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 #___7_____
Columbus Consolidated Government
Council Meeting
June 3, 2003
Agenda Report #____69_______
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) TECHNOLOGY PACKAGES FOR SHERIFF VEHICLES
It is requested that Council authorize the purchase of seven (7) technology
packages for Sheriff vehicles from Motorola Corporation in the amount of
$60,757.76. Each package includes a mobile data computer, automatic vehicle
location technology, a special rear seat for securing the tall DUI suspect, a
video camera system and a radar system.
This purchase is part of a continuing SPLOST project aimed at equipping all
appropriate public safety vehicles with advanced technology, in order to
maximize the efficiency of public safety responses to calls for service from
the public.
Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a contract to
Motorola to provide mobile data units for public safety departments. Motorola
has extended their cost proposal until June 30, 2003.
Funds are budgeted in FY03 Budget, 1999 SPLOST Police/Fire Vehicle/Equipment ?
Computer Equipment, Sheriff Equipment, and 1999 SPLOST Police/Fire
Vehicle/Equipment ? Capital Expenditures Over $5000, Sheriff Equipment;
0540-695-2123-TXSH-7751-50130003E and 0540-695-2123-TXSH-7761-50130003E
* * * * * *
(B) DICTAPHONE RECORDING EQUIPMENT MAINTENANCE AGREEMENT
It is requested that Council approve payment for the annual maintenance
agreement for the 911 Center?s Recording System from Dictaphone in the amount
of $18,209.00. The Police Department operates a Dictaphone multi-channel
digital recording system to record all telephone and radio traffic that passes
through the 911 Center. This recording equipment is critical for record
keeping and quality assurance in the 911 Center and provides the official
record of the activity in the Center. The City has maintained a full coverage
maintenance agreement on this equipment due to its importance and as an expense
control measure when making the necessary repairs and adjustments to this
equipment. This maintenance agreement provides complete coverage of any
problems that might arise as the equipment is used.
This maintenance agreement will insure that the City receives complete and cost
effective support of this equipment and allows control of operating costs
associated with the Digital Recording System.
On March 27, 1990, per Resolution 155-90, the purchase of the original
40-channel recorder was awarded to Dictaphone Corporation in the amount of
$44,411.00. Therefore, Dictaphone Corporation is considered an only known
source for the maintenance of this equipment, per Section 3-114 of the
Procurement Ordinance.
Funds are budgeted in the FY03 Budget, Emergency Telephone Fund ? Police, E911
Communications Center, Service Contracts; 0209-400-3220-E911-6513.
* * * * * *
(C) TRAFFIC SIGNAL EQUIPMENT AND COMPONENTS
It is requested that Council approve the purchase of traffic signal equipment
from various statewide contracts established by Georgia Department of
Transportation (DOT) in amounts over $10,000. The state of Georgia advertises
seal bids for the purchase of traffic signal equipment and components and is
approved for use by local governments. Use of the Georgia Statewide Contract
will save the Traffic Engineering Division time in implementing traffic signal
projects and performing maintenance.
Funds are budgeted each fiscal year for this on-going expense, Engineering -
Traffic Engineering ? Operating Materials, 0101-250-2100-TRAF-6728; 1999 SPLOST
Supported Paving Projects and Paving Fund Supported Capital Projects.
* * * * * *
(D) STREET TREE MASTER PLAN ? RFP NO. 03-0024
It is requested that Council authorize the execution of a contract with French
& Associates for landscape architectural services for a Street Tree Master
Plan. The objectives of the Street Tree Master Plan are as follows:
? Establish a conceptual plan for guiding the orderly execution of tree
planting of the urban forest throughout the City of Columbus and Muscogee
County.
? Define existing city structure and future development patterns by identifying
major nodes, open spaces, arterials, connectors, corridors, and gateways that
can be used to strengthen the City of Columbus? identity through street-tree
plantings.
? Create a diagrammatic plan that designates open planting areas, prioritizes
planting zones, and serves as a catalyst for coordinating the community and the
tree-planting efforts of several groups, including but not limited to the City,
the Tree Board, Keep Columbus Beautiful, and Trees Columbus, Inc.
? Provide a diagrammatic, conceptual base plan that can be used as a catalyst
for future design efforts by the Tree Board and the City, in creating a final,
detailed tree-planting plan. Detail planting design is not a port of this
scope.
In order to meet the objectives, French & Associates will perform the following
tasks:
? Review the City?s Transportation Improvement Plan (TIP) and plot growth of
arterials, connectors, and connectors to assure the Tree Plan addresses future
growth.
? Work with the City?s Economic Development Office to plot development patterns
and characteristics to assure the Tree Plan addresses future growth.
