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



May 21, 2002



Agenda Report #___________



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department

________________________________________________________________________________

________



(A) WATER AND SEWER SERVICE AT FIRE STATION #3



It is requested that Council authorize payment to Columbus Water Works for

water and sewer services in the amount of $12,826.40. Water and sewer services

are required at Fire Station #3, and must be completed before construction of

the Fire Station can start. The required service is currently delaying the

entrance road to the north site.



Funds are budgeted in FY02 Budget, 1999 SPLOST ?Fire/EMS Stations ? Surveys-

Fire/EMS Pre-Construction; 0540-695-2122-TXFE-6372-50180010.



* * * * * *



(B) ACTUARIAL AND CONSULTING SERVICES





It is requested that Council authorize payment to William M. Mercer, Inc., in

the amount of $30,000.00. The firm provided Actuarial and Consulting

services, January through March, 2002 for the General Government and Public

Safety Employees Pension Plan.



Funds are budgeted in FY02 Budget, General Government and Public Safety,

Employees Pension & Benefit Fund ? Contractual Services;

0970-700-2100-PNGG-6319 and 0970-700-2000-PNPS-6319.



* * * * * *



(C) ROBOTIC TOTAL STATION ? RFP NO. 02-0019



It is requested that Council authorize the purchase of a robotic total station

from Earl Dudley Associates, Inc. This equipment will enable the Engineering

Department to perform surveying tasks more efficiently. Consequently, more

survey projects can be completed in a shorter time frame.



Requests for proposals were mailed to twenty-six vendors and this RFP has been

advertised. Three proposals were received on February 20, 2002 from the

following offerors:



Earl Dudley Associates, Inc. (Birmingham, AL)

Navigation Electronics, Inc. (Norcross, GA)

*Allen Precision Equipment, Inc. (Duluth, GA)



*During the opening of the proposals it was discovered that the response

received from Allen Precision Equipment, Inc., did not include the required

equipment specifications. Therefore, the proposal was deemed incomplete and

did not receive further consideration.



The proposal has been reviewed by the Evaluation Committee, which consisted of

representatives from the GIS Division, Storm Water Division and Survey Division

of the Engineering Department.



The City?s Procurement Ordinance, Contracting for Equipment, Supplies or

Professional Services, Article 3-110 governs the RFP process. During the RFP

process there is no formal opening due to the possibility of negotiated

components of the proposal. 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 informational purposes.



Funds are budgeted in FY02 Budget, Sewer Fund, Engineering-Drainage ? Capital

Expenditures Over $5000; 0202-250-2300-DRAN-7761.



* * * * * *



(D) SURPLUS VEHICLES AND EQUIPMENT



It is requested that Council declare the vehicles and various equipment shown

on the attached list as surplus in accordance with Section 7-501 of the Charter

of Columbus Consolidated Government. The surplus items will be disposed of by

auction on June 8, 2002. Wayne Evans Auction Company, the City?s contracted

auctioneer, will conduct the auction. The equipment has either been replaced

or placed out of service due to excess maintenance cost. City departments have

had the opportunity to review these items for functional worth.



Revenue from the auction will be deposited in the General Fund - Sale of

Surplus Equipment; 0101-099-1999-REVN-4907.



(E) TRAFFIC COUNTER SYSTEM ? BID NO. 02-0119



It is requested that Council authorize the purchase of twenty-five (25) traffic

counter systems from PAT America, Inc., in the amount of $15,955.00. The

Traffic Engineering Division will use the equipment to collect traffic data

including traffic volume, vehicle classification and speed count.



Nineteen bid packages were mailed; two bids were received on May 1, 2002. This

bid has been advertised, opened and reviewed. The bidders were:



Unit Price Total

(25 Units) Bid Amount

PAT America, Inc. (Spring Grove, IL) $638.20 $15,955.00

Control Specialists Company (Winter Park, FL) 900.80 22,520.00





Funds are budgeted in FY02 Budget, Engineering ? Traffic Engineering, Off-Road

Equipment; 0101-250-2100-TRAF-7725.



