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 #___5__
Columbus Consolidated Government
Council Meeting
February 8, 2005
Agenda Report #____21____
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) CONTRACT EXTENSION FOR ELEVATOR MAINTENANCE SERVICES (ANNUAL CONTRACT) ?
BID NO. 00-0090
It is recommended that Council approve a two-year contract extension with
Elevator Service Company to continue to provide elevator maintenance services
for various locations at the City. The vendor has agreed to extend the
contract, with the existing pricing, for all locations in the City. The
current yearly cost is $50,514.72. The cost can fluctuate as locations are
added or deleted from the contract, as needed. The current monthly pricing,
per location, is as follows:
Location Monthly Cost
Government Center $2,240.35
County Jail 551.54
Public Building 409.07
Golden Park 67.77
Civic Center 135.52
South Commons 67.77
Annex Building 67.77
Parking Garage (River Center) 232.33
County Jail (Jail Addition) 360.00
Parking Garage, #4 77.44
Elevator Service Company is the vendor currently under annual contract to
provide elevator maintenance service for the City. The original 5-year term of
the maintenance contract will expire February 28, 2005. The vendor is also
performing the upgrade of the elevators at the Government Center, as approved
per Resolution No. 98-04 on March 2, 2004.
It will take Elevator Service Company approximately 1 year to complete the
upgrade, and the year following will be the warranty period for the upgrade.
Extension of the maintenance contract is requested because it is practical to
continue with the same vendor while the upgrade is completed.
Funds are budgeted each fiscal year for this ongoing expense, Facilities
Maintenance - Service Contracts, 0101-260-2700-MNTN-6513; Civic Center ?
Operating Materials, 0757-160-1000-CIVC-6728; Jail - Service Contracts,
0101-550-2600-JAIL-6513; Park Services - Operating Materials,
0101-270-2100-PSRV-6728; Police Department - Support Services, Miscellaneous
Equipment Maintenance, 0101-400-2200-STAF-6519; and Transportation - Parking
Management ?PRKM ? Contractual Services, 0752-610-2800-6319.
* * * * * *
(B) PAPER & PLASTIC PRODUCTS (ANNUAL CONTRACT) ? RFB NO. 05-0044
It is requested that Council approve the purchase of assorted paper and plastic
products from Unisource, COPACO and Interboro Packing Corporation for the
annual estimated contract value of $129,612.70. The products will be purchased
on an ?as needed? basis, and will be used by various City Departments. The
contract term will be for three years with the option to renew for two
additional twelve-month periods. Renewal of the contract is contingent upon
the mutual agreement of the vendor and the City.
One hundred and sixty-two bid invitations were mailed; ten bid responses were
received December 29, 2004 from the following vendors: CTR, Unisource, Dyna Pak
Corp, Central Poly Corp, Calico Industries, Inc., COPACO, Bi-State Paper &
Janitorial Supply, Rutledge Enterprises, Robinson Supply Co. and Interboro
Packaging Corp. This bid has been advertised, opened and reviewed. Vendors
could bid on all sections of the bid, including Section I - Cups, Section II ?
Plates/Dinning Utensils, Section III ? Napkins/Tissue/Towels and Section IV ?
Bags/Trash Can Liners. Contract award was based on the lowest, responsible
bidder by section or the lowest responsible bidder overall. The successful
vendors, per section, were:
Vendors Section(s) Total
Unisource (Columbus, GA) III $ 101,446.50
COPACO (Columbus, GA) I & II 7,010.20
Interboro Packaging Corp (Montgomery, NY) IV 21,156.00
Annual Estimated Contract Value: $ 129,612.70
Funds are budgeted each fiscal year for this ongoing expense, Various
Departments ? Operating Materials; 6728.
* * * * * *
(C) CHANGE ORDER FOR IP TELEPHONY AND NETWORK INFRASTRUCTURE IMPLEMENTATION AND
DEPLOYMENT FOR NEW LIBRARY
It is requested that Council authorize the execution of a change order with
Logicalis Integration Solutions (Alpharetta, GA) in the estimated contract
value of $14,250.00 for additional IP Telephony and Network Infrastructure
Implementation and deployment services. Additional time and services are
required to complete the installation of the recently purchased Cisco telephone
system at the library, as approved per Resolution No. 478-04 on November 9,
2004.
Project delays, beyond the control of Logicalis, resulted in an increase of
service hours. The delays included construction issues, power issues,
incomplete wiring plant, telco circuit delays, and multiple schedule changes.
