Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members
Agenda Item #________





Columbus Consolidated Government

Council Meeting



April 16, 2002





Agenda Report #___________



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) AUCTIONEER SERVICES (ANNUAL CONTRACT) ? RFP NO. 02-0020



It is requested that Council approve the annual contract for Auctioneer

Services from Wayne Evans Auction Company. The firm will provide the City with

complete set-up, lotting and cataloging of identical obsolete equipment and/or

materials and subsequent auctioneer services to complete disposition of such

items. Surplus items may range from vehicles, heavy equipment bicycles, office

equipment, personal computers and miscellaneous confiscated items. All items

are offered in ?as is? condition.



The City normally holds 2-3 auctions per year. One major auction is held in

the spring for surplus equipment. In addition, separate auctions may be held

for the Police and Sheriff Departments for seized or unidentified property.



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

three (3) consecutive, 12- month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



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

advertised. Three proposals were received, March 1, 2002 from the following

offerors.



Wayne Evans Auction (Columbus, GA)

Hudson & Marshal (Macon, GA)

Rowell Realty Auction (Moultrie, GA)



The proposal was reviewed by the Evaluation Committee members, which consisted

of representatives from Police Department, Sheriff?s Department, Fleet

Management and METRA. During the evaluation process, Wayne Evans Auction 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 have been submitted to the City Manager in a

separate memo for information purposes.



Revenue from the auctions will be deposited into General Government, Revenue ?

Sale of General Fixed Assets; 0101-099-1999-4907 and METRA, Revenue ?

Miscellaneous; 0751-099-1999-4564.



* * * * * * *



(B) WORKERS? COMPENSATION



It is requested that Council approve the payment to the Medical Center for

Workers?

Compensation Claims in the amount of $15,716.06. The claims are for several

City employees that have experienced various on-the-job injuries.



Funds are budgeted in FY02 Budget, Human Resources ? Workers? Compensation;

0860-220-3820-WCOM-6230.



* * * * * *



(C) OUTDOOR EMERGENCY WARNING SIREN SYSTEM (RE-BID) ? RFP NO. 02-0018



It is requested that Council authorize the purchase of an outdoor emergency

warning siren system from McCord Communications. The vendor will provide an

electronic voice and siren warning system, consisting of siren speaker arrays,

speaker cable, siren controllers, Moscad, antenna cables, poles, encoding

system, pole mounting brackets, lightning arrestors, batteries, removal of

current system (38 locations) and complete system installation. This intent of

this purchase is to upgrade the existing system to provide a countywide

emergency warning siren system.



Requests for proposals were mailed to fifteen vendors and this RFP has been

advertised. Proposals were received on February 12, 2002, from two proposers:



McCord Communications (Anniston, AL)

Federal Signal Corporation (Woodstock, GA)



The proposals were reviewed by the Evaluation Committee, which consisted of

representatives from Columbus Fire and Emergency Medical Services and Columbus

Police Department. Representatives from Traffic Engineering Division and

Facilities Maintenance Division served in advisory capacities.



The RFP process is governed by the City?s Procurement Ordinance, Contracting

for Equipment, Supplies or Professional Services per Article 3-110. 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. Evaluation results and

proposed costs have been submitted to the City Manager, in a separate memo, for

informational purposes.



Funds are budgeted in FY02 Budget, 1999 SPLOST, Emergency Management ?

Communication Emergency Management Equipment; 0540-695-2123-TXEM-7733-5015002E.



* * * * * * *



(D) DEVELOPMENT CONSULTING SERVICES FOR THE LIBERTY DISTRICT REDEVELOPMENT AREA

? RFP NO. 01-0031



It is requested that Council authorized the negotiation of a contract for

development consulting services with JRA Architects, Inc. The firm will

prepare a strategic development plan for the Liberty District neighborhood in

the Fifth and Sixth redevelopment area. The boundaries are north to Tenth

Street, south to Victory Drive, east to Tenth Avenue and west to Veterans

Parkway.