* * * * * *



(F) 30-FOOT MINIMUM AERIAL PERSONNEL LIFT ? BID NO. 02-0094



It is requested that Council authorize the purchase of a 30-foot minimum aerial

personnel lift from Truck Equipment Sales in the amount of $16,978.00. The

equipment is a replacement aerial lift system, which will be mounted on Traffic

Service Truck VMO#9824.



Forty-five bid invitations were mailed; three bids were received on April 24,

2002. This bid has been advertised, opened and reviewed. The bidders were:



Truck Equipment Sales (Dothan, AL) $ 16,978.00

O. G. Hughes & Sons (Knoxville, TN) 17,082.00

Atlanta International Sales & Service (Lithonia, GA) 22,483.00





Funds are budgeted in FY02 Budget, Engineering ? Traffic Engineering, Light

Trucks; 0101-250-2100-TRAF-7722.



* * * * * *





(G) WHEEL LOADER ? BID NO. 02-0104



It is requested that Council authorize the purchase of a wheel loader from

Stith Tractor & Equipment Company in the amount of $68,035.00. The equipment

is a replacement vehicle that will be used at City park job sites by the Park

Services Division.



Twenty-four bid invitations were mailed; two bids were received on April 10,

2002. This bid has been advertised, opened and reviewed. The bidders were:



Stith Tractor & Equipment Company (Columbus, GA) $ 68,035.00

Yancey Bros. Company (Columbus, GA) 84,175.00





Funds are budgeted in FY02 Budget, Parks & Recreation ? Park Services, Rolling

Stock; 0101-270-2100-PSRV-7726.



* * * * * *



(H) WORKERS? COMPENSATION



It is requested that Council authorize payment to Jordan City Pharmacy for

Workers? Compensation claims in the amount of $12,092.87. The claims are for

prescription drugs for several City employees who have experienced various

on-the-job injuries.



Funds are budgeted in FY02 Budget, Human Resources ? Workers? Compensation;

0860-220-3820-WCOM-6230.



* * * * * *



(I) INMATE SUPPLIES (ANNUAL CONTRACT) - BID NO. 02-0010



It is requested that Council approve the purchase of inmate supplies from

Charm-Tex, Leslee Scott, Inc., OD Taragin & Bros, Robinson Textiles, Inc.,

Walter F. Stephens Jr., Inc., Justice Packaging Corp, ATD-American Co., ICS,

Supreme Sales Company, Inc., American Associated Cos., Inc., Harbor Linen Co.,

Georgia Correctional Industries, Uniforms MFG. Inc., Bob Barker Co., Inc., and

Textile Sales, Inc., for the estimated annual contract value of $172,770.57.

The supplies consist of mattresses and linen, clothing, toiletries and

dinnerware. The inmate supplies will be purchased by Muscogee County Jail and

Muscogee County Prison on an "as needed" basis. The contract term will be for

one year with the option to renew for two additional twelve-month periods.



Two hundred bid invitations were mailed; twenty-three responses were received

December 27, 2001. This bid has been advertised, opened and reviewed. The

following vendors responded: Georgia Correctional Industries, Carefree

Uniforms, Supreme Sales, Kristen Uniforms, Justice Packaging, Acme Supply, ICS,

Calico Industries, Keefe Supply, Bob Barker Company, D. R. L. Associates,

American Associated Companies, JTB Textiles, Textile Sales, Design Specialties,

Harbor Linen, A. Lafont USA, Kenmar, Henry Frank Limited, Amercare Products,

Inc., Poseidon Supply Company, Pride Enterprises, ATD-American and Robinson

Textiles. The recommended bidders per line item are as follows:



VENDOR/ITEMS EST. USAGE

1 YEAR UNIT

COST TOTAL

COST



American Associated COS., Inc. (Fayetteville, GA)

Bath Towels



475 dozen



11.33/dozen



$ 5,381.75

Harbor Linen Co. (Cherry Hill, NJ)