This change order is also required due to consulting tasks in addition to the
tasks specified in the original statement of work, including configuration and
testing of additional Cisco Access Points, and assistance with managed care
router integration into the network.
Logicalis will provide the following services on a time and material basis for
a fee of $187.50 per hour. Services provided outside of normal business hours
(8:00 AM ? 5:00 PM, Monday through Friday) will be subject to an uplift fee of
$50 per hour. Meals, if any, will be billed at the per diem rate of $32.00.
Description Cost
Complete configuration, testing, and cutover support of integrated voice/data
network. 9,000.00
Configuration and testing of 4 additional Cisco wireless Access Points for the
1st and 3rd Floors 2,250.00
Technical assistance working with managed care provider on WAN/Internet router
connectivity to the network 1,500.00
Estimated Travel Costs 1,500.00
Estimated total for Change Order 1 14,250.00
Original contract amount 57,500.00
Total estimated contract amount, including Change Order 1 $ 71,750.00
Funds are budgeted in FY05 Budget, 1999 SPLOST Library/Other Projects ?
Professional Services, MCSD Library; 0540-695-2120-TXLB-7731-50500-20000-0.
* * * * * *
(D) FULL SIZE 4X4 CREW CAB PICK UP TRUCK; RFB NO. 05-0041
It is requested that Council authorize the purchase of one (1) full size 4x4
crew cab pick up truck from Mike Patton Dodge in the amount of $18,430.00. The
truck is a replacement unit and will be used at several different landfill
locations to transport workers/inmates for waste disposal operations.
Seventy-five bid invitations were mailed. Eight bids were received on December
29, 2004. This bid has been advertised, opened and reviewed. The bidders were:
Vendors (1 Unit)
Total Cost
Mike Patton Ford Dodge (Opelika, AL) $18,430.00
Jay Auto Group (Columbus, GA)1 $17,566.75
Freeway Ford (Columbus, GA) $23,312.00
Legacy Ford (McDonough, GA) $23,327.00
Allan Vigil Ford (Morrow, GA) $23,696.00
Rivertown Ford (Columbus, GA) $23,939.00
Bill Heard Chevrolet (Columbus, GA) $24,668.62
Vandergriff Chevrolet (Arlington, TX)2 $28,751.78
1Per the Fleet Manager, the truck proposed by Jay Auto group failed to meet
specifications. The vendor bid the extended cab rather than the crew cab.
Written notification has been forwarded to the vendor.
2Vandergriff Chevrolet failed to include the required warranty. Therefore,
the vendor?s bid was deemed incomplete.
Funds are budgeted in FY05 Budget, Integrated Waste Management Fund - Public
Services ? Pine Grove Landfill ? Light Trucks; 0207-260-3560-PRGO-7722
* * * * * *
(E) OIL & LUBRICANTS (ANNUAL CONTRACT) - RFB NO. 05-0043
It is requested that Council approve the purchase of various oil and lubricant
products on an ?as needed? basis from Whatley Oil Company, NCH Corporation, Zep
Manufacturing and T & W Oil Company for the annual estimated contract value of
$40,420.10. The items will be used for maintenance of buses and administrative
vehicles of METRA Transit System. The contract period will 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 City and the vendor.
Sixty-eight bid invitations were mailed; five bids were received December 22,
2004 from Whatley Oil Company, NCH Corporation, Zep Manufacturing, Fletcher Oil
Company and T & W Oil Company. This bid has been advertised, opened and
reviewed. The successful bidders per line item were:
VENDOR/DESCRIPTION EST. ANNUAL
QUANTITY UNIT COST TOTAL COST
Whatley Oil Company (Columbus, GA)
80-90 Gear Oil
Multi-Purpose Molygrease
300 gallons
50 gallons
$ 0.70
$ 1.41
$ 210.00
$ 70.50
Total $ 280.50
NCH Corporation (Irving, TX)
15W40
4,000 gallons
$ 1.05
$ 4,200.00
Total $ 4,200.00
Zep Manufacturing (Columbus, GA)
Fuel Additive
250 gallons
$ 10.35
$ 2,587.50
Total $ 2,587.50
T & W Oil Company (Columbus, GA)
AFT Dextron II
Two Cycle Oil
HDX 30
Hydraulic Oil AW46
Anti-Freeze
Transmission Fluid
2,000 gallons
10 gallons
3,000 gallons
400 gallons
2,000 gallons
200 gallons
$ 3.46
3.61
4.56
2.56
5.50
3.46
$ 6,920.00
36.10
13,680.00
1,024.00
11,000.00
692.00
Total $ 33,352.10
Annual Estimated Contract Value $ 40,420.10
Funds are budgeted each fiscal year for this ongoing expense, METRA - Vehicle
Operation & Maintenance; 0751-610-2400-MFTA-6516.
