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



July 29, 2003





Agenda Report #___95___



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) HYDRAULIC TRASH LOADER



It is requested that Council authorize the purchase of one (1) cab and chassis

from Robert?s Truck Center (Garden City, GA) in the amount of $44,900.00, and

one (1) trash loader body from Heil Environmental (Austell, GA) in the amount

of $30,300.00. The hydraulic trash loader is a replacement vehicle for the

Waste Collection Division of Public Services.



Per Resolution No. 629-02 (Bid No. 03-0015), two trash loader bodies were

purchased from Heil Environmental, and two cab and chassis were purchased from

Robert?s Truck Center in August 2002. Both vendors extended their original bid

pricing through August 15, 2003.



Funds are budgeted in FY04 Budget, Public Services, Solid Waste Collection ?

Heavy Trucks; 0207-260-3510-GARB-7723.



* * * * * *



(B) RECYCLING COLLECTION VEHICLES



It is requested that Council authorize the purchase of two (2) cab and chassis

from Beck Motor Company (Albany, GA) in the amount of $96,608.00, and two (2)

recycling bodies from Consolidated Disposal Systems (Smyrna, GA) in the amount

of $110,000.00. The recycling collection vehicles will be replacement vehicles

and will be used to pick up recycling products throughout Columbus in support

of the City?s recycling program.



Per Resolution No. 61-03 (Bid No. 03-0036), two (2) recycling bodies were

purchased from Consolidated Disposal Systems, and two cab and chassis were

purchased from Beck Motor Company in February 2003. Both vendors extended

their original bid pricing through August 15, 2003.



Funds are budgeted in FY04 Budget, Public Services - Recycling ? Heavy Trucks;

0207-260-3520-RCYL-7723.



* * * * * *



(C) GMA MEMBERSHIP DUES



It is requested that Council approve payment to the Georgia Municipal

Association (GMA) in the amount of $30,995.49 for 2003 - 2004 membership dues

for the City of Columbus, Georgia. GMA is a voluntary, non-profit organization

that provides legislative advocacy, education, employee benefit and technical

consulting services to its members.



Funds are budgeted in the FY04 Budget, City Council - Membership Dues and Fees,

0101-100-1000-CNCL-6657.



* * * * * *



(D) IBM MAINTENANCE AGREEMENT



It is requested that Council authorize payment to IBM for maintenance

agreements in the total amount of $59,828.64. The cost covers the maintenance

agreement with IBM for the Government?s IBM computer equipment, which includes

parts and service on a 24-hour, 7-day per week coverage. The maintenance

contract covers the following equipment:



1 IBM 8274 Route Switch

1 IBM 8275 Route Switch

1 IBM 3160 Laser Printer

1 IBM 3745 Remote Communications Controller

4 IBM 3174 Fiber Optic Controllers

1 IBM Risc 6000 Firewall Server

1 IBM 3480 Tape Drive Controller

4 IBM 3480 Tape Drives

1 IBM 4245 Line Printer

1 IBM 3590-A14 Rack

1 IBM 3590-A60 Tape Drive Controller

3 IBM 3590-B11 Tape Drives

1 IBM 3590-E11 Tape Drive

1 IBM 7043 Workstation Server

1 IBM 2105 Enterprise Storage Server



Funds are budgeted in the FY04 Budget, Information Technology ? Computer

Equipment Maintenance; 0101-210-1000- ISS-6511.



* * * * * *



(E) ANNUAL MAINTENANCE AND SUPPORT AGREEMENT FOR THE OASIS SYSTEM



It is requested that Council approve payment to Cole-Layer-Trumble Company

(Atlanta, GA) for maintenance service and support of the Oasis System, for the

period of July 1, 2003 through June 30, 2004, in the amount of $58,000. The

payments will be made in eleven monthly installments of $4,833.33 and a final

payment of $4,833.37. This maintenance provides Information Technology, the

Tax Assessor's Office and the Tax Commissioner's Office with software

enhancements, documentation updates, Users Group Support and Hotline Support

for the OASIS property tax and appraisal system. This maintenance has been

budgeted and approved annually since the OASIS software system was purchased in

1985.