The strategic development plan shall address areas including, but not limited

to a comprehensive plan and action agenda with particular emphasis on

residential, commercial and retail revitalization strategy. The consultant

will prepare development guidelines for critical locations within the

neighborhood, and will evaluate all major pedestrian linkages and vehicular

corridors within the area. An assessment of the neighborhood?s open space and

cultural amenities shall also be made.



Requests for proposals were mailed to two hundred five vendors, and this RFP

has been advertised. Proposals were received on June 1, 2001 from five

offerors:



JRA Architects, Inc. (Columbus, GA)

Brown Design Group (East Point, GA)

Hughes Good O?Leary & Ryan (Atlanta, GA)

Optimal, Inc. (Columbus, GA)

The Jaeger Company (Gainesville, GA)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from the City Manager?s Office, Community & Economic

Development, Real Estate Division and Friends of Ma Rainey. During the

evaluation process JRA Architects, Inc., was deemed the most responsive to the

RFP.



The City?s Procurement Ordinance, Article 3-111, Architectural/Engineering and

Land Surveying 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 highest-ranked, responsive

offeror. Evaluation results have been submitted to the City Manager in a

separate memo for information purposes.



Funds are budgeted in FY02 Budget, 1999 SPLOST ? Design/Professional Services,

Liberty District - Engineering/Architectural Services;

0540-695-2134-TXLD-6338-50310020.



(E) EMERGENCY PROVISION AND INSTALLATION OF AUTOMATIC DOORS



It is requested that Council authorize payment for the emergency provision and

installation of automatic doors from Door Specialties, Inc., in the amount of

$14,525.00. The automatic doors are part of the overall security initiative

required since the events of September 11, 2001. The emergency purchase was

approve January 15, 2002 by the City Manager's Office.



The Facilities Maintenance Division obtained price quotes from the following

vendors:



Vendor Total Quote

Door Specialties, Inc. (Columbus, GA) $14,525.00

Columbus Automatic Door (Columbus, GA) $14,702.00

KM Automatic Entrance Systems (Snellville, GA) $20,678.00



Funds are budgeted in FY02 Budget, Other Maintenance & Repairs, Building

Maintenance - General Government; 0101-260-3710-REPA-6529.



* * * * *



(F) WATERPROOF WIRELESS CAMERA AND COMMUNICATION SYSTEM ? BID NO. 02-0081



It is requested that Council approve the purchase of a waterproof

wireless camera and communication system from Columbus Fire & Safety Equipment

Company Inc., in the amount of $12,393.00. The wireless camera and

communication system will allow activity to be monitored and recorded for

security purposes, and communication between the 9th Street Parking Lot and the

Parking Garage.



Ninety-six invitations were mailed and four responses were received on

February 27, 2002. This bid has been advertised, opened and reviewed. The

bidders were as follows:



Columbus Fire & Safety Equipment Company Inc., $12,393.00

*Delta Dimensions, Inc. 9,929.75

**Defend Guard Fire & Safety, Inc. 13,093.00

Capital Burglar Alarm Co. 14,416.00



*Delta Dimensions, Inc., failed to acknowledge receipt of Addendum No.

1, and did not include required warranty information; therefore their bid was

deemed incomplete.

**Defend Guard Fire & Safety, Inc., failed to acknowledge receipt of

Addendum No. 1, include required warranty information and failed to respond to

the technical specifications; therefore their bid was deemed incomplete.



Funds are budgeted in the FY02 Budget, Parking Management Fund ? Transportation

? Parking Management ? Capital Expenditures over $5,000;

0752-610-2800-PRKM-7761.



* * * * *



(G) SELF-CONTAINED POTHOLE PATCHER WITH TRUCK CAB AND CHASSIS ? BID NO. 02-0059



It is requested that Council approve the purchase of a self-contained pothole

patcher with truck cab and chassis from Bill Heard Chevrolet in the amount of

$40,460.00, and a truck body from Truck Equipment Sales in the amount of

$54,839.00. Public Services will use the replacement equipment to repair

roadway potholes throughout Muscogee County.



