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



April 30, 2002



Agenda Report #___________



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) TRUCK CAB AND CHASSIS WITH DIESEL ENGINE



It is requested that Council approve the purchase of a truck cab and chassis

with diesel engine from Southlake Ford (Morrow, GA) via Georgia SWC S-000627 in

the amount of $28,906.00. The vehicle is a replacement for the Traffic

Engineering Division sign truck.



Funds are budgeted in the FY02 Budget, Bond and Lease Purchase Pools ? Light

Trucks; 0542-200-5000-GMA-7722.



* * * * * * *



(B) FINANCIAL/HUMAN RESOURCES SOFTWARE LEASE AMENDMENT



It is requested that Council approve the amendment to the software lease

agreement with American Management Systems, Inc., (AMS) to provide

implementation services in support of ADVANTAGE Financial (formerly LGFS) and

ADVANTAGE HR (formerly GHRS) in the amount of $125,000.00. ADVANTAGE Financial

and ADVANTAGE HR are the City?s financial and payroll/human resources software

systems. The services include: on and off site technical and functional

support for conversion and implementation of the new releases, training,

troubleshooting, and reimbursable expenses.



The conversion to the ADVANTAGE Financial 2.2 release is necessary so that the

system will be compliant with the requirements of the Governmental Accounting

Standards Board (GASB) Statement 34 which overhauled the financial reporting

requirements of governments and requires capitalization of infrastructure

(roads, streets, bridges, sidewalks, tunnels, drainage systems, water and sewer

systems, dams, street lights, etc.). The Columbus Consolidated Government is a

Phase I government which means the system must be GASB 34 compliant by June 30,

2002. The conversion to the ADVANTAGE HR 2.3.2 is necessary because it is

integrated with ADVANATGE financial and must be updated to the next release to

continue the integration of the two systems. Additionally, the new releases

provide enhancements that increase the flexibility of the system.



Funds are budgeted in the FY 02 Budget, General Fund Supported Capital

Projects, Software Lease; LGFS/GHRS Conversion/Implementation;

0508-660-1000-CPGF-6541-22187020.



(C) GMA TELECOMMUNICATION RENEWAL AGREEMENT



It is requested that Council approve a renewal agreement with Georgia Municipal

Association in the amount of $17,500.00 for Telecommunication Management

Services. The renewal agreement is for one year, effective May 1, 2002 ? April

30, 2003.



In the past years the telecommunications industry has undergone major changes

that have important repercussions on local governments, particularly the manner

in which public right-of-ways can be utilized and managed and the entrance of

new vendors providing services. The City has realized that because of new

technologies, deregulation and the Telecommunications Act of 1996, specialized

expertise was required if it was to retain control over zoning, management of

public right-of-ways and franchise fee revenue, and entered into an agreement

with the Georgia Municipal Association to provide telecommunications management

services.



Funds are available in FY02 Budget; Non-Categorical ? Special Ongoing Projects;

0101-590-3000-NCAT-6694.

* * * * * *



(D) CELLULAR TELEPHONE SERVICES (ANNUAL CONTRACT) ? RFP NO. 02-0015



It is requested that Council approve the annual contract for cellular telephone

services from PSC Wireless. The firm will provide service for all City owned

cellular telephones on an annual basis for the purchase of all cellular

telephones and accessories, airtime, cellular services/features and

repair/maintenance. The firm also offers City employees a special rate for

using the same service provider for privately owned cellular telephones. The

City has approximately 150 cellular telephones mixed between mobiles, bag

phones and portable hand-held telephones averaging about 60 minutes each per

month.



The term of this contract shall be for two years, 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.



Request for proposals were mailed to nine vendors and the RFP has been

advertised. Four proposals were received, February 19, 2002 from the following

offerors.



PSC Wireless (Reynolds, GA)

Cellular One (Columbus, GA)

Pre-Paid Phones (Las Vegas, NV)

*Wireless Auto (Columbus, GA)



*Proposal was deemed incomplete at the RFP opening. Proposal did not provide a

signed copy of the transmittal letter, nor reference the name of a contact

person. As stated in the RFP specifications, ?The transmittal letter shall

introduce the firm, describe the ownership, include complete address, phone and

fax numbers, and include the name of contact person (s) during the RFP

process. The transmittal letter must be signed by an authorized agent of the

firm?.



