Columbus, Georgia
Georgia's First Consolidated Government
Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members
Agenda Item #________
Columbus Consolidated Government
Council Meeting
October 1, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) ELECTRONIC REPORT DISTRIBUTION SOFTWARE AND ELECTRONIC FORMS CONVERSION
SOFTWARE
It is requested that Council authorized the purchase of ByRequest, electronic
report distribution software and one-year maintenance support in the amount of
$18,395.00; and Transform, electronic forms conversion software in the amount
of $5,995.00 from Hillary Software, Inc., (Spring Lake, NJ). The vendor will
provide, install and activate the software.
ByRequest and Transform are electronic report distribution and forms conversion
software utilities that will allow the I. T. Department to distribute mainframe
printed reports as Word, Access and Excel documents to end-users, as opposed to
distributing paper reports. The software can be used to email printed forms
from the mainframe to end-users and vendors, and to save documents on CD. I.
T. currently prints approximately 140,000 sheets of green bar computer paper
per month, at a cost of approximately $1,260.00. The department anticipates
saving $945 per month by eliminating the usage of green bar computer paper
alone. There will be many opportunities to save paper and forms with the
system, which is part of the overall initiative of the City Manager to reduce
paper consumption within the CCG by 50%.
The Information Technology Department has not located any other vendor that can
provide the software for the City?s VSE/ESA mainframe operating platform,
therefore the Hillary Software, Inc., is considered an only know source for the
specific software.
Funds are budgeted in FY03 Budget, Capital Projects-General Fund Supported,
Computer Equipment ? Client Server Development and Voice Response/Web Host;
0508-660-1000-CPGF-7732-22156990 and 22164000.
* * * * * *
(B) FEDERAL REIMBURSEMENT RECOVERY SERVICES CONTRACT EXTENSION
It s requested that Council approve contract with Justice Benefits, Inc., (JBI)
(Dallas, TX), for federal reimbursement recovery services. The services will
be utilized by the Sheriff?s Office to recover federal reimbursements regarding
special circumstance inmates, including medical expenses, mental health
expenses, translator, transportation expenses, food and housing expenses.
Many of the services provided by the Jail are funded directly by local and
state funds when, in fact, some of those services are eligible for Federal
Financial Participation (FFP). In essence, the federal government will
reimburse a percentage of local dollars spent for services currently provided
by the Sheriff?s Department. The vendor will provide professional expertise,
technology and manpower to assist the City in securing the appropriate federal
reimbursements. JBI will perform the following services:
Review the policies and procedures used by the City in order to identify any
additional Federal and other revenue sources that could be captured or enhanced
by the City and to work with the City to secure those additional revenues for
programs approved by the City. In accomplishing this service JBI will perform
the following steps:
a. Meet with City officials who represent the programs as agreed to by the City
and JBI; and,
b. Create a baseline report that distinguishes Federal reimbursements that are
currently being received by the City, and defines the new and/or enhanced
opportunities for reimbursement; and,
c. Assist the City in its efforts to recover additional federal dollars that
are due to the City, as they are identified by JBI; and,
d. Assist the City in negotiations with Federal agencies to ensure that the
City receives the additional revenues identified by JBI.
Council approved the utilization of the vendor?s services for a one-year
contract period (per Resolution #191-01). Justice Benefits recovered
$40,125.00 in federal reimbursements during the previous contract year. At
this time there is no other known vendor who provides these services.
Therefore, the vendor is considered an Only Known Source, per the Procurement
Ordinance, Article 3-114.
The initial term of contract shall be for one year, with the option to renew
for three (3) additional twelve-month periods.
The vendor will be compensated, twenty-two percent (22%), from new revenues
received by the City that are expressly deemed to be a result of JBI?s efforts.
Revenue funds will be deposited into Capital Project General Fund, Office of
Justice ? SCAAP ? Jail Renovation/Expansion, 0508-660-1000-CPGF-4328-22180010.
Expenditures will be paid from Capital Project General Fund, Other Purchased
Prof & Tech Services ? Jail Renovation/Expansion,
0508-660-1000-CPGF-6444-22180010.