Funds are budgeted in the FY04 Budget, Information Technology - Software Lease;

0101-210-1000-ISS-6541.

* * * * * *



(F) MOBILE DATA TERMINAL SERVER MAINTENANCE SUPPORT



It is requested that Council authorize payment to Motorola (Schaumburg, IL) for

a Mobile Data Terminal (MDT) Server and hardware infrastructure Maintenance

contract in the amount of $16,123. This maintenance provides hardware support

for MDT Server hardware located in the 911 Center on a 24-hour, 7-day per week

coverage. The equipment is the hardware infrastructure that interfaces the

MDT's in the Police Dept., Sheriff's Office, Fire Dept., Marshal's Office and

Inspections and Codes.



Funds are budgeted in the FY04 Budget, Information Technology ? Computer

Equipment Maintenance; 0101-210-1000- ISS-6511.

* * * * * *



(G) WHEEL LOADER ATTACHMENTS



It is requested that Council authorize the purchase of wheel loader

attachments, manufactured by Komatsu, from Stith Tractor & Equipment Company in

the amount of $22,370.00. The vendor will provide and install the attachments.



Per Resolution No. 331-02, a Komatsu wheel loader was purchased from Stith

Tractor and Equipment (Albany, GA) for the Park Services Division in July 2002

(Bid No. 02-0104). The wheel loader came standard with a front-end bucket.

The bucket does not have the capability to pick up large limbs, trees or logs

and place them into the bed of a dump truck. The requested attachments include

special forks and a log grapple, which operates from a third hydraulic spool

valve. Using the grapple attachment, the wheel loader will be able to grasp a

limb, tree or log and release it into the bed of a dump truck.



Stith Tractor & Equipment Company is the authorized Komatsu vendor for Georgia,

Alabama and the Panhandle of Florida. Therefore, it is considered an only

known source, per Section 3-114 of the Procurement Ordinance.



Funds are budgeted in the FY04 Budget, Special Project, Capital Project Fund ?

General Fund Supported Capital Project, Kotmatsu Rubber Tire Attachment;

0508-660-1000-CPGF-7715-22218040.



* * * * * *



(H) ANNUAL MAINTENANCE AGREEMENT FOR COURT RECORDS SYSTEM



It requested that Council approve payment to CorCom Solutions, Inc., (Columbus,

GA) in the amount of $70,000.00 for maintenance and support of the Court

Records System. The maintenance period is for July 2003 through July 2004.



Per Resolution No. 248-02 (RFP No. 02-0032), Council authorized the execution

of a contract with CorCom Solutions for archival indexing and transmitting

services of court cases (1985 ? Date) for the Clerk of Superior Court. In

conjunction with the services, the vendor provided a web-based system to

communicate and transmit both past and future records efficiently and in

compliance with future demands upon the court system for internet-transmitted

data and e-filing capability from both state and national levels.



Funds are budgeted in FY04 Budget, Superior Court ? Clerk of Superior Court,

Contractual Services; 0101-500-3000-SUPC-6319.

* * * * * *



(I) GENERAL CONSTRUCTION SERVICES FOR MULTI-LEVEL PARKING GARAGE ? RFP NO.

03-0026



It is requested that Council authorize the execution of a contract with Holder

Construction Company for the construction of a multi-level parking garage. The

300-space parking garage will be located in Uptown Columbus on Front Street,

across from the Convention and Trade Center, on approximately one acre of

City-owned land.



The project will be constructed using the ?negotiated team approach?, also

known as ?construction management at risk?. The contractor will provide

pre-construction services and post bid pre-construction services, including

such items as cost estimating and analyses, constructability analysis,

scheduling and phasing, methods and materials input, value engineering input

and costing, etc, as necessary, as well as construction of the project. The

construction scope generally consists of earthwork, deck construction, utility

relocations and landscaping.