The proposal was reviewed by the Evaluation Committee members, which consisted

of representatives from Facilities Maintenance, Police Department, and

Information Technology. During the evaluation process, PSC Wireless was deemed

the most responsive to the RFP. 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 rates have been submitted to the City Manager in a

separate memo for information purposes.



Funds will be budgeted each fiscal year for this on going expense, Various

Accounts - Mobile Phone, 6622.



* * * * * * *



(E) ? TON CARGO VAN



It is requested that Council approve the purchase of a ? ton cargo van via

Georgia SWC S-000483 from Southlake Ford (Morrow, GA) in the amount of

$17,428.00. The vehicle is replacement equipment for the Sheriff Motor

Transport Division, and will be used to transport supplies and materials to and

from Muscogee County Jail.



Funds are budgeted in the FY02 Budget, 1999 SPLOST ? Light Trucks,

Sheriff-Vehicles; 0540-695-2123-TXSH-7722-5013002V.



* * * * * * *



(F) FIFTEEN-PASSENGER VAN



It is requested that Council approve the purchase of three fifteen-passenger

vans via Georgia SWC S-000483 from Bill Heard Chevrolet (Columbus, GA) in the

amount of $60,591.00 ($20,197 each). The replacement vans will be used by the

Parks and Recreation Department to transport employees and customers to and

from events.



Funds are budgeted in the FY02 Budget, Bond and Lease Purchase Pools;

0542-200-5000-GMA-7722.

* * * * *



(G) COMMERCIAL ?LOGGING? TRASH LOADER - BID NO. 02-0093



It is requested that Council approve the purchase of a commercial ?logging?

trash loader cab and chassis from Atlanta Freightliner in the amount of

$45,495.00, and the trash loader body from Fontaine Truck Equipment in the

amount of $49,719.29. The total cost of the unit is $95,214.29. The

replacement equipment will be used for log removal operations and removing

trees and limbs cut down by the Forestry Division.



One hundred thirty-nine bid invitations were mailed; six bids were received on

March 27, 2002. This bid has been advertised, opened and reviewed. The

bidders were:



Vendors Option 1

Trash Loader

Cab & Chassis Option 2

Trash Loader Body Option 3

Cab & Chassis w/

Trash Loader Body

Tri State Peterbilt (Albany, GA) $47,269.00 No Bid No Bid

*Ramer Manufacturing (Ramer, AL) No Bid No Bid $72,000.00

Consolidated Disposal Systems (Smyrna, GA) No Bid $53,990.00 No Bid

Atlanta Freightliner (Forest Park, GA) 45,495.00 No Bid No Bid

Roberts Truck Center (Garden City, GA) 46,757.00 No Bid No Bid

Fontaine Truck Equipment (Forest Park, GA) No Bid $49,719.29 No Bid



Funds are budgeted in the FY02 Budget, Public Services-Landscape and

Forestry-Off Road Equipment; 0203-260-2800-Land-7725.



* * * * * * *



(H) ATTORNEY FEES



It is requested that Council approve payment of attorney fees to Troutman

Sanders, LLP, in the amount of $29,779.65, pertaining to the case of Columbus ?

Muscogee County Consolidated Government Challenge Homestead/Tax Freeze.



Funds are budgeted in FY02 Budget, City Attorney, Consulting;

0101-120-1000-ATTY-6315.



* * * * * *



(I) SPORTS EQUIPMENT ? BID NO. 02-0066



It is requested that Council approve the purchase of sports equipment from

Sport Supply Group, Inc., (d/b/a/ BSN Sports) in the amount of $15,923.47. The

items consists of: tables and accessories for pool, ping-pong, table hockey,

foosball; portable ball lockers and carts; table top scoreboards; aerobic steps

and carts. The equipment will be used at Psalmond Road Recreation Center and

South Columbus Recreation Center.



Twenty-eight bid invitations were mailed; seven bids were received on February

13, 2002. This bid has been advertised, opened and reviewed. The bidders were:



Sport Supply Group (d/b/a/ BSN Sports) (Dresher, PA) $15,923.47

Gopher Sport (Owatonna, MN) 467.88*

Mueller Recreational Products (Lincoln, NE) 9,667.41*

B. Fritz Sports Corp. (Apex, NC) 9,897.00*

Collegiate Pacific (Dallas, TX) 11,325.92*

Palos Sport (Alsip, IL) 10,074.96*

Sportime, LLC (Atlanta, GA) 13,958.84*



*The bid consisted of 38 line items. The annotated companies only bid on the

following number of line items: Gopher Sport (bid 5 items, low bidder for 1

item); Mueller Recreational Products (bid 20 items, low bidder for 3 items); B.