* * * * * *
(C) SATELLITE SUBSCRIPTION AND INSTALLATION FOR FIRE/EMS TRAINING
It is requested that Council authorize payment in the amount of $11,034.00 to
Fire and Emergency Television Network (FETN) (Carrollton, TX) for renewal of
the annual satellite services for Fire and Emergency Medical Services
training. The renewal service term is November 1, 2002 to October 31, 2003.
The satellite services include 16.5 hours of programming five days a week,
monthly program guides, lesson plans, testing materials, and personalized
service and support. Curriculum based training programs are offered in Chief
Officer Forum, Firefighter II, First Line Supervisor, Rescue Specialist, EMS
(Continuing Education Coordinating Board for Emergency Medical Services
(CECEEMS) Approved), and Haz Mat.
The addition of FETN to the Fire/EMS overall training program will be
invaluable to the department and the citizens. Providing meaningful training
to a large Fire/EMS Department, such as the City?s, and the specialized
training required for many of the department?s employees is a monumental task
for the training staff currently employed. With the addition of FETN, Company
Commanders will have a tremendous teaching aid available to them on a daily
basis resulting in a better-trained force and a more diverse training
curriculum.
The programming provided uses standards developed by the National Fire
Protection Association (NFPA), International Fire Service Training Association
(IFSTA), and Fire Protection Publications. The training also addresses
standards and mandates set for the fire industry by OSHA, EPA, and DOT. FETN
will also act as third party documentation of training recognized by the
Georgia Firefighter Standards and Training Council.
Council approved utilization of the vendor services for a one-year contract
period (per Resolution #436-01). FETN, a division of PRIMEDIA Workplace
Learning, is the only vendor that provides Fire/EMS training via satellite
subscription service. Therefore, the vendor is considered an Only Known
Source, per the Procurement Ordinance, Article 3-114.
Funds are budgeted in the FY03 Budget, Fire & EMS Special Operations ?
Education/Training; 0101-410-2600-SPCO-6601.
* * * * * *
(D) SECURITY LOCKING SYSTEMS MAINTENANCE (ANNUAL CONTRACT) ? BID NO. 03-0008
It is requested that Council approve the execution of an annual maintenance
contract for security locking systems from Grayco Detention Equipment, Inc.,
for the estimated annual contract value of $150,000.00. The Muscogee County
Jail will utilize this maintenance contract for inspection, repair,
replacement, and update of locking devises, control mechanisms and security
doors in the 1984 tower of the Muscogee County Jail. The locking system in the
jail addition will be included in this contract after the 12-month warranty
expires with the current vendor.
The term of the contract shall be for three years, with the option to renew for
two additional twelve-month periods. Contract renewal will be contingent upon
the mutual agreement of the City and the Contractor.
Fifty-six bid invitations were mailed; two bids were received on August 21,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Grayco Detention Equipment, Inc. (Surfside Beach, SC)
*Cornerstone Detention Products, Inc. (Decatur, AL)
Vendor/Description Grayco Detention Equipment
(Surfside Beach, SC) *Cornerstone Detention
(Decatur, AL)
1. Estimated cost for initial system check $980.00 $14,275.00
Preventive Maintenance
2. Journeyman cost per hour $90.00 $65.00
3. Apprentice cost per hour $75.00 $55.00
Travel Time (distance/time & cost per mile (if applicable)
4. Miles to site 210 222
5. Time to site 4 hrs 4 hrs
6. Cost per mile $ 0.55 $ 0.41
Purchase Parts
7. Cost plus (+) 18% 18%
Emergency Service Calls
8. Cost per hour $90.00 $85.00
9. Cost per hour (after 5:00 PM weekends holidays) $90.00 $75.00
Local Technician in Columbus, GA No No
Respond to a call within one hour? Response Time - 6 hrs Response Time - 2 ? 3 hrs
*Vendor?s bid was incomplete due to failure to acknowledge addendum number 1.
Funds are budgeted each fiscal year for this on going expense; Sheriff,
Muscogee County Jail ? Service Contracts, 0101-550-2600-JAIL-6513.