Pillows

40 each

2.86/each

$ 114.40



Georgia Correctional Industries (Decatur, GA)

Socks

Work Shirts

Work Pants

Work Caps



150 dozen

400 each

650 each

400 each



5.00/dozen

6.00/each

6.25/each

1.67/each



750.00

2,400.00

4,062.50

668.00

$ 7,880.50



Uniforms MFG. Inc. (Scottsdale, AZ)

Jumpsuits



100 each



13.25/each



$ 1,325.00



Bob Barker (Fuquay-Varina, NC)

Thermal Tops

Thermal Bottoms

Shower Shoes

Men?s Shower Shoes

Blankets ? 100% Cotton

Sanitary Napkins

Feminine Hygiene

Toothpaste

Toothbrushes

Food Trays ? 6 Comp

Tumblers

Handcuffs

Mattresses ? 26? x 74? x 4?

Mattresses ? 30? x 75? x 5?

Mattresses Covers

Work Boots



300 each

300 each

200 pair

2200 each

6 dozen

52 cases

1200 each

475 cases

150 cases

35 dozen

6 dozen

20 dozen

30 each

1000 each

4000 each

217 pair



2.76/each

2.76/each

1.65/pair

0.49/each

65.40/dozen

27.95/case

0.39/each

15.40/case

4.60/case

13.80/dozen

23.00/per 6doz

14.00/case

32.25/each

32.40/each

6.45/each

11.40/pair



828.00

828.00

330.00

1,078.00

392.40

1,453.40

468.00

7,315.00

690.00

483.00

23.00

280.00

967.50

32,400.00

25,800.00

2,473.80

$ 75,810.10



Textile Sales, Inc. (Baltimore, MD)

Pillowcases

Sheets



300 each

600 each



0.62/each

1.68/each



186.00

1,008.00

$ 1,194.00



Charm-Tex (Brooklyn, NY)

Belts



300 each



0.86/each



$ 258.00



Leslee Scott, Inc. (Ogden, Utah)

Canvas Shoes



800 pair



2.61/pair



$ 2,088.00

OD Taragin & Bros. (Baltimore, MD)

Toboggans, Blue

Toboggans, Orange

50 dozen

10 dozen

6.94/dozen

6.94/dozen

347.00

69.40

$ 416.40



Robinson Textiles (Gardena, CA)

Pants - Small

Pants - Medium

Pants - Large

Pants - XLarge

Pants - XXLarge

Pants ? XXXLarge ? 10 XL

Shirts - Medium

Shirts - Large

Shirts - XLarge

Shirts - XXLarge

Shirts ? XXXLarge ? 1-XL

Shirts ? Medium, Large, Xlarge, XXLarge(Red)

Shirts - Medium, Large, Xlarge, XXLarge(Gold)

Shirts - TBD



400 each

560 each

1920 each

360 each

360 each

40 each

540 each

1620 each

180 each

360 each

20 each

300 each

600 each

20 each



5.87/each

5.87/each

5.87/each

5.87/each

5.87/each

7.90/each

5.29/each

5.29/each

5.29/each

5.29/each

7.95/each

5.29/each

5.29/each

7.95/each



2,348.00

3,287.20

11,270.40

2,113.20

2,113.20

316.00

2,856.60

8,569.80

952.20

1,904.40

159.00

1,587.00

3,174.00

159.00

$ 40,810.00



Walter F. Stephens, Jr., Inc. (Franklin, OH)

Briefs

Jackets

Plates



100 dozen

300 each

10 dozen



9.97/dozen

12.26/each

12.96/dozen



997.00

3,678.00

129.60

$ 4,804.60



Justice Packaging Corp (Brunswick, GA)

Soap - 50 oz



350 cases



28.50/case



$ 9,975.00



Supreme Sales Company, Inc. (Atlanta, GA)

Undershirts



100 dozen



16.69/dozen



$ 1,669.00



ICS (Waco, TX)