* * * * * * *
(F) CORRECTION OF RESOLUTION NUMBER 15-05 FOR THE PURCHASE OF LIVE SCAN
FINGERPRINT SYSTEM
It is requested that Council rescind Resolution Number 15-05, which approved
the purchase of an Identix Live Scan FingerPrint System, from Identix
Incorporated, in the amount of $23,154.00; and approve the purchase of an
Identix Live Scan Fingerprint System from Identix Incorporated, in the amount
of $25,622.00.
The original resolution must be rescinded because Purchasing did not receive
the vendor?s revised quote prior to placement on the agenda.
The purchase amount includes the cost for the base system in the amount of
$23,829.00, which is funded by the National Criminal History Improvement Plan
Grant (NCHIP), and will be fully reimbursed by the Grant; funding is available
in the FY05 Budget, Multi Government Project Fund ? Sheriff ? GBI National
Criminal History Implementation Grant ? Capital Expenditures Over $5,000;
0216-550-3610-7761. The remaining $1,793.00 is for maintenance and other
components not included in the base system; funding is available in the FY05
Budget, Sheriff ? Jail ? Operating Materials; 0101-550-2600-6728..
* * * * * * * *
(G) JOINT CONFLICT AND TACTICAL SIMULATIONS (JCATS) COMPUTER SIMULATION
EXERCISES
It is requested that Council approve authorization to enter into a contract
with Auburn University to provide and conduct joint conflict and tactical
simulations (JCATS), computer simulation exercises, in the amount of
$78,654.00, for emergency response preparedness and homeland security purposes.
The JCATS software was developed and is maintained by Lawrence Livermore
National Laboratory (LLNL) for tactical planning and analysis by the Military
for battle labs training. This is the most realistic training on
decision-making ever developed. Auburn University is presently the only
non-Federal Government entity licensed by LLNL to adapt and employ JCATS for
homeland security and Emergency Preparedness Training.
The scenario for the exercise, as presented in the Grant Application, involves
a large-scale explosion near downtown Columbus. The simulation training will
test how various agencies make decisions to handle the scenario. Several
federal, state and local agencies will participate in the training exercises,
which will take place in Columbus, including: GEMA, FBI, ATF, Columbus DHS,
Columbus MMRS Representatives, Columbus Fire and EMS Department, Emergency
Management Division of CFEMS, Columbus Police Department, Muscogee County
Sheriff?s Department, Muscogee County Schools, Muscogee County Prisons,
Columbus Public Works and Columbus Health Department. Other agencies such as:
Norfolk Southern Railroad, TSYS, Synovus, Russell County Alabama EMA and Lee
County Sheriff?s Department will also participate.
The goals of the training exercise are as follows:
-Test policies, plans and procedures
-Improve interagency coordination and communications
-Identify gaps in resources
This project is funded via the Georgia Homeland Security Exercise and
Evaluation Program (GHSEEP) Grant and will be reimbursed in full by the Grant.
The funds are available in the FY05 Budget; Multi Government Project Fund ?
Fire and EMS ? GA Homeland Security Exercise/Evaluation Grant ? Contractual
Services; 0216-410-3923-6319.
* * * * * *
(H) INMATE FOOD SERVICE MANAGEMENT (ANNUAL CONTRACT) ? RFP NO. 00-0031
It is requested that Council approve the continuation of the inmate food
service management contract with Trinity Services Group, Inc., for the Muscogee
County Jail and the Muscogee County Prison for a period of three years, with
the option to renew for two additional years. Trinity will maintain the same
pricing as is current for both the jail ($ .7607 per meal) and prison ($1.285
per meal) for the first three years of the contract, with the option for
inflationary adjustments to pricing at the beginning of each one-year extension.
