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



August 20, 2002



Agenda Report #___________



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department

________________________________________________________________________________

________



(A) LEGAL SERVICES FOR REAL ESTATE CLOSINGS (ANNUAL CONTRACT) ? RFP 02-0037



It is requested that Council approve contracts for Legal Services for Real

Estate Closings for CDBG with Jacob Beil; Mary A. Buckner; Posey, Moye &

Cartledge; and Thompson,

Redmond, Nicolson & Ray. The City is administering programs and various

projects involving land acquisition and disposition. The legal services are

performed in accordance with all applicable Georgia Laws.



Legal services are required on an ?as needed basis?. Four legal firms will be

awarded contracts and will be utilized on a rotation basis. The rotation will

be governed by experience per project, availability and negotiated cost. The

offerors will provide the following services at various project locations:



? Examination of title to any property

? Preparation of all closing documents necessary to close on property

? Formal closing with seller of property



The term of the contract shall be for two years, with an option to renew for

three additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractors.



Request for proposals were mailed to thirty-five vendors and the RFP has been

advertised. Four proposals were received, May 17, 2002 from the following

offerors.



Jacob Beil (Columbus, GA)

Mary A. Buckner (Columbus, GA)

Posey, Moye & Cartledge (Columbus, GA)

Thompson, Redmond, Nicolson & Ray (Columbus, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the following departments: Finance,

Engineering and Community Reinvestment. During the evaluation process, Jacob

Beil; Mary A. Buckner; Thompson, Redmond, Nicolson & Ray; and Posey, Moye &

Cartledge were all deemed 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(s), this contract must be re-advertised. Cost

information has been submitted to the City Manager in a separate memo for

information purposes.



Funds are budgeted each fiscal year for this on-going expense; Community

Development Block Grant ? Various Accounts; Right-of ?Way Acquisition, 1999

SPLOST - Various accounts, Capital Improvement Projects.



* * * * * *



(B) 35-FOOT CLEAN DIESEL, LOW FLOOR BUSES ? BID NO. 02-0078



It is requested that Council authorize the purchase of six (6) 35-foot clean

diesel low floor buses from New Flyer of America, Inc. (Winnipeg, Canada), in

the amount of $1,571,046.00 ($261,841.00 each). The buses will replace

fixed-route revenue vehicles for Metra Transit System.



Sixty-five bid invitations were mailed; one bid was received on May 31, 2002.

This bid has been advertised, opened and reviewed.



Funds are budgeted in FY03 Budget, 1999 SPLOST ? Clean Air Buses;

0540-695-2137-TXBS-7724-50820030 (4 buses at a total cost of $1,047,364); and

METRA FTA (UMTA) ? Buses; 0751-610-2400-MFTA-7724 (2 buses at a total cost of

$523,682; 10% of 1 of the 2 buses. The City's 10% will be paid from the '99

SPLOST Fund, based on the grant distribution of City 10%; Federal 80% and State

10%).



* * * * * *



(C) STEP VAN ? BID NO. 02-0106



It is requested that Council authorize the purchase of a step van from Bill

Heard Chevrolet in the amount of $37,881.00; and rescind resolution number

347-02 which awarded the contract to Merc Holding d/b/a Innovan by Merc. The

step van will be used by the Police Department as a S.W.A.T. vehicle.



Merc Holding notified the Purchasing Division that the company would cease

operations as of August 1, 2002. Bill Heard Chevrolet has agreed to provide

the step van for their original bid price.



One hundred thirty-seven bid invitations were mailed; two bids were received on

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

were:



Bill Heard Chevrolet (Columbus, GA) $37,881.00

Merc Holding d/b/a Innovan by Merc (Moraine, OH) 35,979.00



Funds are budgeted in FY03 Budget, Police ? Motor Transport, Light Trucks;

0101-400-3230-MOTR-7722.



* * * * * *



(D) TICKETING SERVICES (ANNUAL CONTRACT) ? RFP NO. 03-0001



It is requested the Council approve negotiations and final contract with

Ticketmaster for ticketing services at the Civic Center and South Commons

Sports Complex. These venues are host to an AF2 indoor football team, an ECHL

hockey team, NBDL basketball team, several high-profile college football and

softball tournaments and many other concerts, family shows and special events.