Fritz Sports (bid 26 items, low bidder for 0 items); Collegiate Pacific (bid 16

items, low bidder for 7 items); Palos Sport (bid 15 items, low bidder for 3

items) and Sportime (bid 21 items, low bidder for 7 items). Sport Supply Group

(dba BSN Sports) was the most responsive bidder by bidding 36 line items, and

was low bidder for 14 of those line items.



Funds are budgeted in FY02 Budget, 1993 SPLOST, Recreation Center-New ? Capital

Expenditures ? Under $5000, Psalmond Road Recreational Center and South

Columbus Recreational Center; 0541-690-2110-RCNW-7763-70051000 and 70052000.



* * * * * *



(J) INTERNET MONITORING SOFTWARE ? BID NO. 02-0110



It is requested that Council authorize the purchase of internet monitoring

software and one-year maintenance from Softmart in the amount of $10,394.56.

The Information Technology Department will use the software to manage internet

access by City employees.



One hundred forty-eight bid invitations were mailed; six bids were received on

April 10, 2002. This bid has been advertised, opened and reviewed. The

bidders were:



Softmart (Downingtown, PA) $10,394.56

PC Mall (Torrance, CA) 4,338.00*

PC Connection/Gulf Connection (Merrimack, NH) 10,950.00

Insight (Tempe, AZ) 11,795.00

National Business Group (Atlanta, GA) 11,859.38

CDW Government (Vernon Hills, IL) 11,980.00



*PC Mall failed to acknowledge Addendum No. 1, which clarified the required

number of user licenses. The vendor?s bid was deemed incomplete.



Funds are budgeted in FY02 Budget, Information Technology ? Software Lease;

0101-210-1000-ISS-6541.



* * * * * *



(K) CHEROKEE AVENUE ROADWAY REHABILITATION ? BID NO. 02-0100



It is requested that Council authorize the execution of a construction contract

with Alexander Contracting Company in the amount of $117,192.40. The

contractor will reconstruct a deteriorated portion of Cherokee Avenue.



Forty-one bid invitations were mailed; four bids were received on April 17,

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



Base DBE

Contractor Bid Amount Participation

Alexander Contracting Company (Columbus, GA) $117,192.40 13%

Kam, Inc. (Columbus, GA) 132,921.00 0%

McMath-Turner Construction (Columbus, GA) 183,689.00 10%

Robinson Paving Company (Columbus, GA) 194,290.00 1%



Funds are budgeted in FY02 Budget, 1999 SPLOST Road/Bridge/Street ? Road

Construction, Cherokee Avenue Rehabilitation Project;

0540-695-2126-TXRB-7641-50315020.



* * * * * *



(L) INDUSTRIAL WHEEL BACKHOE LOADER ? BID NO. 02-0105



It is requested that Council approve the purchase of an industrial wheel

backhoe loader from Yancey Brothers Company in the amount of $49,146.00. The

industrial wheel backhoe loader is replacement equipment, which will be used by

the Street Repair and Maintenance Division at street improvement job sites.



Twenty-four bid invitations were mailed; four bids were received on April 3,

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



Vendors Bid Amount

Yancey Brothers Company (Columbus, GA) $49,146.00

Stith Equipment Company (Columbus, GA) 49,934.00

L & N Supply Company (Dallas, GA) 50,995.00

METRAC, Inc. (Columbus, GA) 75,700.00



Funds are budgeted in the FY02 Budget, Public Services-Repairs and

Maintenance-Rolling Stock; 0203-260-3110-REPR-7726.



* * * * * *



(M) STORAGE BUILDINGS/CONCESSION BUILDING AT VARIOUS CITY PARKS ? BID NO.

02-0096



It is requested that Council authorize the execution of a construction contract

with Calhoun Construction Company in the amount of $145,330.00. The contractor

will construct a concession building at the Midland School athletic field, a

storage building at the Woodruff Farm Soccer Complex and a second storage

building at a location that will be determined at a later date.



One hundred thirty-eight bid invitations were mailed; six bids were received on

April 10, 2002. This bid has been advertised, opened and reviewed. The

bidders were:





Contractor Concession Building Storage Building Second

Storage Bldg Base Bid

Amount DBE

Participation

Calhoun Construction

(Columbus, GA) $87,675.00 $33,775.00 $23,880.00 $145,330.00 7.65%

Jernigan Builders

(Phenix City, AL) 88,082.00 34,158.00 34,158.00 156,398.00 1None

Ben B. Gordy Const.