Requests for proposals were mailed to two hundred forty-two vendors, and this

RFP has been advertised. Proposals were received on May 2, 2003, from eleven

offerors:



Holder Construction Company (Atlanta, GA)

Alcon Associates, Inc. (Albany, GA)

Batson-Cook Company (West Point, GA)

Brasfield & Gorrie (Birmingham, AL)

The Facility Group (Smyrna, GA)

Freeman & Associates (Columbus, GA)

Hoar Construction, LLC (Birmingham, AL)

Parker Building Company (Auburn, AL)

S. O. A. Construction Services (Perry, GA)

Williams & Associates, Inc. (Macon, GA)

Yates Construction (Marietta, GA)



Proposals were reviewed and rated by the Evaluation Committee, which consisted

of representatives from the Engineering Department and Columbus Convention and

Trade Center. A representative from Hecht Burdeshaw Johnson Kidd & Clark, the

architect for the project, served in an advisory capacity.



The City?s Procurement Ordinance, Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the process of an RFP, there is no formal opening, due

to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offeror, negotiations will begin

with the next responsive offeror. Evaluation results and cost information has

been submitted to the City Manager in a separate memo, for informational

purposes.



Funds are budgeted in FY04 Budget, Columbus Building Authority, Lease Revenue

Bonds, Series 2003B; General Construction, Front Avenue Parking Lot;

0555-200-2447-CBA-7761-40220030.



* * * * * *



(J) PHYSICIAN AND PHYSICIAN?S ASSISTANT MEDICAL SERVICES FOR INMATES AT THE

MUSCOGEE COUNTY JAIL AND MUSCOGEE COUNTY PRISON



It is requested that Council approve the Letter of Agreement between Prison

Health Services (PHS) and the Columbus Consolidated Government for physician

and physician?s assistant medical services, as well as, an on site psychiatric

treatment for inmates at the Muscogee County Jail and Muscogee County Prison.

The base fee will be $7,500.00 per month. The professional component will be

no more than $42,775.00 per month, unless additional services have been

requested and delivered. The contract term shall be for one year commencing on

July 1, 2003 through June 30, 2004.



There have been attempts to competitively bid medical services at the jail in

the past, as well as an RFP to conduct a study of medical services. However,

these attempts did not net favorable results for the City. Consequently, the

Jail has continued to use PHS to provide medical services.



Funds are budgeted in the FY04 Budget, Sheriff, Medical Director ? Medical

Services; 0101-550-2650-MEDD-6321.



* * * * * *



(K) UNIFORM DRESS SHOES & BOOTS (ANNUAL CONTRACT) ? BID NO. 03-0097



It is requested that Council approve the purchase of uniform dress shoes &

boots from All American Uniforms for the estimated contract value of

$73,402.50. The shoes & boots will be purchased on an ?as needed basis? and

worn by employees in various departments.



The contract period is for one (1) year, with the option to renew for two

additional twelve-month periods. Contract renewal is contingent upon mutual

agreement of the City and the Contractor.



Forty-four bid invitations were mailed; four bids were received June 4, 2003.

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



All American Uniforms (Columbus, GA) $73,402.50

Smyrna Police Dist. (Smyrna, GA) $84,059.25

G.T. Distributors, Inc. (Rossville, GA) $76,092.47*

Southern Public Safety (Norcross, GA) $86,806.25*



* G.T. Distributors, Inc. and Southeastern Public Safety failed to include, in

their bid, the required document, description literature and/or complete

specification covering the product offered; therefore, the vendors? bids were

deemed incomplete. The Purchasing Division notified the vendors, in writing,

of the bid evaluation finding.