Sixty-three bid invitations were mailed and five bids were received on December

14, 2001. This bid has been advertised, opened and reviewed. The bidders were

as follows:



Bidders Option 1

Cab & Chassis Option 2

Body Option 3

Complete Unit

Bill Heard Chevrolet

(Columbus, GA) $40,460.00 No Bid No Bid

Truck Equipment Sales

(Dothan, AL) No Bid $54,839.00 $ 96,616.00

H D Industries

(Jacksonville, TX) 41,500.00 *46,930.00 88,430.00

Atlanta Freightliner

(Forest Park, GA) 41,925.00 No Bid 113,962.00

Municipal Equipment Sales

(Woodstock, GA) No Bid 71,534.60 113,459.00



*Upon review by the user department, H D Industries does not meet

specifications for the container, tool box, tool basket, air blow gun and LPG

tank. The vendor was notified, in writing, of the findings and was given an

opportunity to respond. The vendor has not responded to the findings.



Funds are budgeted in FY02 Budget, Public Services ? Street Repairs and

Maintenance, Heavy Trucks; 0203-260-3110-REPR-7723.



* * * * * *



(H) EMERGENCY ROOF REPAIR AT FIRESTONE TIRE COMPANY



It is requested that Council authorize payment to Darton Roofing, Inc., in the

amount of $15,800.00 for the emergency roof repair at Firestone Tire Company.

The roof was leaking and would eventually cause damage to the vehicles being

repaired at Firestone. The City assumed the lease agreement with Firestone as

a result of the purchase of the property by the City in June, 2001. As the

leasor, the City is obligated to make repairs to the facility. The repair was

deemed an emergency by the City Manager to avoid risking potential liability in

the event damage occurred to the vehicles of Firestone?s customers.



The Facilities Maintenance Division obtained a price quotes from Darton

Roofing, Inc. (Fortson, Georgia) who was the original roofer for the Firestone

building.



Funds are budgeted in the FY02 Budget, General Fund Supported Capital

Projects-Capital Expenditures Over $5,000-Firestone/Carmike;

0508-660-1000-CPGF-7761-22901000.



* * * * * *



(I) AUTO/REMOTE WALL AND BOTTOM CLEANING POOL VACUUM ? BID NO. 02-0084



It is requested that Council approve the purchase of five auto/remote wall and

bottom cleaning pool vacuums from Multitech USA in the amount of $18, 950.00.

The vacuums will be used by the Parks and Recreation Department in various

recreational center pools around the City.



Twenty invitations were mailed and eight responses were received on February

20, 2002. This bid has been advertised, opened and reviewed. The bidders were

as follows:



1. Multitech USA $3,790.00 $18,950.00

2. *Halogen Supply Co. 3,635.00 18,175.00

3. W.W. Smith & Assoc., Inc. 5,294.21 26,471.05

4. AquaProducts 5,453.00 27,265.00

5. Southland Pools & Spas 6,330.00 31,650.00

6. Leslie?s Poolmart, Inc. 4,425.60 22,128.00

7. Brock, Inc. 3,799.00 18,995.00

8. Recreonics, Inc. 3,974.43 19,872.15



*Halogen Supply Co., did not bid on every item, therefore their bid is lower

than the other vendors.



Funds are budgeted in the FY02 Budget, General Fund ? Parks and Recreation ?

Aquatics ? Capital Expenditures over $5,000; 0101-270-4413-AQUT-7761.