(Columbus, GA) 99,800.00 33,990.00 25,980.00 159,770.00 8.60%

ATF Construction

(Columbus, GA) 104,000.00 33,000.00 24,700.00 161,700.00 13.50%

Weber Construction

(Buena Vista, GA) 99,650.00 49,740.00 47,740.00 197,130.00 None

Raylenco Construction

(Columbus, GA) 151,000.00 151,000.00 151,000.00 2453,000.00 100%



1Jernigan Builders has indicated DBE participation will be determined at a

later date.

2Raylenco Construction failed to include the required Bid Bond and a signed

Non-Collusion Affidavit. Therefore, the bid was deemed incomplete.



Funds are budgeted in FY02 Budget, 1993 SPLOST, Park Development New ? General

Construction, Williams Road Park and Woodruff Farm Soccer Complex;

0541-690-2110-PDNW-7661-70055010, 70017010.



* * * * * *



(N) SEVEN YARD DUMP TRUCK ? BID NO. 02-0079



It is requested that Council authorize the purchase of two (2) seven-yard dump

truck cab and chassis from Bill Heard Chevrolet in the amount of $74,934.00

($37,467.00 each), and two (2) dump bodies from Park-Built Body Company in the

amount of $14,300.00 ($7,150.00 each). The total cost of the units is

$89,234.00 ($44,617.00 each). The items are replacement equipment for Park

Services Division and Sewer Maintenance Division.



One hundred forty-six bid invitations were mailed; six bids were received on

February 20, 2002. This bid has been advertised, opened and reviewed. The

bidders were:





Vendors Option 1

Dump Truck

Cab & Chassis Option 2

Dump Truck Body Option 3

Cab & Chassis w/

Dump Truck Body

Bill Heard Chevrolet (Columbus, GA) $74,934.00 No Bid No Bid

Park-Built Body Company (Sylvester, GA) No Bid $14,300.00 No Bid

Transpower (Albany, GA) 79,880.00 No Bid No Bid

Transport Equipment Co. (Albany, GA) No Bid *14,220.00 No Bid

Atlanta Freightliner (Forest Park, GA) 86,941.32 16,576.00 103,517.32

Beck Motor Company (Albany, GA) 89,918.00 No Bid No Bid



*The Fleet Manager has determined the equipment proposed by Transport Equipment

Company does not meet specifications for the body, cylinder and PTO & pump.

Written notification of the findings has been forwarded to the vendor.



Funds are budgeted in the FY02 Budget, Bond and Lease Purchase Pools, Heavy

Trucks and Rolling Stock; 0542-200-5000-GMA-7723, 7726.





?ITEM A?



A RESOLUTION



NO. _____



A RESOLUTION AUTHORIZING THE PURCHASE OF A TRUCK CAB AND CHASSIS WITH

DIESEL ENGINE FROM SOUTHLAKE FORD VIA GEORGIA SWC S-000627 IN THE AMOUNT OF

$28,906.00.



WHEREAS, this vehicle is a replacement for the Traffic Engineering

Division sign truck..



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

FOLLOWS:



That the City Manager is hereby authorized to purchase a truck cab and chassis

with diesel engine from Southlake Ford via Georgia SWC S-000627 in the amount

of $28,906.00. Funds are budgeted in FY02 Budget, Bond and Lease Purchase

Pools ? Light Trucks; 0542-200-5000-GMA-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 B?



A RESOLUTION

NO. _____



A RESOLUTION AUTHORIZING the amendment to the software lease agreement

with American Management Systems, Inc., (AMS) to provide implementation

services in support of ADVANTAGE Financial (formerly LGFS) and ADVANTAGE HR

(formerly GHRS) in the amount of $125,000.00.



WHEREAS, The conversion to the ADVANTAGE Financial 2.2 release is

necessary so that the system will be compliant with the requirements of the

Governmental Accounting Standards Board (GASB) Statement 34 which overhauled

the financial reporting requirements of governments and requires capitalization

of infrastructure (roads, streets, bridges, sidewalks, tunnels, drainage

systems, water and sewer systems, dams, street lights, etc.); and,



WHEREAS, The Columbus Consolidated Government is a Phase I government which

means the system must be GASB 34 compliant by June 30, 2002; and,



WHEREAS, The conversion to the ADVANTAGE HR 2.3.2 is necessary because it is

integrated with ADVANATGE financial and must be updated to the next release to

continue the integration of the two systems.