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

Prison-Warden-Uniforms, 0101-420-1000-MCCI-6781; Police-Support

Service-Uniforms, 0101-400-2200-STAF-6781; Municipal Court-Marshal-Uniforms,

0101-530-3000-MRSH-6781; Sheriff-Administration-Uniforms,

0101-550-1000-SHRF-6781; Sheriff-Uniform Division- Patrol & Courts-Uniform,

0101-550-2100-SPTL-6781; Sheriff-Criminal

Division-Investigative/Fugitive-Uniforms, 0101-550-2200-INFU-6781; Sheriff?

Training-Uniforms, 0101-550-2300-STRN-6781; Sheriff-Muscogee County

Jail-Uniforms, 0101-550-2600-JAIL-6781; Chief Administrator-Recorders

Court-Uniforms, 0101-130-3710-RECC-6781; Fire & EMS-Logistics/Support-Uniforms,

0101-410-3610-LOGI-6781; Transportation -METRA Operations-Uniforms,

0751-610-2100-METO-6781.



* * * * * *



(L) AMBULANCE SERVICE LICENSE RENEWAL



It is requested that Council authorize payment to Georgia Department of Human

Resources in the total amount of $19,300.00. The fee includes a base fee of

$2,500.00 for ambulance service license, in addition to license fees for each

ambulance (12) in the amount of $16,800.00.



Funds are budgeted in FY04 Budget, Columbus Fire and Emergency Medical Services

? Fire/EMS Operations-Taxes/Licenses; 0101-410-2100-FOPR-9212.





?ITEM A?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) CAB AND CHASSIS FROM ROBERT?S

TRUCK CENTER (GARDEN CITY, GA) IN THE AMOUNT OF $44,900.00, AND ONE (1) TRASH

LOADER BODY FROM HEIL

ENVIRONMENTAL (AUSTELL GA) IN THE AMOUNT OF $30,300.00.



WHEREAS, The hydraulic trash loader is a replacement vehicle for the Waste

Collection Division of Public Services; and,



WHEREAS, Per Resolution No. 629-02 (Bid No. 03-0015), two trash loader bodies

were purchased from Heil Environmental, and two cab and chassis were

purchased from Robert?s Truck Center in August 2002. Both vendors extended

their original bid pricing through August 15, 2003.



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



That the City Manager is hereby authorized to purchase one (1) cab and chassis

from Robert?s Truck Center in the amount of $44,900.00, and one (1) trash

loader body from Heil Environmental in the amount of $30,300.00. Funds are

budgeted in FY04 Budget, Public Services, Solid Waste Collection ? Heavy

Trucks; 0207-260-3510-GARB-7723.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber 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 TWO (2) CAB AND CHASSIS FROM BECK

MOTOR COMPANY (ALBANY, GA) IN THE AMOUNT OF $96,608.00; AND TWO (2) RECYCLING

BODIES FROM CONSOLIDATED DISPOSAL SYSTEMS (SMYRNA, GA) IN THE AMOUNT OF

$110,000.00.



WHEREAS, The recycling collection vehicles will be replacements and used to

pick up recycling products throughout Columbus in support of the City?s

recycling program; and,



WHEREAS, Per Resolution No. 61-03 (Bid No. 03-0036), two (2) recycling bodies

were purchased from Consolidated Disposal Systems, and two (2)cab and chassis

were purchased from Beck Motor Company in February 2003. Both vendors extended

pricing through August 15, 2003.



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



That the City Manager is hereby authorized to purchase two (2) cab and chassis

from Beck Motor Company in the amount of $96,608.00; and two (2) recycling

bodies from Consolidated Disposal Systems in the amount of $110,000.00. Funds

are budgeted in FY04 Budget, Public Services - Recycling ? Heavy Trucks;

0207-260-3520-RCYL-7723.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM C?



A RESOLUTION



NO.__________





A RESOLUTION AUTHORIZING PAYMENT FOR 2003 - 2004 MEMBERSHIP DUES TO THE GEORGIA

MUNICIPAL ASSOCIATION IN THE AMOUNT OF $30,995.49.