* * * * * *
(E) STEAM CLEANING MACHINES & SOAP (ANNUAL CONTRACT) -
BID NO 03-0016
It is requested that Council approve the contract for steam cleaning machines
and soap from ChemStation Southeast for the estimated annual contract value of
$13,608.00. The City will purchase approximately 7,200 gallons of soap, and
the contracted vendor will provide six (6) steam-cleaning machines at no
additional cost. The steam cleaning machines & soap is used to steam clean
City vehicles.
The term of the contract shall be for one year with the option to renew for two
additional twelve-month periods. The renewal will be contingent upon the
mutual agreement of the City and the Contractor.
Fifty bid invitations were mailed; three bids were received September 18,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Unit Cost Annual Contract
Per Gallon Value
(Approx. 7,200 Gal)
ChemStation Southeast (Columbus, GA) $1.89 $13,608.00
Bi-State Paper & Janitorial (Midland, GA) 2.50 18,000.00
United Sales Co. (Juliette, GA) 3.00 35,000.00
Funds are budgeted each fiscal year for this ongoing expense; Public Services;
Various Divisions - Vehicle Wash Supplies, 0203-260-3110-REPR-6725,
0101-260-2300-VHCL-6725, 0207-260-3510-GARB-6725.
* * * * * *
(F) POLY VINYL CHLORIDE (PVC) PIPE (ANNUAL CONTRACT) ? BID NO. 03-0012
It is requested that Council approve the purchase of poly vinyl chloride (PVC)
pipe from E & E Wholesale Plumbing for the estimated annual contract value of
$7,500.00. The City will purchase poly vinyl chloride (PVC) pipe in various
sizes on an ?as needed basis? for use by the Public Service Department.
The term of the contract shall be for one year with the option to renew for two
additional twelve-month periods. The renewal will be contingent upon the
mutual agreement of the City and the Contractor.
Thirty-three bid invitations were mailed; one bid was received September 11,
2002. This bid has been advertised, opened and reviewed.
DESCRIPTION/VENDOR
E & E Wholesale Plumbing (Columbus, GA)
Poly Vinyl Chloride Pipe
15 Inches $ 6.99
18 Inches $ 9.73
24 Inches $ 15.86
30 Inches $ 28.06
36 Inches $ 38.98
Funds are budgeted each fiscal year for this ongoing expense; Public Services;
Sewer- Maintenance ? Operating Materials, 0202-260-3210-SWRM-6728.
(G) MOTOR GRADER WITH CAB ? BID NO. 03-0014
It is requested that Council authorize the purchase of one (1) Motor Grader
with Cab from Tractor & Equipment Company, Stith Division in the amount of
$115,595.00. This is a replacement heavy equipment vehicle and will be used by
the Street Improvement Division of the Public Services Department to grade dirt
roads and job sites throughout Columbus.
Twenty bid invitations were mailed; three bids were received on September 11,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Vendor Total Bid
Amount
Tractor & Equipment Company (Columbus, GA) $115,595.00
Metrac, Inc. (Columbus, GA) 141,396.26
Yancey Brothers Company (Columbus, GA) 160,859.00
Funds are budgeted in FY03 Budget; Public Services - Street Improvement
Division, Off Road Equipment; 0203-260-2100-STRT-7725.
* * * * * *
(H) CONCESSIONAIRE SERVICES (ANNUAL CONTRACT) - RFP NO. 03-0006
It is requested that Council approve the contract with Tasty Delight to provide
concessionaire services at the Columbus Consolidated Government Center
Complex. Concessionaire services are needed to provide, city employees and
visitors to the Government Center, with an economically priced menu consisting
of a variety of breakfast and lunch items, as well as, beverages and other
foodstuffs. The vendor will be housed in the ground floor snack bar after it
is renovated.
The initial term of the contract shall be for three years, with the option to
renew for two additional twelve-month periods. Contract renewal is contingent
upon the mutual agreement of the contractor and the City.
