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
Back to List