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.