Request for proposals were mailed to eighty vendors and the RFP has been
advertised. A mandatory Pre-Proposal Conference was held for this RFP. The
conference was held July 26, 2002, with six vendors attending. Proposals were
received, August 14, 2002, from the following offerors:
Tasty Delight (Columbus, GA)
*Ruth Ann?s (Columbus, GA)
**Blue Plate Cafe (Columbus, GA)
*Vendor withdrew their proposal after the evaluation was completed.
**Proposal was deemed incomplete due to vendor?s omission of required
documents.
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from the Jury Manager?s Office, Clerk of Council?s Office,
Department of Human Resources and the Tax Commissioner?s Office. The RFP
process is governed by the City Procurement Ordinance Article 3-110,
Competitive Sealed Proposals for Equipment, Supplies or Professional Services.
During the process of an RFP there is no formal opening, due to the possibility
of negotiated components of the proposal. In the event Council does not
approve the recommended offeror, no proposal responses or any negotiated
components are made public until after the award of the contract. If Council
does not approve the recommended offeror, negotiations will begin with the next
responsive offeror. Evaluation results and proposed costs have been submitted
to the City Manager in a separate memo for information purposes.
There will be a $500.00 monthly rental fee associated with this contract.
Revenue will be deposited into the Government Wide Revenue - Rental/Lease
Income, 0101-099-1999-REVN-4878.
* * * * *
(I) TRANSPORT CARTS FOR ELECTION EQUIPMENT
It is requested that Council approve payment to Medley Restaurant Equipment and
Supply (Albany, Georgia) in the amount of $14,210.00 for the purchase of
transport carts. The Board of Elections and Registration will use seventy (70)
carts to transport the new voting equipment within the various precincts. To
ensure safety during delivery and easy access to the equipment, the State
suggests the equipment be transported within the precincts on a wheeled cart.
The State provided one supplier for the carts. However, the Board of Elections
and Registration obtained two other quotes to find a better price. Medley
quoted a lower price than the vendor suggested by the state. The carts are
needed as soon as possible to prepare for the upcoming November 5th election.
The formal bid process and subsequent presentation of bid award recommendation
is a lengthy process, and consequently, would not facilitate the carts to be
ordered and shipped in time to prepare for the election. Therefore, the City
Manager approved to proceed with the purchase.
Funds are available in the FY03 Budget; Boards and Commissions-Elections &
Registration-Election Expense; 0101-290-2000-ELCT-6355.
* * * * * * *
(J) ATTORNEY FEES
It is requested that Council authorize payment to Troutman Sanders, LLP, for
attorney fees in the amount of $15,299.45. The firm provided legal services
for the Challenge of the Homestead/Tax Freeze and for the School Board Election
Matter.
Funds are budgeted in FY03 Budget, City Attorney ? Consulting;
0101-120-1000-ATTY-6315.
(K) COMPUTERS AND PRINTERS FOR THE WORKFORCE INVESTMENT ACT ONE-STOP
DELIVERY SYSTEM
It is requested that Council approve the purchase of fifty-one (51) computers
and seven (7) printers for the Columbus Career Center, One-Stop Delivery System
from Dell Computers in the amount of $69,798.00. The Georgia Department of
Labor has contracted with Dell Computers to provide the computers and printers
for One-Stop Centers throughout the State.
Section 121 of the Workforce Investment Act requires that services be made
available to participants through a One-Stop Delivery System and within that
system there must be at least one physical comprehensive One-Stop Center. The
Georgia Department of Labor, located on Veterans Parkway, has been designated
as The One-Stop Center in Muscogee County and will be known as the Columbus
Career Center. Required partners in the One-Stop facility will include: the
Columbus Consolidated Government, the Georgia Department of Labor, the Muscogee
County School District, Vocational Rehabilitation Services, the AARP
foundation, Columbus Technical College, Enrichment Services, the Columbus
Housing Authority and the Muscogee County Department of Family and Children
Services.
The Columbus Career Center is required to obtain computers and printers to be
used by all required partners. Many of the Career Centers throughout the
State have experienced the same problems as a result of being designated
One-Stop Centers. To resolve these problems, the Georgia Department of Labor
and various Local Workforce Investment Areas have combined resources. The
Georgia Department of Labor has provided and will continue to provide funding
for the physical renovations, while the local Workforce Investment Boards have
made funding available for additional computer equipment.