Deodorant

Shampoo

Mugs



6 cases

70 cases

500/each



25.92/case

45.00/case

0.82/each



$155.52

3,150.00

410.00

$ 3,715.52



ATD-American Co. (Philadelphia, PA)

Blankets ? 80% Wool

Wash Cloth

Razor

Mirror

Laundry Bags



1000/each

525/dozen

80/cases

10/cases

30/dozen



9.93/each

1.28/dozen

64.98/case

78.27/case

24.84/dozen



9,930.00

672.00

5,198.40

782.70

745.20

$ 17,328.30

GRAND TOTAL

$ 172,770.57



Funds are budgeted each fiscal year for this ongoing expense, Muscogee County

Jail - Operating Materials; 0101-550-2600-JAIL-6728 and Muscogee County Prison

- Operating Materials and Prison Clothing; 0101-420-1000-MCCI-6728 and

0101-420-1000-MCCI-6782.



(J) ANNUAL PURCHASE CONTRACT FOR 800 MHZ RADIOS



It is requested that Council approve the continuation of an Annual Purchase

contract for 800 MHZ radios via Georgia SWC S-070353 from Motorola, Inc. The

radios will be purchased on an "as needed" basis for various City departments.

The contract pricing will remain in effect through December 31, 2002. The

prices include a 20% discount on Analog Radios and a 15% discount on

accessories.



RFP No. 149-91 awarded the purchase of the City?s 800 MHZ Radio Communication

System to Motorola Communications and Electronics, Inc., and also included an

Annual Purchase Contract for radios. The City purchases 800 MHZ radios meeting

Radio System specifications through Motorola, Inc., which eliminates the need

to pay distributors a profit for purchasing radios.



The purchase of the 800 MHZ Radio Communication System in 1992 included an

Annual Transmission System Maintenance contract with Motorola Communications

and Electronics, Inc., as part of RFP 149-91. In July 2001, through Resolution

No. 428-01, Council approved an annual transmission system maintenance contract

with Motorola Communications and Electronics, Inc., for the City?s 800 MHZ

radio communication system.



Funds are budgeted each fiscal year for this ongoing expense; Various

Departments, Communication Equipment.



?ITEM A?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO COLUMBUS WATER WORKS FOR WATER &

SEWER SERVICES IN THE AMOUNT OF $12,826.40.



WHEREAS, water and sewer services are required at Fire Station #3, and

must be completed before construction of the Fire Station can start. The

required service is currently delaying the entrance road to the north site.

Columbus Water Works will not perform the work until payment is received.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to make payment to Columbus Water

Works for water and sewer services in the amount of $12,826.40. Funds are

budgeted in FY02 Budget, 1999 SPLOST ? Fire/EMS Stations?Surveys ? Fire/EMS

Pre-Construction, 0540-695-2122-TXFE-6372-50180010.

_________________________________________



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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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 PAYMENT FOR ACTUARIAL AND CONSULTING SERVICES TO

WILLIAM M. MERCER, INC., IN THE AMOUNT OF $30,000.00.



WHEREAS, the firm provided Actuarial and Consulting services, January through

March, 2002 for the General Government and Public Safety Employees Pension

Plan.





NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



T hat the City Manager is hereby authorized to make payment to William

M. Mercer, Inc., in the amount of $30,000.00 for water and sewer services.

Funds are budgeted in FY02 Budget, General Government and Public Safety,

Employees Pension & Benefit Fund ? Contractual Services;

0970-700-2100-PNGG-6319 and 0970-700-2000-PNPS-6319.

_________________________________________



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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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 THE PURCHASE OF A ROBOTIC TOTAL STATION FROM EARL

DUDLEY ASSOCIATES, INC.



WHEREAS, An RFP was administered (RFP No. 02-0019) and three proposals were

received; and,



WHEREAS, The proposal submitted by Earl Dudley Associates, Inc., met all

proposal requirements and is deemed most responsive to the RFP.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase a robotic total station

from Earl Dudley Associates, Inc. Funds are budgeted in FY02 Budget, Sewer

Fund, Engineering-Drainage ? Capital Expenditures Over $5000;

0202-250-2300-DRAN-7761.