WHEREAS, membership dues are for the City of Columbus, Georgia; and,



WHEREAS, GMA is a voluntary, non-profit organization that provides legislative

advocacy, educational, employee benefit and technical consulting services to

its members.



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



That the City Manager is hereby authorized to render payment to the Georgia

Municipal Association in the amount of $30,995.49 for 2003 - 2004 membership

dues for the City of Columbus, Georgia. Funds are budgeted in the FY04 Budget,

City Council - Membership Dues and Fees, 0101-100-1000-CNCL-6657.

______________________________







Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh 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 PAYMENT TO IBM FOR COMPUTER HARDWARE MAINTENANCE

AGREEMENTS IN THE TOTAL AMOUNT OF $59,828.64.



WHEREAS, the maintenance agreements provide for parts and service on a 24-hour,

7-day per week coverage. The maintenance contract covers the following

equipment:



1 IBM 8274 Route Switch 1 IBM 8275 Route Switch

1 IBM 3160 Laser Printer 1 IBM 3745 Remote Communications Controller

4 IBM 3174 Fiber Optic Controllers 1 IBM Risc 6000 Firewall Server

1 IBM 3480 Tape Drive Controller 4 IBM 3480 Tape Drives

1 IBM 4245 Line Printer 1 IBM 3590-A14 Rack

1 IBM 3590-A60 Tape Drive Controller 3 IBM 3590-B11 Tape Drives

1 IBM 3590-E11 Tape Drive 1 IBM 7043 Workstation Server

1 IBM 2105 Enterprise Storage Server



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



That the City Manager is hereby authorized to render payment to IBM for

computer hardware maintenance agreements in the amount of $59,828.64. Funds

are budgeted in the FY04 Budget, Information Technology ? Computer Equipment

Maintenance; 0101-210-1000- ISS-6511.

______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM E?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING PAYMENT TO COLE-LAYER-TRUMBLE COMPANY FOR MAINTENANCE

SERVICE AND SUPPORT OF THE OASIS SYSTEM, FOR THE PERIOD OF JULY 1, 2003

THROUGH JUNE 30, 2004, IN THE AMOUNT OF $58,000. THE PAYMENTS WILL BE MADE

IN ELEVEN MONTHLY INSTALLMENTS OF $4,833.33 AND A FINAL PAYMENT OF $4,833.37.



WHEREAS, this maintenance provides Information Technology, the Tax Assessor's

Office and the Tax Commissioner's Office with software enhancements,

documentation updates, Users Group Support and Hotline Support for the OASIS

property tax and appraisal system; and,



WHEREAS, this maintenance has been budgeted and approved annually since the

OASIS software system was purchased in 1985.



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



That the City Manager is hereby authorized to render payment to

Cole-Layer-Trumble Company (Atlanta, GA) for maintenance service and support

for the Oasis System, for the period of July 1, 2003 through June 30, 2004, in

the amount of $58,000. The payments will be made in eleven monthly

installments of $4,833.33 and a final payment of $4,833.37. Funds are budgeted

in the FY04 Budget, Information Technology - Software Lease;

0101-210-1000-ISS-6541.



_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM F?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA (SCHAUMBURG, IL) FOR A MOBILE DATA

TERMINAL SERVER AND HARDWARE INFRASTRUCTURE MAINTENANCE CONTRACT IN THE

AMOUNT OF $16,123.00.



WHEREAS, This maintenance provides hardware support for MDT Server

hardware located in the 911 Center on a 24-hour, 7-day per week coverage. The

equipment is the hardware infrastructure that interfaces the MDT's in the

Police Dept., Sheriff's Office, Fire Dept., Marshal's Office and Inspections

and Codes.





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



That the City Manager is hereby authorized to render payment to Motorola

(Schaumburg, IL) for a Mobile Data Terminal (MDT) Server and hardware

infrastructure Maintenance contract in the amount of $16,123.00. Funds are

budgeted in the FY04 Budget, Information Technology ? Computer Equipment

Maintenance; 0101-210-1000- ISS-6511.

