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