* * * * * *



?ITEM A?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH WAYNE EVANS AUCTION

TO PROVIDE AUCTIONEER SERVICES ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 02-0020) and three proposals were

received; and,



WHEREAS, the proposal submitted by Wayne Evans Auction met all proposal

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



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

renew for three (3) consecutive, 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 enter into a contract

with Wayne Evans Auction to provide auctioneer services. Revenue from the

auctions will be deposited into General Government, Revenue ? Sale of General

and Fixed Assets; 0101-099-1999-4907 and METRA, Revenue ? Miscellaneous;

0751-099-1999-4564.

_________________________________________



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

the _________ day of ____________, 2002 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff voting __________.

Councilor Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





___________________________________ _____________________________

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





?ITEM B?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PAYMENT TO THE MEDICAL CENTER IN THE AMOUNT OF

$15,716.06 FOR WORKERS? COMPENSATION CLAIMS.



WHEREAS, the claims are for several City employees that experienced

various on-the-job injuries.





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



That the City Manager is hereby authorized to make payment to the Medical

Center for Workers? Compensation Claims in the amount of $15,716.06. Funds are

budgeted in FY02 Budget, Human Resources - Workers? Compensation;

0860-220-3820-WCOM-6230.

_________________________________________



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

the _________ day of ____________, 2002 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff voting __________.

Councilor Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

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



?ITEM C?



A RESOLUTION



NO. ______





A RESOLUTION AUTHORIZING THE PURCHASE OF AN OUTDOOR EMERGENCY WARNING SIREN

SYSTEM FROM MCCORD COMMUNICATIONS.



WHEREAS, an RFP was administered (RFP No. 02-0018) and two proposals were

received; and,



WHEREAS, the proposal submitted by McCord Communications met all proposal

requirements 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 purchase an outdoor emergency

warning siren system from McCord Communications. Funds are budgeted in FY02

Budget, 1999 SPLOST, Emergency Management ? Communication Emergency Management

Equipment; 0540-695-2123-TXEM-7733-5015002E.



_________________________________________



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

held the _________ day of ____________, 2002 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff voting __________.

Councilor Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

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



?ITEM D?



A RESOLUTION



NO. ______





A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH JRA ARCHITECTS,

INC., TO PROVIDE DEVELOPMENT CONSULTING SERVICES FOR THE LIBERTY DISTRICT

REDEVELOPMENT PROJECT.



WHEREAS, an RFP was administered (RFP No. 01-0031) and five proposals were

received; and,



WHEREAS, the proposal submitted by JRA Architects, Inc., met all proposal

requirements 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 negotiate a contract with JRA

Architects, Inc., to provide historical development consulting services for the

Liberty District Redevelopment project. Funds are budgeted in FY02 Budget,

1999 SPLOST ? Design/Professional Services, Liberty District -

Engineering/Architectural Services; 0540-695-2134-TXLD-6338-50310020.

_________________________________________



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

held the _________ day of ____________, 2002 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff voting __________.

Councilor Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

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



?ITEM E?



A RESOLUTION



NO. ______





A RESOLUTION AUTHORIZING THE PAYMENT FOR EMERGENCY PROVISION AND INSTALLATION

OF AUTOMATIC DOORS FROM DOOR SPECIALTIES, INC., IN THE AMOUNT OF $14,525.00.



WHEREAS, the automatic doors are part of the overall security initiative

required since the events of September 11, 2001. The emergency purchase was

approve January 15, 2002 by the City Manager's Office. Hugley.



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



That the City Manager is hereby authorized to make payment for emergency

provision and installation of automatic doors to Door Specialties, Inc., in the

amount of $14,525.00. Funds are budgeted in FY02 Budget, Other Maintenance &

Repairs, Building Maintenance - General Government; 0101-260-3710-REPA-6529.

_________________________________________



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

held the _________ day of ____________, 2002 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff voting __________.

Councilor Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





___________________________________ _____________________________

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



?ITEM F?



A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF A WATERPROOF WIRELESS CAMERA

AND COMMUNICATION SYSTEM FROM COLUMBUS FIRE & SAFETY EQUIPMENT COMPANY, INC.,

IN THE AMOUNT OF $12,393.00.



