounts on Non-Core items ranging from 12% to 20%; and,
WHEREAS, the effective date of the State contract commenced on
September 4, 2012, and will continue through August 31, 2013, with four (4) one
year options to renew.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase Facilities
Maintenance, Repair & Operations (MRO), Industrial Supplies and Tools from
Grainger Industrial Supply, via the Georgia Statewide Contract SWC
99999-001-SPD-0000078-0002 on an ?as needed basis?. Funds are budgeted each
fiscal year for this on-going expense: Various departments - Operating
Materials; 6728.
__________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM H?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF COPIER PAPER AND TONER ITEMS FROM
STAPLES VIA THE GEORGIA STATEWIDE CONTRACT SWC 99999-SPD-SPD0000065-0001, ON AN
?AS NEEDED BASIS?.
WHEREAS, the State of Georgia has established a Statewide Contract for the
purchase of copier paper and toner items; and,
WHEREAS, the paper and toner items will be purchased by various City
Departments on an ?as needed basis?; and,
WHEREAS, the effective date of the State contract commenced on April 1,
2012 and will continue through March 31, 2014.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase copier paper and
toner items from Staples via the Georgia Statewide Contract SWC
99999-SPD-SPD0000065-0001 on an ?as needed basis?. Funds are budgeted each
fiscal year for this on-going expense: Various departments ? Office Supplies;
6711; Operating Materials; 6728.
___________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM I?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) HALF-TON CREW CAB, 4x4
PICKUP TRUCK (2013 FORD F150), FROM ALLAN VIGIL FORD (MORROW, GA), IN THE
AMOUNT OF $27,438.00, VIA GEORGIA STATE CONTRACT # SWC S-90795-B42.
WHEREAS, one (1) half-ton crew cab, 4x4 pickup truck was approved in the FY13
Budget for the Public Services Department. The supervisor of the Forestry and
Beautification Division will use the vehicle to check on crews and travel to
and from job sites. This is a replacement vehicle.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) half-ton
crew cab, 4x4 pickup truck (2013 Ford F150) from Allan Vigil Ford (Morrow, GA),
in the amount of $27,438.00, via Georgia Statewide Contract # SWC
S-90795-B42. Funds are budgeted in the FY13 Budget: Paving Fund ? Public
Services ? Right of Way Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722.
___________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM J?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE CONTRACT, FOR AUDIT SERVICES, WITH JD SHIRLEY, LLC
(TUSCALOOSA, AL) TO PERFORM A THREE-YEAR COMPLIANCE AUDIT OF THE HOSPITAL CARE
TO INDIGENT PERSONS CONTRACT, BETWEEN THE COLUMBUS CONSOLIDATED GOVERNMENT AND
THE MEDICAL CENTER HOSPITAL AUTHORITY, WITH THE OPTION TO AUDIT ADDITIONAL
YEARS, IF NEEDED. THE THREE-YEAR COMPLIANCE AUDIT SHALL INCLUDE FISCAL YEARS
ENDING JUNE 30, 2010, JUNE 30, 2011, AND JUNE 30, 2012.
WHEREAS, an RFP was administered (RFP 12-0014) and three proposals were
received from qualified offerors; and,
WHEREAS, the proposal submitted by JD Shirley LLC met all proposal requirements
and was evaluated 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 contract, for audit
services, with JD Shirley, LLC (Tuscscaloosa, AL) to perform a three-year
compliance audit of the hospital care to indigent persons contract, between the
Columbus Consolidated Government and the Medical Center Hospital Authority,
with the option to audit additional years, if needed. The three-year compliance
audit shall include fiscal years ending June 30, 2010, June 30, 2011, and June
30, 2012. Funds are budgeted in the FY13 Budget: General Fund ? Miscellaneous
? Contingency ? Contingency; 0101-590-2000-CONT-9801. Funding will be budgeted,
as needed, in the event additional audits are necessary.
____________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2012 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM K?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH TRANSFORMHEALTHRx
(STATESBORO, GA) TO PROVIDE AN ON-SITE OR NEARBY CLINIC FOR EMPLOYEES, RETIREES
& dependents.