_________________________________________



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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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 DECLARATION OF VEHICLES AND VARIOUS EQUIPMENT

SHOWN ON THE ATTACHED LIST AS SURPLUS EQUIPMENT IN ACCORDANCE WITH SECTION

7-501 OF THE CHARTER OF COLUMBUS CONSOLIDATED GOVERNMENT.



WHEREAS, the surplus items will be disposed of by action on June 8, 2002; and,



WHEREAS, the auction will be conducted by the City?s contracted auctioneer,

Wayne Evans Auction Company.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to declare the vehicles and

equipment shown on the attached list as surplus in accordance with Section

7-501 of the City Charter. Revenue from the auction will be deposited in the

General Fund - Sale of Surplus Equipment; 0101-099-1999-REVN-4907.

_________________________________________





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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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 TWENTY-FIVE (25) TRAFFIC COUNTER

SYSTEMS FROM PAT AMERICA, INC., IN THE AMOUNT OF $15,955.00.



WHEREAS, The Traffic Engineer Division will use the equipment to

collect traffic data including traffic volume, vehicle classification and speed

count.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase twenty-five (25) traffic

counter systems from Pat America, Inc., in the amount of $15,955.00. Funds are

budgeted in FY02 Budget, Engineering ? Traffic Engineering, Off-Road Equipment;

0101-250-2100-TRAF-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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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 A 30-FOOT MINIMUM AERIAL PERSONNEL

LIFT FROM TRUCK EQUIPMENT SALES IN THE AMOUNT OF $16,978.00.



WHEREAS, The equipment is a replacement aerial lift system, which will

be mounted on Traffic Service Truck VMO#9824.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase a 30-foot minimum aerial

personnel lift from Truck Equipment Sales in the amount of $16,978.00. Funds

are budgeted in FY02 Budget, Engineering ? Traffic Engineering, Light Trucks;

0101-250-2100-TRAF-7722.

_________________________________________





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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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 A WHEEL LOADER FROM STITH TRACTOR &

EQUIPMENT COMPANY IN THE AMOUNT OF $68,035.00.



WHEREAS, The equipment is a replacement vehicle that will be used at

City park job sites by the Park Services Division.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase a wheel loader from

Stith Tractor & Equipment Company in the amount of $68,035.00. Funds are

budgeted in FY02 Budget, Parks & Recreation ? Park Services, Rolling Stock;

0101-270-2100-PSRV-7726.

_________________________________________





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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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 PAYMENT TO JORDAN CITY PHARMACY FOR WORKERS?

COMPENSATION CLAIMS IN THE AMOUNT OF $12,092.87.



WHEREAS, The claims are for prescription drugs for several City

employees who have experienced various on-the-job injuries.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to pay Jordan City Pharmacy for

Workers? Compensation claims in the amount of $12,092.87. Funds are budgeted

in the FY02 Budget, Human Resources ? Workers? Compensation;

0860-220-3820-WCOM-6230.



_________________________________________





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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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 THE PURCHASE OF INMATE SUPPLIES FROM CHARM-TEX, LESLEE

SCOTT, INC., OD TARAGIN & BROS, ROBINSON TEXTILES, INC., WALTER F. STEPHENS,

JR., INC., JUSTICE PACKAGING CORP, ATD-AMERICAN CO., ICS, SUPREME SALES

COMPANY, INC., AMERICAN ASSOCIATED COS., INC., HARBOR LINEN CO., GEORGIA

CORRECTIONAL INDUSTRIES, UNIFORMS MFG. INC., BOB BARKER CO., INC., AND TEXTILE

SALES, INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $172,770.57.