_________________________________________





Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM G?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF WHEEL LOADER ATTACHMENTS FROM STITH

TRACTOR & EQUIPMENT COMPANY IN THE AMOUNT OF $22,370.00. THE VENDOR WILL

PROVIDE AND INSTALL THE ATTACHMENTS.



WHEREAS, Per Resolution No. 331-02, a Komatsu wheel loader was purchased from

Stith Tractor and Equipment (Albany, GA) for the Park Services Division in

July 2002 (Bid No. 02-0104). The wheel loader came standard with a front-end

bucket. The bucket does not have the capability to pick up large limbs,

trees or logs and place them into the bed of a dump truck. The requested

attachments include special forks and a log grapple, which operates from a

third hydraulic spool valve. Using the grapple attachment, the wheel loader

will be able to grasp a limb, tree or log and release it into the bed of a

dump truck; and,



WHEREAS, Stith Tractor & Equipment Company is the authorized Komatsu vendor for

Georgia, Alabama and the Panhandle of Florida. Therefore, it is considered

an only known source, per Section 3-114 of the Procurement Ordinance.



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



That the City Manager is hereby authorized to purchase Komatsu wheel loader

attachments from Stith Tractor & Equipment Company in the amount of

$22,370.00. The vendor will provide and install the attachments. Funds are

budgeted in the FY04 Budget, Special Project, Capital Project Fund ? General

Fund Supported Capital Project, Katmatsu Rubber Tire Attachment;

0508-660-1000-CPGF-7715-22218040.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM H?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO CORCOM SOLUTIONS, INC., (COLUMBUS, GA) IN

THE AMOUNT OF $70,000.00 FOR MAINTENANCE AND SUPPORT OF THE COURT RECORDS

SYSTEM.



WHEREAS, The maintenance period is for July 2003 through July 2004; and,



WHEREAS, Per Resolution No. 248-02 (RFP No. 02-0032), Council

authorized the execution of a contract with CorCom Solutions for archival

indexing and transmitting services of court cases (1985 ? Date) for the Clerk

of Superior Court. In conjunction with the services, the vendor provided a

web-based system to communicate and transmit both past and future records

efficiently and in compliance with future demands upon the court system for

internet-transmitted data and e-filing capability from both state and national

levels.



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



That the City Manager is hereby authorized to render payment to CorCom

Solutions, Inc., (Columbus, GA) in the amount of $70,000.00 for maintenance and

support for the Court Records System. Funds are budgeted in FY04 Budget,

Superior Court ? Clerk of Superior Court, Contractual Services;

0101-500-3000-SUPC-6319.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM I?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE execution of a CONTRACT WITH holder construction

company for the construction of a multi-level parking garage.



WHEREAS, an RFP was administered (RFP No. 03-0026) and eleven proposals were

received; and,



WHEREAS, the proposal submitted by Holder Construction Company 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 execute a contract with Holder

Construction Company for the construction of a multi-level parking garage.

Funds are budgeted in FY04 Budget, Columbus Building Authority, Lease Revenue

Bonds, Series 2003A; General Construction, Front Avenue Parking Lot;

0555-200-2447-CBA-7761-40220030.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of _________________, 2003 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 J?



A RESOLUTION

NO.________



A RESOLUTION AUTHORZING APPROVAL OF A LETTER OF AGREEMENT WITH PRISON

HEALTH SERVICES TO PROVIDE PHYSICIAN AND PHYSICIAN?S ASSISTANT MEDICAL

SERVICES, AS WELL AS, ON SITE PSYCHIATRIC SERVICES, FOR INMATES AT THE

MUSCOGEE COUNTY JAIL AND MUSCOGEE COUNTY PRISON, IN AN AMOUNT NOT TO EXCEED

$42,775.00 PER MONTH, UNLESS ADDITIONAL SERVICES ARE REQUESTED AND DELIVERED.



