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.
Back to List