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.
Back to List