Funds are budgeted in the FY03 Budget, WIA Adult Program-Computer Equipment;
0220-675-2001-WIAA-7732.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ?BYREQUEST?, ELECTRONIC REPORT
DISTRIBUTION SOFTWARE AND ONE-YEAR MAINTENANCE SUPPORT IN THE AMOUNT OF
$18,395.00; AND ?TRANSFORM?, ELECTRONIC FORMS CONVERSION SOFTWARE IN THE AMOUNT
OF $5,995.00 FROM HILLARY SOFTWARE, INC. (SPRING LAKE, NJ).
WHEREAS, The vendor will provide, install and activate the software, which the
Department of Information Technology anticipates will save $945 per month by
eliminating the usage of green bar computer paper alone. There will be many
opportunities to save paper and forms with the system, which is part of the
overall initiative of the City Manager to reduce paper consumption within CCG
by 50%; and,
WHEREAS, The Information Technology Department has not located any
other vendor that can provide the software for the City?s VSE/ESA mainframe
operating platform, therefore the Hillary Software, Inc., is considered an only
know source for the specific software.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase ByRequest,
electronic report distribution software and one-year maintenance support in the
amount of $18,395.00; and Transform, electronic forms conversion software in
the amount of $5,995.00 from Hillary Software, Inc. (Spring Lake, NJ). Funds
are budgeted in FY03 Budget, Capital Projects-General Fund Supported, Computer
Equipment ? Client Server Development and Voice Response/Web Host;
0508-660-1000-CPGF-7732-22156990 and 22164000.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2002 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING A CONTRACT WITH JUSTICE BENEFITS, INC., (JBI) (DALLAS,
TX), FOR FEDERAL REIMBURSEMENT RECOVERY SERVICES.
WHEREAS, the vendor will provide professional expertise, technology and
manpower to assist the City in securing the appropriate federal reimbursements;
and,
WHEREAS, the vendor will be compensated, twenty-two percent (22%), from
new revenues received by the City that are expressly deemed to be a result of
Justice Benefits, Inc., (JBI) efforts; and,
WHEREAS, Council approved the utilization of the vendor?s services for
a one year contract period (Resolution #191-01). At this time there is no
other known vendor who provides these services. Therefore, the vendor is
considered an Only Known Source, per the Procurement Ordinance, Article 3-114;
and,
WHEREAS, the initial term of the contract shall be for one year, with
the option to renew for three (3) additional twelve-month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to extend the contract with
Justice Benefits, Inc., (JBI), to provide federal reimbursement recovery
services. Revenue funds will be deposited into Capital Project General Fund,
Office of Justice ? SCAAP ? Jail Renovation/Expansion,
0508-660-1000-CPGF-4328-22180010. Expenditures will be paid from Capital
Project General Fund, Other Purchased Prof & Tech Services ? Jail
Renovation/Expansion, 0508-660-1000-CPGF-6444-22180010.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2002 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM C?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING PAYMENT IN THE AMOUNT OF $11,034.00 TO FIRE AND
EMERGENCY TELEVISION NETWORK (FETN) (CARROLLTON, TX) FOR RENEWAL OF THE ANNUAL
SATELLITE SERVICES FOR FIRE AND EMERGENCY MEDICAL SERVICES TRAINING.
WHEREAS, the renewal service term is November 1, 2002 to October 31,
2003. The satellite services include 16.5 hours of programming five days a
week, monthly program guides, lesson plans, testing materials, and personalized
service and support. Curriculum based training programs are offered in Chief
Officer Forum, Firefighter II, First Line Supervisor, Rescue Specialist, EMS
(Continuing Education Coordinating Board for Emergency Medical Services
(CECEEMS) Approved), and Haz Mat; and,
WHEREAS, Council approved utilization of the vendor?s services for a
one-year contract period (per Resolution #436-01). FETN, a division of
PRIMEDIA Workplace Learning, is the only vendor that provides Fire/EMS training
via satellite subscription service. Therefore, the vendor is considered an
Only Known Source, per the Procurement Ordinance, Article 3-114.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to pay $11,034.00 to Fire
and Emergency Television Network (FETN) (Carrollton, TX) for renewal of the
annual satellite services for Fire and Emergency Medical Services training.