WHEREAS, an RFP was administered (RFP 12-0010) and eight proposals were
received from qualified offerors; and,
WHEREAS, the proposal submitted by TransformHealthRx met all proposal
requirements and was evaluated most responsive to the RFP; and,
WHEREAS, the contract term shall be for five years, with the option to renew
for an additional five (5) years. 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 negotiate a contract with
TransformHealthRx to establish an on-site or nearby clinic for employees,
retirees and dependents. Funds will be budgeted each fiscal year for this on
going expense: Employee Health Insurance Fund ? Human Resources ? Health
Insurance Fees?Contractual Services; 0850-220-3320-HLTH-6319.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2012 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM L?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR AUTOMOTIVE BODY REPAIR
SERVICES, ON AN ?AS NEEDED BASIS?, FROM SYSKON PARTNERS, LLC, D/B/A COLLISION
SURGEONS OF COLUMBUS (COLUMBUS, GA). THE ANNUAL USAGE/CONTRACT VALUE IS
ESTIMATED AT $120,000.
WHEREAS, the contractor will provide automotive body repair services for all
types of vehicles utilized by Columbus Consolidated Government; and,
WHEREAS, the contract term shall be for three years.
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
automotive body repair services, on an ?as needed basis?, from Syskon Partners,
LLC, D/B/A Collision Surgeons of Columbus for the estimated contract value of
$120,000. Funds will be budgeted each fiscal year for this ongoing expense:
Inventory Account 1010-1562.
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM M?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR PROFESSIONAL SIGN MAKING AND
ERECTING SERVICES FOR ALCOHOL BEVERAGE LICENSE APPLICATIONS, ON AN ?AS NEEDED
BASIS?, FROM CURTISS SIGNS, INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF
$9,900.00.
WHEREAS, the Professional Sign Making and Erecting Services will be utilized by
Finance Department/Revenue Division The sign making and erecting services
requested are in conjunction with the application process for an Alcohol
Beverage License in Muscogee County; and,
WHEREAS, the term of contract period shall be for two years, with option to
renew for three (3) additional twelve (12) month periods.
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
Professional Sign Making and Erecting Services for Alcohol Beverage License
Applications on an ?as needed basis? from Curtiss Signs, Inc., for the
estimated annual contract value of $9,900.00. The term of contract shall be
for two years with the option to renew for three additional twelve-month
periods. Funds will be budgeted each fiscal year for this ongoing expense:
General Fund ?Finance Department ? Revenue-Occupation Tax ? Contractual
Services; 0101-200-2200-REVN-6319.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM N?
A RESOLUTION
NO.__________
A RESOLUTION AUTHORIZING THE PURCHASE OF A ROLL-IN DOUBLE-RACK GAS OVEN
AND ACCESSORIES FROM STRATEGIC EQUIPMENT AND SUPPLY IN THE AMOUNT OF
$28,702.85.
WHEREAS, this is replacement equipment for Muscogee County Prison.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a roll-in
double-rack gas oven and accessories from Strategic Equipment and Supply in the
amount of $28,702.85. Funds are budgeted in the FY13 Budget: LOST - Public
Safety ? MCP ? Capital Expenditures over $5000; 0102-420-9900-LOST-7761.
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2012 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 Teresa Pike Tomlinson, Mayor
?ITEM O?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA SOLUTIONS (ATLANTA, GA), IN
THE AMOUNT OF $303,591.00, FOR COMPUTER AIDED DISPATCH (CAD) SYSTEM. PREMIER
SOFTWARE, AND AIRMOBILE SOFTWARE LICENSE MAINTENANCE AND SUPPORT, COVERING THE
PERIOD FROM JULY 1, 2012 THROUGH JUNE 30, 2013.
WHEREAS, the Police Department (through the 911 Center), Marshal?s Office
and Sheriff?s Office uses the Motorola Computer Aided Dispatch System and the
Airmobile System to dispatch the various Public Safety Units throughout the
City, as they are needed; and,
WHEREAS, 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; and,
WHEREAS, all of the software and equipment was developed by Motorola
and is proprietary in nature. Therefore, the vendor is considered an Only
Known Source, per Section 3-114 of the Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to make payment to Motorola
Solutions (Atlanta, GA), in the amount of $303,591.00, for Computer Aided
Dispatch (CAD) System, Premier Software, and AirMobile software license
maintenance and support, covering the period from July 1, 2012 through June 30,
2013. Funds are budgeted in the FY13 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 ____________________, 2012 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
Attachments
No attachments for this document.