Trinity will also provide up to $80,000, which will cover the cost of
purchasing (inclusive of delivery), the following new replacement equipment at
the Jail and Prison:
Muscogee County Jail Muscogee County Prison
1 ? 80 quart, 4 HP Mixer w/80 qt Bowl 1 ? Warming Box
2 ? Drop-in Hot Food Well Units, 3 pan size, Slim Line 1 ? 40 gal Braising
Plan, Tilting Skillet
1 ? Convection Steamer 1 ? Convection Steamer
2 ? 40 gal Kettles
Trinity Services Group, Inc., will assume responsibility for maintenance and
repairs of the above equipment during the first three years under the new
contract. At the beginning of the fourth year, the ownership of the equipment
will be transferred to Muscogee County, and then maintenance and repairs will
be the City?s responsibility.
Council approved the present contract with Trinity Services Group, Inc., on
June 20, 2000 (Resolution No. 317-00), which will expire June 30, 2005.
Trinity Services Group, Inc., submitted a letter on January 12, 2005, with a
financial incentive for a three (3) year contract renewal with two (2) one year
extensions. If approved, the new contract term will commence on July 1, 2005,
and will be for three years, with an option to renew for two additional
twelve-month periods.
Funds are budgeted each fiscal year for this on going expense, Sheriff, Jail ?
Contractual Services, 0101-550-2600-JAIL-6319; Muscogee County Prison ? Food,
0101-420-1000-MCCI-6771.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION APPROVING A TWO YEAR CONTRACT EXTENSION WITH ELEVATOR
SERVICE COMPANY TO CONTINUE TO PROVIDE ELEVATOR MAINTENANCE SERVICES FOR
VARIOUS LOCATIONS FOR THE CITY. THE VENDOR HAS AGREED TO EXTEND THE CONTRACT,
WITH THE EXISTING PRICING, FOR ALL LOCATIONS IN THE CITY. THE CURRENT YEARLY
COST IS $50,514.72. THE COST CAN FLUCTUATE AS LOCATIONS ARE ADDED OR DELETED
FROM THE CONTRACT, AS NEEDED.
WHEREAS, Elevator Service Company is the vendor currently under annual contract
to provide elevator maintenance service for the City. The original 5-year term
of the maintenance contract will expire February 28, 2005. The vendor is also
performing the upgrade of the elevators at the Government Center, as approved
per Resolution No. 98-04 on March 2, 2004; and,
WHEREAS, It will take Elevator Service Company approximately 1 year to complete
the upgrade, and the year following will be the warranty period for the
upgrade. Extension of the maintenance contract is requested because it is
practical to continue with the same vendor while the upgrade is completed.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to approve a two-year contract
extension with Elevator Service Company to continue to provide elevator
maintenance services for various locations at the City. The vendor has agreed
to extend the contract, with the existing pricing, for all locations in the
City. The current yearly cost is $50,514.72. The cost can fluctuate as
locations are added or deleted from the contract as needed. Funds are
budgeted each fiscal year for this ongoing expense, Facilities Maintenance -
Service Contracts, 0101-260-2700-MNTN-6513; Civic Center ? Operating Materials,
0757-160-1000-CIVC-6728; Jail - Service Contracts, 0101-550-2600-JAIL-6513;
Park Services - Operating Materials, 0101-270-2100-PSRV-6728; Police Department
- Support Services, Miscellaneous Equipment Maintenance,
0101-400-2200-STAF-6519; and Transportation - Parking Management ?PRKM ?
Contractual Services, 0752-610-2800-6319.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _____ _______, 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_____________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF PAPER AND PLASTIC PRODUCTS FROM
UNISOURCE, COPACO AND INTERBORO PACKING CORPORATION FOR THE ANNUAL ESTIMATED
CONTRACT VALUE OF $129,612.70.
WHEREAS, the products will be purchased by various departments on an "as
needed" basis; and,
WHEREAS, the contract period will 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 purchase paper and plastic
products from Unisource, COPACO and Interboro Packing Corporation on an "as
needed basis" for the estimated contract value of $129,612.70. 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 ____________, 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CHANGE ORDER WITH LOGICALIS
INTEGRATION SOLUTIONS (ALPHARETTA, GA) IN THE ESTIMATED CONTRACT VALUE OF
$14,250.00 FOR ADDITIONAL IP TELEPHONY AND NETWORK INFRASTRUCTURE
IMPLEMENTATION AND DEPLOYMENT SERVICES.