WHEREAS, the supplies consist of mattresses and linen, clothing, toiletries and

dinnerware, and will be purchased by Muscogee County Jail and Muscogee County

Prison on an "as needed" basis; and,



WHEREAS, the contract term will be for one year 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 inmate supplies from

Charm-Tex, Leslee Scott, Inc., OD Taragin & Bros, Robinson Textiles, Inc.,

Walter F. Stephens Jr., Inc., Justice Packaging Corp, ATD-American Co., ICS,

Supreme Sales Company, Inc., American Associated Cos., Inc., Harbor Linen Co.,

Georgia Correctional Industries, Uniforms MFG. Inc., Bob Barker Co., Inc., and

Textile Sales, Inc., for the estimated annual contract value of $172,770.57.

Funds are budgeted each fiscal year for this ongoing expense, Muscogee County

Jail - Operating Materials; 0101-550-2600-JAIL-6728 and Muscogee County Prison

- Operating Materials and Prison Clothing; 0101-420-1000-MCCI-6728 and

0101-420-1000-MCCI-6782.

______________________________



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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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 THE CONTINUATION OF AN ANNUAL PURCHASE

CONTRACT OF 800 MHZ RADIOS, ON AN "AS NEEDED" BASIS, VIA GEORGIA SWC S-070353

FROM MOTOROLA, INC.



WHEREAS, RFP No. 149-01 established an Annual Purchase Contract for 800

MHZ radios to be used on the City?s 800 MHZ Radio Communication System; and,



WHEREAS, Motorola notified the City of a 20% discount on Analog Radios and 15%

discount on Accessories via the Georgia state wide contract. The pricing will

remain in effect through December 31, 2002.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS

FOLLOWS:



That the City Manager is hereby authorized to continue the Annual Purchase

Contract of 800 MHZ Radios, on an "as needed" basis, via Georgia SWC S-070353

from Motorola, Inc. Funds are budgeted each fiscal year for this ongoing

expense; Various Departments, Communication Equipment.



_________________________________________



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 Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff 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



DATE: May 21, 2002



TO: Mayor and Councilors



FROM: Kay Love, Director of Finance



SUBJECT: Advertised Bids



May 22, 2002

1. Body Armor ? (Annual Contract) ? Bid No. 02-0124

Scope of Bid

Provide soft body armor for Public Safety Officers to include Police,

Marshal and Sheriff Department of the Columbus Consolidated Government on an

?as needed basis?. The contract period will be for one year with the option to

renew for two additional twelve-month periods.



2. Semi-Automatic Pistols ? Bid No. 02-0128

Scope of Bid

Provide 33 Glock Semi-Automatic Pistols for the Muscogee County

Sheriff?s Department



3. Telephone Equipment for Jail Renovation ? Bid No. 02-0129

Scope of Bid

Provide various telephone equipment for the newly renovated Muscogee

County Jail.



4. Professional Sign Making and Erecting Services ? (Annual Contract) ?

Bid No. 02-0126

Scope of Bid

Provide Professional Sign Making and Erecting Services on an ?as

needed basis?. The contract period will be for two years with the option to

renew for three additional twelve-month periods.



5. Fourteen Yard Dump Truck ? Bid No. 02-0125

Scope of Bid

Provide a minimum fourteen-yard dump truck with cab and chassis to the Street

Maintenance Division.



6. Track Loader with Cab ? Bid No. 02-0122

Scope of Bid

Provide a track loader with cab to the Street Improvement Division.





May 29, 2002

1. Mid-Size Extended Cab Pick-up ? Bid No. 02-0091

Scope of Bid

Provide five (5) Mid-Size Extended Cab Pick-up for Department of Public

Services.



2. Large Format Copier, Plotter & Scanner ? RFP No. 02-0040

Scope of RFP

Provide a large format copier, plotter and scanner that will be used by the

Department of Engineering and the Department of Community and Economic

Development.



2. Dual Rear Wheel ? One Ton Truck Crew Cab and Chassis w/8 ? - Foot

Dump Bed ? Bid No. 02-0118

Scope of Bid

Provide a dual rear wheel ? one-ton truck crew cab and chassis w/8 ? - foot

dump bed of current production/model year.