The venue of the South Commons Complex includes the following: Columbus Civic

Center, Memorial Stadium, Golden Park Baseball Stadium and South Commons

Softball Stadium/Complex. These venues and events combined translate to

approximately 575,000 tickets annually.



The contractor will provide the following services and equipment:

v Hardware equipment: computers, ticket printers, report printers, management

connections, bar coding equipment, and credit card processing.

v Distribution Network: Provide an established ticket network including

support for telephone sales, Internet sales and a minimum of four (4) retail

outlets in Columbus metro area and one (1) in the Phenix City, Alabama metro

area.

v Business Plan: Contractor will assign a representative to work with the box

office staff on a day-to-day basis to manage events for the Columbus Civic

Center and South Common Venues. For any one calendar year that the Columbus

Consolidated Government sells 50,000 tickets through the Ticketmaster outlet,

phone and Internet system, a$5,000 advertising allowance will be paid to the

City.

v Marketing Plan: Bring awareness of events the contractor tickets to the

communities the contractor serves.

v Training Plan: Assign a representative to provide both initial and ongoing

training of the Civic Center and South Common Venues staff.



The term of this contract shall be for three years with an option to renew for

two additional years. Contract renewal will be contingent upon the mutual

agreement of the City and the Contractor.



Request for proposals were mailed to fifty-one vendors and the RFP has been

advertised. Two proposals were received, July 26, 2002 from the following

offerors.



Ticketmaster (Atlanta, GA)

Tickets.com (Costa Mesa, CA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the following departments: Civic Center,

City Manager, and a representative from the River Center. During the

evaluation process, Ticketmaster 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 cost information have

been submitted to the City Manager in a separate memo for information purposes.



Funds will be deposited into the following Revenue Accounts: Civic Center ?

0757-160- Hockey (2100), Football (2200), NBDL (2300), SFX (2400) and Other

Events (2500); following revenue source codes: ticket sales (4573), Facility

Fee (4574), Inside Charges (6687), Credit Card Fees (6688) and 0217-2066 Sales

Tax on Facility Fees and Sales Tax on Ticket Sales.



* * * * * *



(E) REAL ESTATE APPRAISAL SERVICES (ANNUAL CONTRACT) ? RFP NO. 02-0036



It is requested that Council approve the annual contract for Real Estate

Appraisal Services from Cliatt & Norris Appraisals, Benson Appraisal Services,

Realty Appraisal and G. E. Heinzelman. The firms will provide all labor,

supervision, and materials required to perform appraisal services of real

estate, in various locations, on an ?as needed basis?.



Several qualified appraisers are awarded the contract and will be utilized on a

rotation basis. The rotation will be governed by cost and availability. The

appraisals will be performed in accordance with standards contained in the

Department of Housing and Urban Development Handbook 1278 5-3; 49 CAR 24.103

and Appendix 20.



The term of this contract 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.



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

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

offerors.



Realty Appraisal Services (Columbus, GA)

Cliatt & Norris Appraisals, LLP (Columbus, GA)

Benson Appraisal Services (Macon, GA)

G. E. Heinzelman (Columbus, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from City Manager?s Office and Department of

Community & Economic Development. During the evaluation process, Realty

Appraisal Services, Cliatt & Norris Appraisals, Benson Appraisal Services and

G. E. Heinzelman were deemed 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(s), no proposal responses or any negotiated components

are made public until after the award of the contract. If Council does not

approve the recommended offerors, the RFP will be re-advertised and a new

process will begin.



Funds will be budgeted each fiscal year for this on-going expense; CDBG ?

Economic Development, Land Acquisition, Appraisals 0210-240-3452-LACQ-6373;

Land Disposition, Appraisals, 0210-240-3454-LOSP-6373; Real Estate, Appraisals,

0101-130-2400-REAL-6373; Right-of ?Way Acquisition, 1999 SPLOST - Various

accounts, Capital Improvement Projects. Other various projects will be funded

through the 1999 SPLOST Sales Tax.



* * * * * *



(F) 18-HOLE GOLF COURSE RENOVATION ? PHASE III & IV ? RFP NO. 02-0045



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

with Tifton Golf Services for the renovation of eighteen (18) holes at Bull

Creek Golf Course. The work will be completed in two phases, nine holes per

phase. Phase III will be for Holes 1-3 West and 13-18 East; Phase IV will be

for Holes 4-12 West. The scope of work includes, but is not limited to,

clearing, erosion control, lake development, storm drainage, fine grading and

plant bed prep, greens construction, bunkers construction, irrigation,

grassing, etc.



Requests for proposals were mailed to eighty-seven vendors and this RFP has

been advertised. A mandatory pre-proposal conference was held on June 25,

2002; nineteen vendors attended the conference. Eleven proposals were received

on July 12, 2002:



Tifton Golf Services (Tifton, GA)

Benson Construction Co. (Tifton, GA)

Duininck Bros., Inc. (Prinsburg, MN)

Earthworks International (Hattiesburg, MS)

Fore Front Construction (Woodstock, GA)

Golf Course Builders Intl. (Midland, GA)

Greens Construction (Tifton, GA)

Holmes & Co. (Eatonton, GA)

Malphrus Construction (Hilton Head Island, SC)

Quality Grassing & Services (Lithia, FL)

Southeaster Golf, Inc. (Tifton, GA)



Proposals were reviewed by the Evaluation Committee, which consisted of

representatives from the Engineering Department and Columbus Golf Authority.

On July 19, 2002 the three highest rated firms made oral presentations.



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

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

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

components of the proposal. In the event City Council does not approve the

recommended offeror, no proposal responses or any negotiated components are

made public until after the award of the contract. The cost information and

evaluation results have been submitted to the City Manager in a separate memo

for informational purposes.



Funds are budgeted in FY03 Budget, 1999 SPLOST, General Construction - Bull

Creek Golf Course; 0540-695-2129-TXBC-7661-50502020.



* * * * * *



(G) LEGAL COUNSEL OF RECORD FOR COMMUNITY REINVESTMENT ANNUAL CONTRACT) ? RFP

NO. 02-0031



It is requested that Council approve contract for Legal Counsel of Record for

Community Reinvestment with Jacob Beil. The firm will provide Legal Counsel of

Record for Community Reinvestment involving land acquisition and disposition.

The services will be required on an ?as needed basis?. The contractor shall

provide, but not limited to, the following services:



1. Negotiation/Litigation services

2. Development and preparation of Legal documents

3. Render Legal opinions

4. Research State and Federal Laws

5. Attend consultation meetings when required

6. Maintain proper legal records and files, which would revert to the Columbus

Consolidated Government when contract is terminated.



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 thirty-five vendors and the RFP has been

advertised. Proposals were received May 10, 2002 from the following two

offerors.



Jacob Beil (Columbus, GA)

Posey, Moye & Cartledge (Columbus, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the following departments: Finance,

Engineering and Community Reinvestment. During the evaluation process, Jacob

Beil was deemed 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(s), negotiations will begin with the next responsive

offeror. Evaluation results and cost information have been submitted to the

City Manager in a separate memo for information purposes.



Funds are budgeted each fiscal year for this on-going expense; Community

Development Block Grant ? Various Accounts; Right-of ?Way Acquisition, 1999

SPLOST - Various accounts, Capital Improvement Projects.



* * * * * *



(H) FY03 SUMMER FEEDING PROGRAM AND THE COMMUNITY SCHOOL PROGRAM



It is requested that Council approve the expenditure of the appropriated funds

to the Muscogee County Nutrition Program (Columbus, GA) in the estimated amount

of $532,442.00 for the Summer Feeding Program and the Community School Program

for FY03.



Parks and Recreation Department has sponsored the Summer Feeding Program and

the Community School Program for eight years. The programs provide daily

snacks and lunches for enrolled children. The food meets and/or exceeds the

nutritional requirements of the United Stated Department of Agriculture. The

City will be reimbursed by the U.S.D.A. for lunches served in the Summer

Feeding Program. The cost for snacks is covered in the weekly fee charged for

the Community School Program.



Funds are budgeted in the FY03 Budget, Parks & Recreation ? Lunch Program ?

After School Services; Community School Operations ? After School Services;

0101-270-3505-CSOP-9313 and 0216-270-3520-LNCH-9313.







?ITEM A?



A RESOLUTION



NO._____







A RESOLUTION AUTHORIZING TO EXECUTE CONTRACTS FOR LEGAL SERVICES FOR CDBG REAL

ESTATE CLOSINGS WITH JACOB BEIL; MARY A. BUCKNER; THOMPSON, REDMOND, NICOLSON &

RAY; AND POSEY, MOYE & CARTLEDGE.



WHEREAS, an RFP was administered (RFP 02-0037) and proposals were received from

four qualified offerors; and,



WHEREAS, the proposals submitted by Jacob Beil; Mary A. Buckner; Thompson,

Redmond, Nicolson & Ray; and Posey, Moye & Cartledge met all proposal

requirements and were deemed responsive to the RFP; and,



WHEREAS, the term of contract shall be for two years, with an option to renew

for three additional twelve-month periods. Contract renewal is 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 contracts for

legal services for CDBG Real Estate Closings with Jacob Beil; Mary A. Buckner;

Thompson, Redmond, Nicolson & Ray; and Posey, Moye & Cartledge on an ?as

needed? rotational basis. Funds are budgeted each fiscal year for this

on-going expense; Community Development Block Grant ? Various Accounts;

Right-of ?Way Acquisition, 1999 SPLOST - Various accounts, Capital Improvement

Projects.



______________________________



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 Rodgers voting __________.

Councilor Smiths 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 PURCHSE OF SIX (6) 35-FOOT CLEAN DIESEL

LOW FLOOR BUSES FROM NEW FLYER OF AMERICA, INC., IN THE AMOUNT OF $1,571,046.00.



WHEREAS, The buses will replace fixed-route revenue vehicles for Metra

Transit System.



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



That the City Manager is hereby authorized to purchase six (6) 35-foot

clean diesel, low floor buses from New Flyer of America, Inc., in the amount of

$1,571,046.00. Funds are budgeted in FY03 Budget, 1999 SPLOST ? Clean Air

Buses; 0540-695-2137-TXBS-7724-50820030 (4 buses at a total cost of

$1,047,364); and METRA FTA (UMTA) ? Buses; 0751-610-2400-MFTA-7724 (2 buses at

a total cost of $523,682; 10% of 1 of the 2 buses. The City's 10% match will

be paid from the '99 SPLOST Fund, based on the grant distribution of City 10%;

Federal 80% and State 10%).

_________________________________________



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 Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor





?ITEM C?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE PURCHASE OF A STEP VAN FROM BILL HEARD

CHEVROLET IN THE AMOUNT OF $37,881.00; AND RESCINDING RESOLUTION NUMBER 347-02

WHICH AWARDED THE CONTRACT TO MERC HOLDING D/B/A INNOVAN BY MERC.



WHEREAS, Merc Holding notified the Purchasing Division that the company would

cease operations as of August 1, 2002. Bill Heard Chevrolet has agreed to

provide the step van for their original bid price; and,



WHEREAS, The step van will be used by the Police Department as a

S.W.A.T. vehicle.



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



That the City Manager is hereby authorized to purchase a step van from

Bill Heard Chevrolet in the amount of $37,881.00; and rescind Resolution Number

347-02, which awarded the contract to Merc Holding d/b/a Innovan by Merc.

Funds are budgeted in FY03 Budget, Police ? Motor Transport, Light Trucks;

0101-400-3230-MOTR- 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 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 NEGOTIATIONS AND FINAL CONTRACT WITH TICKETMASTER TO

PROVIDE TICKETING SERVICES FOR THE CIVIC CENTER AND SOUTH COMMON SPORTS COMPLEX.



WHEREAS, an RFP was administered (RFP No. 03-0001) and two proposals were

received; and,



WHEREAS, the proposal submitted by Ticketmaster met all proposal requirements

and was evaluated most responsive to the RFP; and,



WHEREAS, the term of this contract shall be for three years, with an option to

renew for two (2) additional years. 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 enter into negotiations

and final contract with Ticketmaster to provide Ticketing Services for the

Civic Center and South Common Sports Complex. Funds will be deposited into the

following Revenue Accounts: Civic Center ? 0757-160- Hockey (2100), Football

(2200), NBDL (2300), SFX (2400) and Other Events (2500); following revenue

source codes: ticket sales (4573), Facility Fee (4574), Inside Charges (6687),

Credit Card Fees (6688) and 0217-2066 Sales Tax on Facility Fees and Sales Tax

on Ticket Sales.



_________________________________________



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 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 EXECUTION OF REAL ESTATE APPRAISAL SERVICES

CONTRACTS WITH CLIATT & NORRIS APPRAISALS, BENSON APPRAISAL SERVICES, REALTY

APPRAISAL SERVICES AND G. E. HEINZELMAN.



WHEREAS, an RFP was administered (RFP No. 02-0036) and four proposals were

received; and,



WHEREAS, the proposals submitted by Cliatt & Norris Appraisals, Benson

Appraisal Services, Realty Appraisal Services and G. E. Heinzelman met all

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



WHEREAS, the term of this contract shall be for three years, with an option to

renew for two 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 contracts with

Cliatt & Norris Appraisals, Benson Appraisal Services, Realty Appraisal

Services and G. E. Heinzelman. Funds will be budgeted each fiscal year for

this on-going expense; CDBG ? Community Reinvestment, Land Acquisition,

Appraisals 0210-240-3452-LACQ-6373; Land Disposition, Appraisals,

0210-240-3454-LOSP-6373; Real Estate, Appraisals, 0101-130-2400-REAL-6373;

Right-of ?Way Acquisition, 1999 SPLOST - Various accounts, Capital Improvement

Projects. Other various projects will be funded through the 1999 SPLOST Sales

Tax.

_________________________________________



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 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 EXECUTION OF A CONSTRUCTION CONTRACT WITH TIFTON

GOLF SERVICES FOR THE RENOVATION OF EIGHTEEN (18) HOLES AT BULL CREEK GOLF

COURSE.



WHEREAS, an RFP was administered (RFP No. 02-0045) and eleven proposals were

received; and,



WHEREAS, the proposal submitted by Tifton Golf Services met all proposal

requirements and is deemed responsive to the RFP.



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



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

Tifton Golf Services for the Renovation of eighteen (18) holes at Bull Creek

Golf Course. Funds are budgeted in FY03 Budget, 1999 SPLOST, General

Construction - Bull Creek Golf Course; 0540-695-2129-TXBC-7661-50502020.



_________________________________________



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 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 TO EXECUTE CONTRACT FOR LEGAL COUNSEL OF RECORD FOR

COMMUNITY REINVESTMENT WITH JACOB BEIL ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP 02-0031) and proposals were received from

two qualified offerors; and,



WHEREAS, the proposal submitted by Jacob Beil met all proposal requirements and

was evaluated most responsive to the RFP; and,



WHEREAS, the term of contract shall be for two years, with an option to renew

for three additional twelve-month periods. Contract renewal is 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 contract for

legal counsel of record for Community Reinvestment with Jacob Beil on an ?as

needed basis?. Funds are budgeted each fiscal year for this on-going expense;

Community Development Block Grant ? Various Accounts; Right-of ?Way

Acquisition, 1999 SPLOST - Various accounts, Capital Improvement Projects.

______________________________

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 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 THE EXPENDITURE OF THE APPROPRIATED FUNDS TO

THE MUSCOGEE COUNTY NUTRITION PROGRAM IN THE ESTIMATED AMOUNT OF $532,442.00

FOR THE SUMMER FEEDING PROGRAM AND THE COMMUNITY SCHOOL PROGRAM FOR FY03.



WHEREAS, Parks and Recreation Department has sponsored the Community School

Program and Summer Feeding Program for nine years; and,



WHEREAS, the City will be reimbursed by the U.S.D.A. for lunches served in the

Summer Feeding Program and the cost of snacks are covered in the weekly fees

charged for the Community Schools Program.



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



That the City Manager is hereby authorized to expend the appropriated

funds to the Muscogee County Nutrition Program in the estimated amount of

$532,442.00 for the Summer Feeding Program and the Community Schools Program

for FY03. Funds are budgeted in the FY03 Budget, Parks & Recreation ?

Community School Operation ?After School Services; Lunch Program ? After School

Services; 0101-270-3505-CSOP-9313 & 0216-270-3520-LNCH-9313.

_________________________________________

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

the _________ day of ____________, 2001 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 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
Back to List