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

FOLLOWS:



That the City Manager is hereby authorized to amend the software lease

agreement with American Management Systems, Inc., (AMS) to provide

implementation services in support of ADVANTAGE Financial (formerly LGFS) and

ADVANTAGE HR (formerly GHRS) in the amount of $125,000.00. Funds are budgeted

in the FY 02 Budget, General Fund Supported Capital Projects, Software Lease;

LGFS/GHRS Conversion/Implementation; 0508-660-1000-CPGF-6541-221-7020.

________________________________________

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 A RENEWAL AGREEMENT WITH GEORGIA MUNICIPAL

ASSOCIATION (ATLANTA, GA) IN THE AMOUNT OF $17,500.00 FOR TELECOMMUNICATION

MANAGEMENT SERVICES.



WHEREAS, the renewal agreement is for one year, effective May 1, 2002

through April 30, 2003.



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

FOLLOWS:



That the City Manager is hereby authorized to renew the agreement with Georgia

Municipal Association (Atlanta, GA) in the amount of $17,500.00 for

telecommunication management services. Funds are budgeted in FY02 Budget;

Non-Categorical ? Special Ongoing Projects; 0101-590-3000-NCAT-6694.

_________________________________________



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 EXECUTION OF A CONTRACT FOR CELLULAR TELEPHONE

SERVICES WITH PSC WIRELESS.



WHEREAS, an RFP was administered (RFP NO. 02-0015) and four proposals were

received; and,



WHEREAS, the proposal submitted by PSC Wireless met all proposal

requirements and was evaluated most responsive to the RFP; and,



WHEREAS, the term of this contract shall be for two years, 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.





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



That the City Manager is hereby authorized to execute a contract with PSC

Wireless for Cellular Telephone Services. Funds will be budgeted each fiscal

year for this on going expense, Various Accounts - Mobile Phone, 6622.

_________________________________________



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 A ? TON CARGO VAN VIA GEORGIA

SWC S-000483 FROM SOUTHLAKE FORD IN THE AMOUNT OF $17,428.00.



WHEREAS, The vehicle is replacement equipment for the Sheriff Motor

Transport Division, and will be used to transport supplies and materials to and

from Muscogee County Jail.





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





That the City Manager is hereby authorized to purchase a ? ton cargo

van via Georgia SWC S-000483 from Southlake Ford in the amount of $17,428.00.

Funds are budgeted in the FY02 Budget, 1999 SPLOST, Light Trucks,

Sheriff-Vehicles; 0540-695-2123-TXSH-7722-5013002V.



_________________________________________



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 THREE (3) FIFTEEN-PASSENGER

VANS VIA GEORGIA SWC S-000483 FROM BILL HEARD CHEVROLET IN THE AMOUNT OF

$60,591.00 ($20,197.00 EACH).



WHEREAS, the replacement vans will be used by the Parks and Recreation

Department to transport employees and customers to and from events.



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



That the City Manager is hereby authorized to purchase three (3)

fifteen-passenger vans via Georgia SWC S-000483 from Bill Heard Chevrolet.

Funds are budgeted in the FY02 Budget, Bond and Lease Purchase Pools, Light

Trucks; 0542-200-5000-GMA-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 COMMERCIAL ?LOGGING? TRASH

LOADER CAB AND CHASSIS FROM ATLANTA FREIGHTLINER IN THE AMOUNT OF $45,495.00,

AND THE TRASH LOADER BODY FROM FONTAINE TRUCK EQUIPMENT IN THE AMOUNT OF

$49,719.29. THE TOTAL COST OF THE UNIT IS $95,214.29.



WHEREAS, The replacement equipment will be used for log removal

operations and removing trees and limbs cut down by the Forestry Division.



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



That the City Manager is hereby authorized to purchase a commercial

?logging? trash loader cab and chassis from Atlanta Freightliner in the amount

of $45,495.00, and the trash loader body from Fontaine Truck Equipment in the

amount of $49,719.29. The total cost of the unit is $95,214.29. Funds are

budgeted in the FY02 Budget, Public Services-Landscape and Forestry-Off Road

Equipment; 0203-260-2800-Land-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 H?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT OF ATTORNEY FEES TO TROUTMAN SANDERS, LLP, IN

THE AMOUNT OF $29,779.65, PERTAINING TO THE CASE OF COLUMBUS ? MUSCOGEE COUNTY

CONSOLIDATED GOVERNMENT CHALLENGE HOMESTEAD/TAX FREEZE.