June 4, 2002

1. Commercial Property, Crime & Liability Insurance (Annual Contract) ?

RFP No. 02-0038

Scope of RFP

Provide Columbus Consolidated Government with commercial property,

crime and liability insurance. The contract shall be for two years with the

option to renew for three additional twelve-month periods. Contract renewal

will be contingent upon the mutual agreement of the City and the Contractor.



June 5, 2002

1. Construction of Fire Station No. 7 ? Bid No. 02-0127

Scope of Bid

Provide construction services for Fire Station No. 7. The two-bay fire station

will be located at Buena Vista Road and Thyre Avenue at Belvedere Drive.



2002 SALVAGE/SURPLUS ITEMS



FLEET MANAGEMENT SURPLUS/SALVAGE



BODY # YEAR/MAKE/MODEL VIN #

38 92 FORD CROWN VICTORIA 2FACP72W4NX251069

43 88 PONTIAC 6000 1G2AF51R8JT226949

69 88 DODGE DIPLOMAT 1B3BG26S0JW163286

278 91 FORD CROWN VICTORIA 2FACP72F0MX140405

279 91 FORD CROWN VICTORIA 2FACP72F6MX143129

428 87 PONTIAC 6000 2G2AF51R6H9244612

641 CUSHMAN MODEL 420 ARTICULATING TRACTOR 3406

2340 89 FORD F-350 1FDKF37MXKNA56692

3067 77 SEAGRAVES LADDER TRUCK G75136

4042 JOHN DEERE 48" CUT WALK BEHIND LAWNMOWER M04420X020356

5120 JOHN DEERE FLAIL MOWER P00370X001086

5236 INGERSOLL-RAND AIR COMPRESSOR 135125

5252 NORTON CLIPPER WALK BEHIND CONCRETE SAW C503129

5627 88 PONTIAC 6000 1G2AF51R7JT227719

5706 86 CARGO MASTER ECONOLINE VAN 1FDKE37HXGHB86824

5710 88 CHEVROLET CG31603 2GBJG31M2J4121088

5791 91 FORD F450 2FDLF47M5MCA45277

5905 91 CHEVROLET LUMINA 2G1WL54R7M9166270

5906 91 CHEVROLET LUMINA 2G1WL54R5M9168180

5907 91 CHEVROLET LUMINA 2G1WL54R8M9168576

5999 94 PONTIAC GRAND PRIX 1G2WJ52M0RF281817

6014 HITACHI TRACKHOE (2 BOOMS) 1585102

6904 90 CRANE CARRIER LET46A 1CYCCM280LT037890

8101 92 FORD CROWN VICTORIA 2FACP72WXNX251075

8108 92 FORD CROWN VICTORIA 2FACP72WQNX251084

8109 92 FORD CROWN VICTORIA 2FACP72W2NX251085

8117 92 FORD CROWN VICTORIA 2FACP72W3NX251094

8134 94 FORD CROWN VICTORIA 2FALP71W9RX159821

8135 94 FORD CROWN VICTORIA 2FALP71W7RX159817

8136 94 FORD CROWN VICTORIA 2FALP71W1RX159814

8138 94 FORD CROWN VICTORIA 2FALP71W0RX159805

8140 94 FORD CROWN VICTORIA 2FALP71W0RX159819

8143 94 FORD CROWN VICTORIA 2FALP71W4RX159810

8152 94 FORD CROWN VICTORIA 2FALP71W7RX159798

8156 94 FORD CROWN VICTORIA 2FALP71W8RX159826

8158 94 FORD CROWN VICTORIA 2FALP71W9RX159804

8170 94 FORD CROWN VICTORIA 2FALP71W5RX158567

8173 94 FORD CROWN VICTORIA 2FALP71W3RX156977

8175 94 FORD CROWN VICTORIA 2FALP71W5RX156883

8184 94 FORD CROWN VICTORIA 2FALP71W6RX156973