? Coordinate with the City and several volunteer groups including the Tree
Board, Keep Columbus Beautiful, Trees Columbus, Inc., and the Columbus
Gateways, in a series of five (5), scheduled review meetings. The fifth
meeting will be a presentation of the final plan. Public meetings and
presentations are not part of this scope.
? Review existing information, base maps, plans, etc., provided by the City.
? Using existing information provided by the City, create a city / countywide
base sheet for the Tree Planting Plan which incorporates existing conditions
and future growth patterns.
Requests for proposals were mailed to two hundred and seventy-two vendors and
this RFP has been advertised. Five proposals were received on April 18, 2003:
French & Associates (Columbus, GA)
Gullate Associates, Inc. (Phenix City, AL)
The Jaeger Company (Athens, GA)
Jon Benson & Associates, Inc. (Atlanta, GA)
Lose & Associates (Lawrenceville, GA)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Public Services Department and Engineering Department.
The City?s Procurement Ordinance, Article 3-111, Architectural/Engineering and
Land Surveying Services, governs the RFP process. This process insures the
City obtains the most qualified offeror to provide the equipment, supplies
and/or services required. 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 highest-ranked, responsive offeror.
Funds are budgeted in FY03 Budget, Multi Government Project Fund, Public
Services ? Urban Commission Forestry Grant, Contractual Services and Operating
Materials; 0216-260-3810-FORS-6319 and 6728 (City 50% and Grant 50%).
* * * * * *
(E) POLICE MOTORCYCLE? BID NO. 03-0076
It is requested that Council authorize the purchase of one (1) police
motorcycle from Chattahoochee Harley Davidson, Inc., in the amount of
$17,800.00.
The motorcycle is a replacement for one that was totaled. It will be used by
the Motor Transport Division of the Columbus Police Department for traffic
control and motor vehicle accident response and investigation throughout the
City.
Fourteen bid invitations were mailed. Two bids were received on April 9,
2003. This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS TOTAL
Chattahoochee Harley-Davidson
(Columbus, GA) $ 17,800.00
Savannah Harley-Davidson
(Savannah, GA) 17,929.45
Funds are budgeted in FY03 Budget, Police ? Motor Transport - Automobiles;
0101-400-3230-MOTR-7721.
* * * * * *
(F) HEAVY TRUCK CAB & CHASSIS? BID NO. 03-0095
It is requested that Council authorize the purchase of one (1) heavy truck cab
and chassis, from Atlanta Freightliner in the amount of $69,650.00.
The cab and chassis will be used with a dump truck body, which was purchased
from Park-Built Company per the extended purchase option from Bid No. 02-0125.
This unit will be a replacement dump truck for the Street Improvement Division
and will be used to haul dirt, rock and gravel to and from job sites throughout
Muscogee County.
Fifty-four bid invitations were mailed. Eleven bids were received on May 7,
2003. This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS TOTAL
Atlanta Freightliner
(Forest Park, GA) $ 69,650.00
Freightliner of Savannah
(Savannah, GA) 70,590.00
D & M International Sales 1
(Blackshear, GA) 70,757.78
Bill Heard Chevrolet
(Columbus, GA) 71,560.00
Peach State Ford Truck Sales
(Norcross, GA) 72,604.00
Beck Motor Company
(Albany, GA) 73,123.00
Kenworth of Atlanta
(Atlanta, GA) 74,619.00
Volvo/GMC Trucks of Atlanta
(Forest Park, GA) 75,477.00
Nextran Truck Centers
(Atlanta, GA) 78,100.00
Georgia Commercial Vehicles LLC
(Atlanta, GA) 80,500.00
Transpower, Inc.
(Albany, GA) 82,670.00
1D & M International Sales failed to include the required addenda
acknowledgement and warranty. Therefore, the vendor?s bid was deemed
incomplete.
Funds are budgeted in FY03 Budget, Paving Fund ? Public Services ? Street
Improvements ? Off Road Equipment; 0203-260-2100-STRT-7725.
* * * * * *
(G) EMERGENCY PROCUREMENT OF ROOFING SERVICES FOR FIRE STATION #5
It is requested that Council authorize the emergency procurement of roofing
services for Fire Station #5 from Columbus Roofing, Inc., in the amount of
$24,440.00. The roof at Fire Station #5, which is located at 6700 Lynch Road,
has leaked in the past and has caused damage that has affected the wood.
Columbus Roofing, Inc., will furnish all labor and materials to replace the
roof.
The Facilities Maintenance Division obtained a quote from Columbus Roofing,
Inc., because the company has worked on the roof in the past and is familiar
with this type of roof. To prevent further damage to the roof, immediate
services are required. Consequently, the City Manager?s office has approved
this emergency procurement, per the Procurement Ordinance, Article 3-115.
Funding is available in the FY03 Budget; Public Services ? Other
Repairs/Maintenance, Building Maintenance-Public Safety, #5 Fire Station Lynch
Road; 0101-260-3710-REPA-6529.03.
* * * * * *
(H) PAYMENT TO GEORGIA POWER COMPANY
It is requested that Council authorize payment to Georgia Power Company in the
amount of $59,273.83 for street lighting services. Georgia Power will provide
and install street lighting, which will improve the safety and quality of life
for citizens. Additionally, the street lighting will enhance the newly
designed streetscape areas within the downtown area, which includes Broadway,
between 9th Street and 10th Street; and Front Avenue and 9th Street.
The poles and fixtures are similar to those in the Parks, along Broadway and
around the River Center. Georgia Power is the prime utility contractor that
has the lighting equipment and the knowledge to install and maintain the
lighting poles. Therefore, Georgia Power is considered an only known source
for this specific service, per the Procurement Ordinance, Article 3-114.
Funds are budgeted in FY03 Budget, 1999 SPLOST Parks and Green Space ?
Engineering/Architectural Services, Parks/Green Space Improvements;
0540-695-2138-TXPG-6338-50701020.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF SEVEN (7) TECHNOLOGY PACKAGES FOR
SHERIFF VEHICLES FROM MOTOROLA CORPORATION IN THE AMOUNT OF $60,757.76
WHEREAS, Each package includes a mobile data computer, automatic vehicle
location technology, a special rear seat for securing the tall DUI suspect, a
video camera system and a radar system; and,
WHEREAS, Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a
contract to Motorola to provide mobile data units for public safety
departments. Motorola has extended their cost proposal until June 30, 2003.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase seven (7)
technology packages for Sheriff vehicles from Motorola Corporation in the
amount of $60,757.76. Funds are budgeted in FY03 Budget, 1999 SPLOST
Police/Fire Vehicle/Equipment ? Computer Equipment, Sheriff Equipment and 1999
SPLOST Police/Fire Vehicle/Equipment ? Capital Expenditures Over $5000, Sheriff
Equipment; 0540-695-2123-TXSH-7751-50130003E and
0540-695-2123-TXSH-7761-50130003E
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING PAYMENT TO DICTAPHONE CORPORATION IN THE AMOUNT OF
$18,209.00 FOR THE ANNUAL MAINTENANCE AGREEMENT FOR THE DIGITAL RECORDING
SYSTEM IN THE 911 CENTER.
WHEREAS, The Police Department operates a Dictaphone multi-channel digital
recording system to record all telephone and radio traffic that passes through
the 911 Center. This recording equipment is critical for record keeping and
quality assurance in the 911 Center and provides the official record of the
activity in the Center. This maintenance agreement will insure that the City
receives complete and cost effective support of this equipment and allows
control of operating costs associated with the Digital Recording System; and
WHEREAS, On March 27, 1990, per Resolution 155-90, the purchase of the
original 40-channel recorder was awarded to Dictaphone Corporation in the
amount of $44,411.00. Therefore, Dictaphone Corporation is considered an only
known source for the maintenance of this equipment, per Section 3-114 of the
Procurement Ordinance.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to pay Dictaphone Corporation in the
amount of $18,209.00 for the annual maintenance agreement for the 911 Center?s
Digital Recording System. Funds are budgeted in the FY03 Budget, Emergency
Telephone Fund? Police, E911 Communications Center, Service Contracts;
0209-400-3220-E911-6513.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF TRAFFIC SIGNAL EQUIPMENT AND
COMPONENTS USING THE GEORGIA STATEWIDE CONTRACTS IN AMOUNTS OVER $10,000.
WHEREAS, the State of Georgia advertises seal bids for the purchase of traffic
signal equipment/components and awards contracts to the lowest qualified
vendors; and,
WHEREAS, the specifications for said bids are prepared by the Georgia
Department of Transportation and meet the City?s requirements; and,
WHEREAS, the Statewide contracts are approved for use by local
governments, and meet the requirements of the City?s procurement ordinances;
and,
WHEREAS, traffic signal equipment such as traffic signal controllers,
cabinets signal conflict monitors, loop detectors, load switches, signal heads,
concrete strain poles and many other related components are available for
purchase using the Georgia Statewide Contracts.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase traffic signal
equipment and components using the Georgia Statewide Contract in amounts over
$10,000. Funds are budgeted each fiscal year for this on-going expense,
Engineering - Traffic Engineering ? Operating Materials,
0101-250-2100-TRAF-6728; 1999 SPLOST Supported Paving Projects and Paving Fund
Supported Capital Projects.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH FRENCH & ASSOCIATES
FOR LANDSCAPE ARCHITECTURAL SERVICES FOR A STREET TREE MASTER PLAN.