Funds are budgeted in the FY03 Budget, Fire & EMS Special Operations ?
Education/Training; 0101-410-2600-SPCO-6601.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2002 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL MAINTENANCE CONTRACT FOR
SECURITY LOCKING SYSTEM FROM GRAYCO DETENTION EQUIPMENT, INC., FOR THE
ESTIMATED ANNUAL CONTRACT VALUE OF $150,000.00.
WHEREAS, the Muscogee County Jail will utilize this maintenance
contract for inspection, repair, replacement, and update of locking devises,
control mechanisms and security doors in the 1984 tower of the Muscogee County
Jail; and,
WHEREAS, the locking system in the jail addition will be included in
this contract after the 12-month warranty expires with the current vendor; and,
WHEREAS, the term of the contract shall be for three years, with the
option to renew for two additional twelve-month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute an annual
maintenance contract for security locking system from Grayco Detention
equipment, Inc., for the estimated annual contract value of $150,000.00. Funds
are budgeted each fiscal year for this on going expense; Sheriff, Muscogee
County Jail ? Service Contracts, 0101-550-2600-JAIL-6513.
________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2002 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF STEAM CLEANING MACHINES AND SOAP ON AN
?AS NEEDED BASIS? FROM CHEMSTATION SOUTHEAST FOR THE ESTIMATED ANNUAL CONTRACT
VALUE OF $13,608.00.
WHEREAS, the steam cleaning machines & soap is used to steam clean City
vehicles; and,
WHEREAS, the contract term is for a one year period with an option to renew for
two additional twelve month periods. Renewal of the contract is 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 steam cleaning
machines and soap on an ?as needed basis? from ChemStation Southeast for the
estimated annual contract value of $13,608.00. The City will purchase
approximately 7,200 gallons of soap, and the contracted vendor will provide six
(6) steam-cleaning machines at no additional cost. Funds are budgeted each
fiscal year for this ongoing expense; Public Services; Various Divisions -
Vehicle Wash Supplies, 0203-260-3110-REPR-6725, 0101-260-2300-VHCL-6725,
0207-260-3510-GARB-6725.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________day of ______________________, 2002 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM F?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF POLY VINYL CHLORIDE (PVC) PIPE FROM E
& E WHOLESALE PLUMBING ON AN ?AS NEEDED BASIS? FOR THE ESTIMATED ANNUAL
CONTRACT AMOUNT OF $7,500.00.
WHEREAS, the Public Services Department will use the pipes for storm sewers,
culverts and drain applications; and,
WHEREAS, the contract term is for a one year period with an option to renew for
two additional twelve month periods. Renewal of the contract is contingent
upon the mutual agreement of the City and the Contractors.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase poly vinyl
chloride (PVC) pipe from E & E Wholesale Plumbing on an ?as needed basis? for
the estimated annual contract amount of $7,500.00. Funds are budgeted each
fiscal year for this ongoing expense; Public Services; Sewer- Maintenance ?
Operating Materials, 0202-260-3210-SWRM-6728.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _____________________, 2002 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM G?
A RESOLUTION
NO.
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE MOTOR GRADER WITH CAB FROM
TRACTOR & EQUIPMENT COMPANY, STITH DIVISION IN THE AMOUNT OF $115,595.00.
WHEREAS, the replacement vehicle will be used by the Street Improvement
Division of the Public Services Department to grade dirt roads and job sites
throughout Columbus.
NOW, THEREFORE , THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) Motor
Grader with Cab from Tractor & Equipment Company, Stith Division in the amount
of $115,595.00. Funds are budgeted in FY03 Budget, Public Services - Street
Improvement Division, Off Road Equipment; 0203-260-2100-STRT-7725.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2002 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
______________________________ ______________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM H?
A RESOLUTION
NO. __________
A RESOLUTION AUTHORIZING THE CONTRACT WITH TASTY DELIGHT TO PROVIDE
CONCESSIONAIRE SERVICES AT THE COLUMBUS CONSOLIDATED GOVERNMENT CENTER COMPLEX.