WHEREAS, the Letter of Agreement covers the period of July 1, 2003

through June 30, 2004; and,



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



That the City Manager is hereby authorized to approve a letter of agreement

with Prison Health Services to provide physician and physician?s assistant

medical services, as well as, on site psychiatric treatment, for inmates at the

Muscogee County Jail and Muscogee County Prison, in an amount not to exceed

$42,775.00 per month, unless additional services have been requested and

delivered. Funds are budgeted in FY04 Budget, Sheriff -Medical Director ?

Medical Services; 0101-550-2650-MEDD-6321.

__________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







_______________________________ ____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM K?



A RESOLUTION

NO.________



A RESOLUTION AUTHORZING THE PURCHASE OF UNIFORM DRESS SHOES & BOOTS, ON

AN ?AS NEEDED BASIS,? FROM ALL AMERICAN UNIFORMS FOR THE ESTIMATED CONTRACT

VALUE OF $73,402.50.



WHEREAS, these shoes & boots will be worn by various departments; and,



WHEREAS, the contract period shall 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 uniform dress shoes &

boots, on an ?as needed basis,? from All American Uniforms for the estimated

contract value of $73,402.50. Funds are budgeted each fiscal year for this

ongoing expense; Muscogee County Prison-Warden-MCP-Uniforms,

0101-420-1000-MCCI-6781; Police, Support Service-Uniforms,

0101-400-2200-STAF-6781; Municipal Court-Marshal-Uniforms,

0101-530-3000-MRSH-6781; Sheriff-Administration-Uniforms,

0101-550-1000-SHRF-6781; Sheriff-Uniform-Division-Sheriff Patrol &

Courts-Uniform, 0101-550-2100-SPTL-6781; Sheriff-Criminal

Division-Investigative/Fugitive-Uniforms, 0101-550-2200-INFU-6781; Sheriff?

Training-Sheriff Training-Uniforms, 0101-550-2300-STRN-6781; Sheriff-Muscogee

County Jail-Uniforms, 0101-550-2600-JAIL-6781; Chief Administrator-Recorders

Court-Uniforms, 0101-130-3710-RECC-6781; Fire & EMS-Logistics/Support-Uniforms,

0101-410-3610-LOGI-6781; Transportation -Metra Operations-Uniforms,

0751-610-2100-METO-6781.



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM L?



A RESOLUTION

NO.________



A RESOLUTION AUTHORZING PAYMENT TO GEORGIA DEPARTMENT OF HUMAN

RESOURCES FOR AMBULANCE LICENSE RENEWAL FEE IN THE AMOUNT OF $19,300.



WHEREAS, the fee includes cost for the base ambulance service license

fee and individual license fees for the City?s twelve (12) ambulances.





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



That the City Manager is hereby authorized to make payment to Georgia

Department of Human Resources for Ambulance License Renewal Fee in the amount

of $19,300. Funds are budgeted in FY04 Budget, Columbus Fire and Emergency

Medical Services - Fire/EMS - Operations? Taxes/Licenses;

0101-410-2100-FOPR-9212.







Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor

























DATE: July 29, 2003



TO: Mayor and Councilors



FROM: Kay Love, Director of Finance



SUBJECT: Advertised Bids





July 30, 2003

1. Group Life, AD&D and Long Term Disability Insurance (Annual

Contract) ? Bid No. 04-0002

Scope of Bid

Provide Columbus Consolidated Government employees with Group Life, AD&D and

Long-Term Disability Insurance through a fully funded program. The term of

contract shall be for two years, beginning September 1, 2003, with the option

to renew for three (3) additional twelve-month periods. Contract renewal will

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



2. Carpet Scrubber/Cleaner ? PQ No. 04-00001

Scope of PQ

Provide one (1) carpet scrubber/cleaner, Concorde HP Plus Extractor or

equivalent, to the Columbus Civic Center.