WHEREAS, an RFP was administered (RFP No. 03-0024) and five proposals were
received; and,
WHEREAS, the proposal submitted by French & Associates met all proposal
requirement and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
French & Associates for landscape architectural services for the Street Tree
Master Plan. Funds are budgeted in FY03 Budget, Multi Government Project Fund,
Public Services ? Urban Commission Forestry Grant, Contractual Services and
Operating Materials; 0216-260-3810-FORS-6319 and 6728 (City 50% and Grant 50%).
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2003 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) POLICE MOTORCYCLE FROM
CHATTAHOOCHEE HARLEY DAVIDSON, INC., IN THE AMOUNT OF $17,800.00.
WHEREAS, the motorcycle is a replacement for one that was totaled. It will be
used by the Motor Transport Division of the Columbus Police Department for
traffic control and motor vehicle accident response and investigation
throughout the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) Harley Davidson
from Chattahoochee Harley Davidson, Inc., in the amount of $17,800.00. Funds
are budgeted in FY03 Budget, Police ? Motor Transport - Automobiles;
0101-400-3230-MOTR-7721.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM F?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) HEAVY TRUCK CAB AND CHASSIS,
FROM ATLANTA FREIGHTLINER IN THE AMOUNT OF $69,650.00.
WHEREAS, The cab and chassis will be used with a dump truck body, which was
purchased from Park-Built Company per the extended purchase option from Bid No.
02-0125. This will be a replacement dump truck for the Street Improvement
Division and will be used to haul dirt, rock and gravel to and from job sites
throughout Muscogee County.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) heavy truck cab
and chassis, from Atlanta Freightliner in the amount of $69,650.00. Funds are
budgeted in FY03 Budget, Paving Fund ? Public Services ? Street Improvements ?
Off Road Equipment; 0203-260-2100-STRT-7725.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM G?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE EMERGENCY PROCUREMENT OF ROOFING SERVICES FOR FIRE
STATION #5 FROM COLUMBUS ROOFING, INC., IN THE AMOUNT OF $24,440.00.
WHEREAS, The roof at Fire Station #5, which is located at 6700 Lynch Road, has
leaked in the past and has caused damage that has affected the wood. Columbus
Roofing, Inc., will furnish all labor and materials to replace the roof; and,
WHEREAS, The Facilities Maintenance Division obtained a quote from
Columbus Roofing, Inc., because the company has worked on the roof in the past
and is familiar with this type of roof. To prevent further damage, immediate
services are required. Consequently, the City Manager?s office has approved
this emergency procurement, per the Procurement Ordinance, Article 3-115.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make the emergency
procurement of roofing services for Fire Station #5 from Columbus Roofing,
Inc., in the amount of $24,440.00. Funding is available in the FY03 Budget;
Public Services ? Other Repairs/Maintenance, Building Maintenance-Public
Safety, #5 Fire Station Lynch Road; 0101-260-3710-REPA-6529.03.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM H?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING PAYMENT TO GEORGIA POWER COMPANY IN THE AMOUNT OF
$59,273.83 FOR STREET LIGHTING SERVICES.
WHEREAS, Georgia Power will provide and installs street lighting, which will
improve the safety and quality of life for citizens. Additionally, the street
lighting will enhance the newly designed streetscape areas within the downtown
area, which includes Broadway, between 9th Street and 10th Street; and Front
Avenue and 9th Street; and,
WHEREAS, The poles and fixtures are similar to those in the Parks, along
Broadway and those around the River Center. Georgia Power is the prime utility
contractor that has the lighting equipment and the knowledge to install and
maintain the lighting poles. Therefore, Georgia Power is considered an only
known source for this specific service, per the Procurement Ordinance, Article
3-114.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to render payment to Georgia
Power Company in the amount of $59,273.83 for street lighting services. Funds
are budgeted in FY03 Budget, 1999 SPLOST Parks and Green Space ?
Engineering/Architectural Services, Parks/Green Space Improvements;
0540-695-2138-TXPG-6338-50701020.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: June 3, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
June 4, 2003
1. Uniform Dress Shoes & Boots (Annual Contract) ? Bid No. 03-0097
Scope of Bid
Provide uniform dress shoes & boots on an ?as needed basis? to various
departments of Columbus Consolidated Government (the City). To accommodate
walk-in service on some occasions, successful bidder shall have a business
located within a 25-mile radius of Muscogee County. The contract term will be
for one year, with the option to renew for two additional twelve-month periods.