WHEREAS, an RFP was administered (RFP No. 03-0006) and three proposals
were received; and,
WHEREAS, the proposal submitted by Tasty Delight was deemed most
advantageous to the City; and,
WHEREAS, the contracted vendor will pay a monthly rental fee of
$500.00; and,
WHEREAS, the term of the contract shall be for three years, with the
option to renew for two additional twelve month periods. Contract renewal is
contingent upon the mutual agreement of the contractor and the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to enter into a contract for
concessionaire services with Tasty Delight. Rental Revenue will be deposited
into the Government Wide Revenue - Rental/Lease Income; 0101-099-1999-REVN-4878.
___________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _____day of____________________, 2002 and adopted at said meeting by
the affirmative vote of_________members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
______________________________ ______________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM I?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING PAYMENT IN THE AMOUNT OF $14,210.00 TO MEDLEY
RESTAURANT EQUIPMENT AND SUPPLY (ALBANY, GEORGIA) FOR THE PURCHASE OF TRANSPORT
CARTS.
WHEREAS, The Board of Elections and Registration will use the carts to
transport the new voting equipment within the various precincts. To ensure
safety during delivery and easy access to the equipment, the State suggests the
equipment be transported within the precincts on a wheeled cart; and,
WHEREAS, The carts are needed as soon as possible to prepare for the
upcoming November 5th election. The formal bid process and subsequent
presentation of bid award recommendation is a lengthy process, and
consequently, would not facilitate the carts to be ordered and shipped in time
to prepare for the election. Therefore, the City Manager approved to proceed
with the purchase.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to pay $14,210.00 to Medley
Restaurant Equipment and Supply (Albany, GA) for the purchase of transport
carts. Funds are available in the FY03 Budget, Boards and
Commissions-Elections & Registration-Election Expense; 0101-290-2000-ELCT-6355.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ___________ , 2002 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM J?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING PAYMENT TO TROUTMAN SANDERS, LLP, FOR ATTORNEY
FEES IN THE AMOUNT OF $15,299.45.
WHEREAS, The firm provided legal services for the Challenge of the
Homestead/Tax Freeze; and for the School Board Election Matter.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to Troutman
Sanders, LLP, for attorney fees in the amount of $15,299.45. Funds are
budgeted in FY03 Budget, City Attorney ? Consulting; 0101-120-1000-ATTY-6315.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2002 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM K?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTY-ONE (51) COMPUTERS AND SEVEN (7)
PRINTERS FROM DELL COMPUTERS IN THE AMOUNT OF $69,798.00 FOR THE COLUMBUS
CAREER CENTER, ONE-STOP DELIVERY SYSTEM
WHEREAS, Section 121 of the Workforce Investment Act requires that service be
made available to participants through a One-Stop Delivery System and within
that system there must be at least one physical comprehensive One-Stop Center.
The Georgia Department of Labor, located on Veterans Parkway, has been
designated as The One-Stop Center in Muscogee County and will be known as the
Columbus Career Center. Required partners in the One-Stop facility will
include: the Columbus Consolidated Government, the Georgia Department of
Labor, the Muscogee County School District, Vocational Rehabilitation Services,
the AARP foundation, Columbus Technical College, Enrichment Services, the
Columbus Housing Authority and the Muscogee County Department of Family and
Children Services. The Columbus Career Center is required to obtain computers
and printers to be used by all required partners; and,
WHEREAS, the Georgia Department of Labor has contracted with Dell
Computers to provide the computers and printers for one-stop centers throughout
the state.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase computers and
printers for the Columbus Career Center, One-Stop Delivery System from Dell
Computers in the amount of $69,798.00. Funds are budgeted in the FY03 Budget,
WIA Adult Program-Computer Equipment; 0220-675-2001-WIAA-7732.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor