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