WHEREAS, Additional time and services are required to complete the
installation of the recently purchased Cisco telephone system at the library,
as approved per Resolution No. 478-04 on November 9, 2004; and,
WHEREAS, Logicalis will provide the additional services on a time and
material basis for a fee of $187.50 per hour. Services provided outside of
normal business hours (8:00 AM ? 5:00 PM, Monday through Friday) will be
subject to an uplift fee of $50 per hour. Meals, if any, will be billed at the
per diem rate of $32.00.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a change order with
Logicalis Integration Solutions (Alpharetta, GA) in the estimated contract
value of $14,250.00 for additional IP Telephony and Network Infrastructure
Implementation and deployment services. Funds are budgeted in FY05 Budget,
1999 SPLOST Library/Other Projects ? Professional Services, MCSD Library;
0540-695-2120-TXLB-7731-50500-20000-0.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) FULL SIZE 4X4 CREW CAB PICK UP
TRUCK FROM MIKE PATTON DODGE IN THE AMOUNT OF $18,430.00.
WHEREAS, The truck is a replacement unit and will be used at several different
landfill locations to transport workers/inmates for waste disposal operations.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) full size 4x4
crew cab pick up truck from Mike Patton Dodge in the amount of $18,430.00.
Funds are budgeted in FY05 Budget, Integrated Waste Management Fund - Public
Services ? Pine Grove Landfill ? Light Trucks; 0207-260-3560-PRGO-7722.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF VARIOUS OIL AND LUBRICANT PRODUCTS ON
AN ?AS NEEDED? BASIS FROM WHATLEY OIL COMPANY, NCH CORPORATION, ZEP
MANFACTURING AND T & W OIL COMPANY FOR THE ANNUAL ESTIMATED CONTRACT VALUE OF
$40,420.10.
WHEREAS, the items will be used for maintenance of buses and administrative
vehicles of METRA Transit System; and,
WHEREAS, the contract period will 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 purchase various oil and
lubricant products on an ?as needed? basis from Whatley Oil Company, NCH
Corporation, Zep Manufacturing and T & W Oil Company for the annual estimated
contract value of $40,420.10. Funds are budgeted each fiscal year for this
ongoing expense, METRA - Vehicle Operation & Maintenance;
0751-610-2400-MFTA-6516.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM F?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING TO RESCIND RESOLUTION NUMBER 15-05, WHICH APPROVED THE
PURCHASE OF AN IDENTIX LIVE SCAN FINGERPRINT SYSTEM, FROM IDENTIX INCORPORATED
IN THE AMOUNT OF $23,154.00; AND APPROVE THE PURCHASE OF THE IDENTIX LIVE SCAN
FINGERPRINT SYSTEM FROM IDENTIX IN THE AMOUNT OF $25,622.00.
WHEREAS, The original resolution must be rescinded because Purchasing
did not receive the vendor?s revised quote prior to placement on the agenda.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
I.
Resolution No. 15-05 is hereby rescinded.
II.
That the City Manager is hereby authorized to purchase an Identix Live Scan
Fingerprint System from Identix Incorporated, in the amount of $25,622.00. The
purchase amount includes the cost for the base system in the amount of
$23,829.00, which is funded by the National Criminal History Improvement Plan
Grant (NCHIP), and will be fully reimbursed by the Grant; funding is available
in the FY05 Budget, Multi Government Project Fund ? Sheriff ? GBI National
Criminal History Implementation Grant ? Capital Expenditures Over $5,000;
0216-550-3610-7761. The remaining $1,793.00 is for maintenance and other
components not included in the base system; funding is available in the FY05
Budget, Sheriff ? Jail ? Operating Materials; 0101-550-2600-6728..
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________________, 2005 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM G?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING A CONTRACT WITH AUBURN UNIVERSITY TO PROVIDE AND
CONDUCT JOINT CONFLICT AND TACTICAL SIMULATIONS (JCATS), COMPUTER SIMULATION
EXERCISES, IN THE AMOUNT OF $78,654.00, FOR EMERGENCY RESPONSE PREPAREDNESS AND
HOMELAND SECURITY PURPOSES.