8186 94 FORD CROWN VICTORIA 2FALP71W6RX156956

8188 94 FORD CROWN VICTORIA 2FALP71W9RX156983

8197 94 FORD CROWN VICTORIA 2FALP71W0RX150585

8198 94 FORD CROWN VICTORIA 2FALP71W9RX156949

8257 96 FORD CROWN VICTORIA 2FALP71WXTX156143

8261 96 FORD CROWN VICTORIA 2FALP71W7TX156147

8331 98 FORD CROWN VICTORIA 2FALP71W2WX148488

8611 85 FORD LTD 1FABP39M2FG207202

8768 87 PONTIAC 6000 2G2AF51R1H9244582

8769 87 PONTIAC 6000 2G2AF51R0H9244587

8772 87 PONTIAC 6000 2G2AF51R1H9244601

8778 87 PONTIAC 6000 2G2AF51R5H9244634

8779 87 PONTIAC 6000 2G2AF51R7H9244635

8785 87 PONTIAC 6000 2G2AF51R6H9244819

8787 87 PONTIAC 6000 2G2AF51R2H9244915

8803 88 PONTIAC 6000 1G2AF51R3JT227989

8815 88 PONTIAC 6000 1G2AF51R3JT231007

8816 88 PONTIAC 6000 1G2AF51R3JT230357

8843 89 PONTIAC 6000 1G2AF51R2K6230365

8851 89 PONTIAC 6000 1G2AF51R0K6230462

8852 89 PONTIAC 6000 1G2AF51R7K6230460

8857 89 PONTIAC 6000 1G2AF51R2K6230611

8889 89 CHEVY CAPRICE 1G1BL5173KA138842

8895 89 CHEVY CAPRICE 1G1BL5178KA152168

8896 89 CHEVY CAPRICE 1G1BL5171KA151928

8897 89 CHEVY CAPRICE 1G1BL517XKA152589

8905 89 CHEVY CAPRICE 1G1BL5177KA152856

8912 90 PONTIAC 6000 1G2AF54R5L6225884

8919 90 PONTIAC 6000 1G2AF54R5L6226291

8920 90 PONTIAC 6000 1G2AF54R5L6226310

8924 90 PONTIAC 6000 1G2AF54R7L6226678

8925 90 PONTIAC 6000 1G2AF54R3L6226693

8927 90 PONTIAC 6000 1G2AF54R9L6226519

8928 90 PONTIAC 6000 1G2AF54R3L6226578

8940 90 CHEVY CAPRICE 1G1BL54E1LA125518

8980 91 CHEVROLET LUMINA 2G1WL54ROM9167700

9181 STEINER MODEL 420 ARTICULATING TRACTOR G4052

9236 94 FORD CROWN VICTORIA 2FALP71WXRX158385

9304 SNAPPER 30" CUT RIDING LAWNMOWER 45603246

9569 EXMARK 48" CUT WALK BEHIND LAWNMOWER 101176

9570 EXMARK 48" CUT WALK BEHIND LAWNMOWER 108165

9754 RHINO CY60 ROTARY MOWER 20622

9770 GRASSHOPPER ZERO-TURN MOWER WITH 61" CUT 481356

9771 GRASSHOPPER ZERO-TURN MOWER WITH 61" CUT 481228

9774 GRASSHOPPER ZERO-TURN MOWER WITH 61" CUT 473538

9775 GRASSHOPPER ZERO-TURN MOWER WITH 52" CUT 481357

9776 GRASSHOPPER ZERO-TURN MOWER WITH 61" CUT 481091

10029 88 CHEVROLET GARBAGE TRUCK 1GBL7D1BXJV102561







CITY SALVAGE/SURPLUS WAREHOUSE



Various computer and office equipment under $5000.00

EKG Monitor-defibulators



METRA TRANSIT SURPLUS/SALVAGE ITEMS



Description Serial Number

1991 Orion Bus (1154) Vin #281139E71M6002871

1995 Ford Bus (1165) Vin #1FDKE30F3SHC18160

IBM Personal Computer Serial #23116

IBM Monitor Serial #BR290

IBM Keyboard Serial #1739754

Information System Serial #1648017

Information System Serial #1648018

Information System Serial #0000001









Back to List