3. Large Light Bulbs (Annual Contract) ? Bid No. 03-0102

Scope of Bid

Provide various types of large light bulbs to Columbus Consolidated

Government on an ?as needed? basis. The contract term will be for one year,

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



4. Voter Certificates (Continuous Forms) ? Bid No. 04-0007

Scope of Bid

Provide 540,000 voter certificates (continuous forms) to the Elections and

Registration Office of Columbus Consolidated Government. The complete order

must be delivered no later than Thursday, August 28, 2003.





July 31, 2003

1. Pine Grove Municipal Solid Waste Landfill ? Phase II, Cells 2A, 2B, 2C ? Bid

No. 04-0001

Scope of Bid

A Mandatory Pre-Bid Conference is scheduled at 2:00 PM on Thursday, July 31,

2003. Vendors shall convene in the Ground Floor Conference Room of the

Government Center, 100 Tenth Street, Columbus, GA. Vendors will be allowed a

10-minute grace period. Any vendor who is not present in the Ground Floor

Conference Room within 10 minutes after the time slated for the beginning of

the mandatory pre-bid conference shall not be allowed to participate any

further in the bid process.



2. Repairs to Steam Room ? Bid No. 04-0006

Scope of Bid

A Mandatory Pre-Bid Conference/Site Visit is scheduled at 8:30 AM on Thursday,

July 31, 2003. Vendors shall convene in the lobby area of the Public Safety

Building, which is located at 510 Tenth Street, Columbus, GA. Vendors will be

allowed a 10-minute grace period. Any vendor who is not present in the lobby

area within 10 minutes after the time slated for the beginning of the mandatory

pre-bid conference/site visit shall not be allowed to participate any further

in the bid process.





August 1, 2003

1. Civic Center Sponsorship (Annual Contract) ? RFP No. 04-0002

Scope of RFP

Provide sponsorship opportunities at the Columbus Civic Center, Columbus,

Georgia. The contract term shall be for three years, with the option to renew

for two (2) additional twelve-month periods. Contract renewal will be

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





August 6, 2003

1. 20 Ft. Flex Wing Rotary Cutter ? Bid No. 04-0003

Scope of Bid

Provide a 20 Ft. Flex Wing Rotary Cutter to be used by the Street Right-of-Way

Division of the Public Services Department.



2. Crawler Tractor Equipped for Waste Disposal ? Bid No. 04-0004

Scope of Bid

Provide One (1) Crawler Tractor to be used by the Pine Grove Landfill Division

of the Public Services Department.





August 20, 2003

1. Repairs to Steam Room ? Bid No. 04-0006

Scope of Bid

The successful vendor shall repair the steam room located in the basement of

the Public Safety Building. The work area consists of approximately 101 sq.

ft. 8 ft. high and the area consists of 12 feet 8 inches by 8 feet 8 inches

with one (1) 36? glass door opening.





August 21, 2003

1. Pine Grove Municipal Solid Waste Landfill ? Phase II, Cells 2A, 2B, 2C ? Bid

No. 04-0001

Scope of Bid

The project consists of the following major elements: approximately

185,000 cubic yards of cut material and 1,700 cubic yards of structural fill;

placement of 24-inch thick liner base with a permeability not to exceed 1 x 10?

7 cm/sec, and placement of either a 24-inch thick leachate collection layer

with a permeability no less than 1 x 10-2 cm/sec or placement of Geonet and

24-inches of a soil layer with no specified permeability; a 60 mil HDPE

geomembrane liner approximately 370,000 square feet; the construction of 1,300

feet of 24-foot wide gravel access road; construction of a sediment basin;

construction and maintenance of erosion and sedimentation control devices;

installation of underdrain and leachate collection piping; construction of and

improvements to existing perimeter ditches. Bids will be accepted only from

Pre-Qualified Bidders.
Back to List