WHEREAS, The JCATS software was developed and is maintained by Lawrence Livermore
National Laboratory (LLNL) for tactical planning and analysis by the Military
for battle labs training. This is the most realistic training on
decision-making ever developed. Auburn University is presently the only
non-Federal Government entity licensed by LLNL to adapt and employ JCATS for
homeland security and Emergency Preparedness Training; and,
WHEREAS, The scenario for the exercise, as presented in the Grant
Application, involves a large-scale explosion near downtown Columbus. The
simulation training will test how various agencies make decisions to handle the
scenario. Several, Federal, State and Local agencies will participate in the
training which will take place in Columbus, Georgia.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into contract with Auburn
University to provide and conduct joint conflict and tactical simulations
(JCATS) computer simulation exercises in the amount of $78,654.00, for
emergency response preparedness and homeland security purposes. This project
is funded via the Georgia Homeland Security Exercise and Evaluation Program
(GHSEEP) Grant and is fully refundable. The funds are available in the FY05
Budget; Multi Government Project Fund ? Fire and EMS ? GA Homeland Security
Exercise/Evaluation Grant ? Contractual Services; 0216-410-3923-6319.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________________, 2005 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM H?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE CONTINUATION OF THE INMATE FOOD SERVICE
MANAGEMENT CONTRACT WITH TRINITY SERVICES GROUP, INC., FOR THE MUSCOGEE COUNTY
JAIL AND THE MUSCOGEE COUNTY PRISON FOR A PERIOD OF THREE YEARS, WITH THE
OPTION TO RENEW FOR TWO ADDITIONAL YEARS. TRINITY WILL MAINTAIN THE SAME
PRICING AS IS CURRENT FOR BOTH THE JAIL ($ . 7607 PER MEAL) AND PRISON ($1.285
PER MEAL) FOR THE FIRST THREE YEARS OF THE CONTRACT, WITH THE OPTION FOR
INFLATIONARY ADJUSTMENTS TO PRCING AT THE BEGINNING OF EACH ONE-YEAR EXTENSION.
WHEREAS, Council approved the present contract with Trinity Services
Group, Inc., on June 20, 2000 (Resolution No. 317-00). Trinity Services Group,
Inc., submitted a letter on January 12, 2005, with a financial incentive for a
three (3) year contract renewal with two (2) one- year extensions. In addition,
Trinity will also provide up to $80,000, which will cover the cost of
purchasing (inclusive of delivery), new replacement equipment for the Jail and
Prison, and;
WHEREAS, the term of the contract shall be for three years, with an option to
renew for two additional twelve-month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to continue the Inmate Food
Service Management contract with Trinity Services Group, Inc., for a period of
three years, with the option to renew for two additional years. Trinity will
maintain the same pricing as is current for both the Jail ($ .7607 per meal),
and Prison ($1.285 per meal) for the first three years of the contract, with
the option for inflationary adjustments to pricing at the beginning of each
one-year extension. Funds are budgeted each fiscal year for this on going
expense, Sheriff, Jail ? Contractual Services, 0101-550-2600-JAIL-6319;
Muscogee County Prison ? Food, 0101-420-1000-MCCI-6771.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________________, 2005 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: February 8, 2005
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
February 16, 2005
1. Utility Carts (Annual Contract) ? RFB No. 05-0051
Scope of Bid
Provide utility carts to METRA on an ?as needed? basis. The contract term will
be for one (1) year with the option to renew for two (2) additional
twelve-month periods. During the three contract years (FY2005, FY2006, and
FY2007) 0-3 utility carts may be purchased, per year.
February 11, 2005
1. Veterans Parkway Streetscape Enhancement Plan ? RFP No. 05-0010
Scope of RFP
Columbus Consolidated Government (the City), on behalf of Trees Columbus, has
received a Transportation Enhancement grant from the state of Georgia to
provide streetscape improvements along a section of Veterans Parkway. The
project is anticipated to begin at Victory Drive (4th Street) in front of the
Columbus Civic Center, and proceed approximately 1.2 miles north to the 13th
Street Intersection.
February 18, 2004
1. Putting Green at Bull Creek Golf Course ? RFP No. 05-0018
A Mandatory Pre-Proposal Conference/Site Visit will be held on February 18,
2005 at 2:00 PM (Eastern) in the Club House of Bull Creek Golf Course, 7333
Lynch Road, Midland, GA. Specifications must be obtained prior to the
Mandatory Pre-Proposal Conference. Vendors will be allowed a 10-minute grace
period. Any vendor who is not present in the aforementioned facility within 10
minutes after the time slated for the beginning of the mandatory pre-proposal
conference/site visit shall not be allowed to participate any further in the
RFP process.
March 4, 2004
1. Putting Green at Bull Creek Golf Course ? RFP No. 05-0018
Scope of RFP
Columbus Consolidated Government (the City) wishes to obtain Construction
Services for a 10,000 square foot putting green with 10 in/out heads (Hunter
G85) at Bull Creek Golf Course. The greens shall be constructed according to
the USGA publication, ?USGA Recommendations for a Method of Putting Green
Construction?, 1993 revision.