WHEREAS, The wireless camera and communication system will allow

activity to be monitored and recorded for security purposes, and allow

communication between the 9th Street Parking Lot and the Parking Garage.



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

FOLLOWS:



That the City Manager is hereby authorized to a waterproof wireless

camera and communication system from Columbus Fire and Safety Equipment

Company, Inc., in the amount of $12,393.00. Funds are budgeted in the FY02

Budget, Parking Management Fund ? Transportation ? Parking Management ? Capital

Expenditures over $5,000; 0752-610-2800-PRKM-7761.

_________________________________________





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

held the _________ day of ____________, 2002 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff voting __________.

Councilor Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





___________________________________ _____________________________

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



?ITEM G?



A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF A SELF-CONTAINED POTHOLE

PATCHER CAB AND CHASSIS FROM BILL HEARD CHEVROLET IN THE AMOUNT OF $40,460.00,

AND A TRUCK BODY FROM TRUCK EQUIPMENT SALES IN THE AMOUNT OF $54,839.00.



WHEREAS, Public Services will use the equipment to repair roadway

potholes throughout Muscogee County.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase a self-contained

pothole patcher cab and chassis from Bill Heard Chevrolet in the amount of

$40,460.00, and a truck body from Truck Equipment Sales in the amount of

$54,839.00. Funds are budgeted in FY02 Budget, Public Services ? Street

Repairs and Maintenance, Heavy Trucks; 0203-260-3110-REPR-7723.



_________________________________________





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

held the _________ day of ____________, 2002 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff voting __________.

Councilor Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





___________________________________ _____________________________

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



?ITEM H?



A RESOLUTION



NO. ______





A RESOLUTION AUTHORIZING THE PAYMENT TO DARTON ROOFING, INC., IN THE AMOUNT OF

$15,800.00 FOR THE EMERGENCY ROOF REPAIR AT FIRESTONE TIRE COMPANY.



WHEREAS,The roof was leaking and would eventually cause damage to the vehicles

being repaired at Firestone. The City purchased Firestone?s lease as part of

the package to purchase Columbus Square Mall. As the leasor, the City is

obligated to make repairs to the facility. In addition, to avoid damage to the

vehicles of Firestone?s customers, thereby risking further liability costs, the

repair was deemed an emergency by the City Manager.



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



That the City Manager is hereby authorized to make payment to Darton Roofing,

Inc., in the amount of $15,800.00 for the emergency roof repair at Firestone

Tire Company. Funds are budgeted in the FY02 Budget, General Fund Supported

Capital Projects-Capital Expenditures Over $5,000-Firestone/Carmike;

0508-660-1000-CPGF-7761-22901000.

_________________________________________



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

held the _________ day of ____________, 2002 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Poydasheff voting __________.

Councilor Rodgers voting __________.

Councilor Smith voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





___________________________________ _____________________________

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



?ITEM I?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF AUTO/REMOTE WALL AND BOTTOM

CLEANING POOL VACUUM FROM MULTITECH USA IN THE AMOUNT OF $18,950.00.



WHEREAS, the vacuums will be used by the Parks and Recreation

Department in various recreational center pools around the City.



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



That the City Manager is hereby authorized to purchase five auto/remote

wall and bottom cleaning pool vacuums from Multitech USA in the amount of

$18,950.00. Funds are budgeted in the FY02 Budget, General Fund ? Parks and

Recreation ? Aquatics ? Capital Expenditures over $5,000;

0101-270-4413-AQUT-7761.





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

__________ day of _______________, 2002 and adopted at said meeting by the

affirmative vote of __________ members of said Council.





Councilor Allen voting __________

Councilor Henderson voting __________

Councilor Hunter voting __________

Councilor McDaniel voting __________

Councilor Poydasheff voting __________

Councilor Rodgers voting __________

Councilor Smith voting __________

Councilor Suber voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_________________________________ ________________________

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

Back to List