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



That the City Manager is hereby authorized to make payment to Troutman Sanders,

LLP, in the amount of $29,779.65, pertaining to the case of Columbus ? Muscogee

County Consolidated Government Challenge Homestead/Tax Freeze. Funds are

available in the FY02 Budget; City Attorney, Consulting;

0101-120-1000-ATTY-6315.



_________________________________________



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

the _________ day of ____________, 2002 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor 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 SPORTS EQUIPMENT FROM SPORTS SUPPLY

GROUP, INC., (D/B/A/ BSN SPORTS) IN THE AMOUNT OF $15,923.47.



WHEREAS, The items consist of: tables and accessories for pool,

ping-pong, table hockey, foosball; portable ball lockers and carts; table top

scoreboards; aerobic steps and carts. The equipment will be used at Psalmond

Road Recreation Center and South Columbus Recreation Center.



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



That the City Manager is hereby authorized to purchase sports equipment from

Sports Supply Group, Inc., (d/b/a/ BSN Sports) in the amount of $15,923.47.

Funds are budgeted in FY02 Budget, 1993 SPLOST, Recreation Center-New ? Capital

Expenditures ? Under $5000, Psalmond Road Recreational Center and South

Columbus Recreational Center; 0541-690-2110-RCNW-7763-70051000 and 70052000.

_________________________________________



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 PURCHASE OF INTERNET MONITORING SOFTWARE AND ONE

YEAR MAINTENANCE FROM SOFTMART IN THE AMOUNT OF $10,394.56.



WHEREAS, The Information Technology Department will use the software to

manage internet access by City employees.





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



That the City Manager is hereby authorized to purchase internet monitoring

software and one year maintenance from Softmart in the amount of $10,394.56.

Funds are budgeted in FY02 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 ____________, 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 K?



A RESOLUTION



NO. ______





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

ALEXANDER CONTRACTING COMPANY IN THE AMOUNT OF $117,192.40.



WHEREAS, The contractor will reconstruct a deteriorated portion of Cherokee

Avenue.





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



That the City Manager is hereby authorized to execute a construction contract

with Alexander Contracting Company in the amount of $117,192.40. Funds are

budgeted in the FY02 Budget, 1999 SPLOST Road/Bridge/Street ? Road

Construction, Cherokee Avenue Rehabilitation Project;

0540-695-2126-TXRB-7641-50315020.



_________________________________________





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 L?



A RESOLUTION



NO. _____



A RESOLUTION AUTHORIZING THE PURCHASE OF AN INDUSTRIAL WHEEL BACKHOE

LOADER FROM YANCEY BROTHERS COMPANY IN THE AMOUNT OF $49,146.00.



WHEREAS, The industrial wheel backhoe loader is replacement equipment,

which will be used by the Street Repair and Maintenance Division at street

improvement job sites.



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



That the City Manager is hereby authorized to purchase an industrial

wheel backhoe loader from Yancey Brothers Company in the amount of $49,146.00.

Funds are budgeted in the FY02 Budget, Public Services-Repairs and

Maintenance-Rolling Stock; 0203-260-3110-REPR-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 M?



A RESOLUTION



NO. ______





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH CALHOUN

CONSTRUCTION COMPANY IN THE AMOUNT OF $145,330.00.



WHEREAS, The contractor will construct a concession building at the Midland

School athletic field, a storage building at the Woodruff Farm Soccer Complex

and a second storage building at a location that will be determined at a later

date.



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



That the City Manager is hereby authorized to execute a construction contract

with Calhoun Construction Company in the amount of $145,330.00. Funds are

budgeted in FY02 Budget, 1993 SPLOST, Park Development New ? General

Construction, Williams Road Park and Woodruff Farm Soccer Complex;

0541-690-2110-PDNW-7661-70055010, 70017010.



_________________________________________





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 N?



A RESOLUTION



NO. _____



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) SEVEN YARD DUMP TRUCK

CAB AND CHASSIS FROM BILL HEARD CHEVROLET IN THE AMOUNT OF $74,934.00

($37,467.00 EACH), AND THE DUMP BODIES FROM PARK-BUILT BODY COMPANY IN THE

AMOUNT OF $14,300.00 ($7,150.00 EACH). THE TOTAL COST OF THE UNITS IS

$89,234.00 ($44,617.00 EACH).



WHEREAS, The items are replacement equipment for Park Services Division

and Sewer Maintenance Division.



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

FOLLOWS:





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

seven-yard dump truck cab and chassis from Bill Heard Chevrolet in the amount

of $74,934.00 ($37,467.00 each), and two (2) dump bodies from Park-Built Body

Company in the amount of $14,300.00 ($7,150.00 each). The total cost of the

units is $89,234.00 ($44,617.00 each). Funds are budgeted in the FY02 Budget,

Bond and Lease Purchase Pools, Heavy Trucks and Rolling Stock;

0542-200-5000-GMA-7723, 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



DATE: April 30, 2002



TO: Mayor and Councilors



FROM: Kay Love, Director of Finance



SUBJECT: Advertised Bids





April 30, 2002

1. Fiber Optic Services for an 800 MHz Radio Communication System ? RFP No.

02-0017

Scope of RFP

Provide fiber optics links between radio transmission sites within the City?s

800 MHz Trunked Simulcast Radio Communication System. The City's Radio System

uses two microwave paths/links to transmit voice and mobile data between

transmission sites. This RFP is part of a project to convert the existing

microwave paths to fiber optics links.





May 1, 2002

1. Commercial Kitchen Equipment ? Bid No. 02-0116

Scope of Bid

Provide various commercial kitchen equipment, to include food warmers, hot food

display cases, convection/microwave ovens, refrigerators/freezers, condiment

dispensers, utility carts, wire shelving and ice makers. The equipment will be

installed in the recreation centers of Shirley Winston Park, Rigdon Park and

Psalmond Road Park.



2. Traffic Counter System ? Bid No. 02-0119

Scope of Bid

Provide a traffic counter system to the Traffic Engineering Division. The

system shall be capable of collecting volume, vehicle classification (FHWA

scheme F) and speed count data, storing said data, transferring data through

portable data storage devices and include software to process data using PC IBM

compatible computers.



3. Additions and Renovations to the Columbus, Georgia Convention and Trade

Center ? Bid No. 02-0085

Scope of Bid

The project consists of major new additions to the existing complex comprising

approximately of 115,000 square feet, and the renovation of the existing

facility of approximately 180,000 square feet. The project will be constructed

in two phases consisting primarily of new construction to the west of existing

facility followed by additions and renovations to the existing building. Bids

will be accepted only from pre-qualified bidders.



4. Traffic Sign Materials ? (Annual Contract) ? Bid No. 02-0103

Scope of Bid

Provide traffic sign materials to the Traffic Engineering Division on an ?as

needed basis?. The contract period will be for one (1) year with the option to

renew for three (3) additional twelve-month periods.



May 3, 2002

1. Quick Coupler Type Wheel Loader ? Bid No. 02-0092

Scope of Bid

Provide a quick coupler type wheel loader to the Public Services Department.

The equipment will be used at street improvement job sites throughout the City.



May 8, 2002

1. 35-Ft Low Floor Clean Diesel Transit Buses ? Bid No. 02-0078

Scope of Bid

Provide four 35-ft low floor clean diesel transit buses for METRA

Transportation. The units will be replacements for fixed route revenue buses

that are beyond their useful life.



2. 30-Ft Low Floor Clean Diesel Transit Bus ? Bid No. 02-0088

Scope of Bid

Provide one 30-ft low floor clean diesel transit bus for METRA Transportation.

The unit is a replacement for one that is beyond its useful life.



May 10, 2002

1. Legal Counsel of Record for Economic Development Division (Annual

Contract) ? RFP No. 02-0031

Scope of RFP

Provide Columbus Consolidated Government with professional legal

services involving land acquisition and disposition, in addition to other

programs required of the Economic Development Division on an ?as needed

basis?. The contract term 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 (s).



May 17, 2002

1. Legal Services for Real Estate Closings for CDBG to include

Residential Loans, ?Sales & Rehabilitative? and ?Commercial Loans? Economic

Development & Rehabilitative (Annual Contract) ? RFP No. 02-0037

Scope of RFP

Provide Columbus Consolidated Government with professional legal

services, relating to real estate closings on an ?as needed basis?. The

contract term 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 (s).



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.
Back to List