Agenda Item #5
Columbus Consolidated Government
Council Meeting
August 11, 2009
Agenda Report #412
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
___________________________________________________________
(A) PORTABLE TOILET RENTAL AND SERVICE (ANNUAL CONTRACT) - RFB NO. 09-0046
It is requested that Council approve the contract for the rental of portable
toilets, hand washing stations and grey water collection containers from Veolia
Environmental Services for the estimated contract value of $36,480.
The vendor will deliver, setup and provide services on an ?as needed basis.?
Various departments will utilize this service. The units will be used at the
various sites like Pinegrove Landfill, Schatulga Road Fuel Pumps, Oxbow
Landfill, Granite Buff and also during special events like the Greater Columbus
Fair.
The contract term will be for two years with the option to renew for three
additional twelve-month periods. Renewal of the contract is contingent upon
the mutual agreement of the vendor and the City.
Specifications were posted on the City?s website; responses were received on
May 20, 2009. Two vendors responded. This bid has been advertised, opened and
reviewed. The bidders were:
Vendor/Description *Estimated Contract Value
Veolia Environmental Services (Columbus, GA) $ 36,480.00*
Reaves Wrecking
(Columbus, GA) $ 41,280.00*
*The estimated contract value was derived from the total of the unit price
multiplied by 24 months, for the initial contract period of 2 years.
Funds are budgeted each fiscal year for this on going expense: Integrated Waste
Management Fund - Public Services ? Solid Waste Collection ? Granite Bluff
Inert Landfill ? Oxbow Meadow Inert Landfill - Pine Grove Landfill ? Equipment
Rental/Lease; General Fund ? Parks & Recreation ? Various Divisions ? Equipment
Rental/Lease; Transportation Fund ? METRA ? Director ? Equipment Rental/Lease;
Civic Center Fund ? Civic Center ? Other Events ? Equipment Rental/Lease;
0207-260-3510-GARB-6543, 0207-260-3540-BLUF-6543, 0207-260-3550-OXBW-6543,
0207-260-3560-PGRO-6543; 0101-270-Various-6543; 0751-610-1000-METR-6543;
0757-160-2500-EVNT-6543.
* * * * * *
(B) JUVENILE DRUG COURT TREATMENT PROVIDERS (ANNUAL CONTRACT)? RFP NO. 09-0023
It is requested that Council authorize the contract with New Horizon Community
Service Board to provide treatment for Anger Management; Project Rebound, Inc.
to provide treatment for Crisis Intervention and Dr. Robert Carlson to provide
treatment Individual and Family Counseling to Drug Court participates.
The Juvenile Drug Court Program is a voluntary program for juveniles charged
with drug-related non-violent crimes.
Mission:
The Drug Court will empower juvenile offenders to live drug-free lives and
become law-abiding citizens by:
involving the juvenile's family
providing intensive court supervision, counseling, school performance
monitoring, and linkage to community resources
measuring these objectives by drug screens, recidivism rates, school records,
and periodic assessments
salvaging a life, one juvenile at a time
Vision:
A dedicated and compassionate group of professionals, volunteers and parents,
partnering with juveniles who develop and implement strategies that will
positively impact the juvenile's quality of life and make a life-changing
difference in his or her future.
The RFP specifications requested that vendors propose to provide treatment in
the following areas: Anger Management, Crisis Intervention, and individual and
family counseling. Vendors could propose on any or all of the various areas of
treatment. The term of this contract shall be for one year.
Request for proposal postcard invitations were mailed to fifty-two vendors.
This RFP has been advertised and posted on the City?s web page. Three
proposals were received on June 12, 2009 from the following offerors:
New Horizon Community Service Board (Columbus, GA)
Project Rebound, Inc. (Columbus, GA)
Dr. Robert Carlson (Salem, AL)
The proposals were reviewed by the Evaluation Committee Members, consisting of
representatives from the Human Resources Office, Juvenile Drug Court Advisory
Board and Juvenile Court. 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 offerors,
no proposal responses or any negotiated components are made public until after
the award of the contract.
Funds are available in the FY10 Budget: Multi-Gov?t Project Fund ? Police ?
ARRA Recovery Jag Grant ? Contractual Services; 0216-400-3400-RJAG-6319.
* * * * * *
(C) REST STOP #2 FOR WARM SPRINGS BIKE TRAIL ? RFB NO. 09-0051
It is requested that Council authorize the execution of a construction contract
with D. Dean & Associates, Inc., in the amount of $809,500.00 for the Warm
Springs Bike Trail Rest Stop #2. The proposed project will consist of a Park
and Ride facility with attached parking and sitting area to service the Warm
Springs Bike Trail. The project site is located near Peachtree Mall between
Reese Road and University Avenue.
Request for bid postcard invitations were mailed to fifty-one vendors and
specifications were posted on the webpage of the Purchasing Division. Seven
bids were received on July 15, 2009. This bid has been advertised, opened and
reviewed. The bidders were:
Vendors Total Bid
D. Dean & Associates, Inc. (Columbus, GA) $809,500.00
Ben B. Gordy Construction Co., Inc. (Columbus, GA) 832,400.00
Renfroe Construction Company (Macon, GA) 863,878.00
Denson Contracting Company (Columbus, GA) 927,675.00
Batson-Cook Company (West Point, GA) 949,449.00
Weber Construction, Inc. (Buena Vista, GA) 952,483.00
Holley Construction Co. & Assoc., Inc. (Columbus, GA) 999,900.00
Funds are budgeted in the FY10 Budget: 1999 SPLOST ? Walking Trails/Trolley ?
General Construction; 0540-695-2136-TXWT-7661-53017-20080.
* * * * * *
(D) CHANGE ORDER NO. 1 FOR FENCING AT BRITT DAVID PARK ? RFB NO. 09-0032
It is requested that Council authorize the execution of Change Order No. 1, for
additional ball field fencing at Britt David Park, with Long Fence Company,
Inc., in the amount of $93,600.00.
Resolution No. 152-09 authorized the execution of a contract with Long Fence
Company for fencing at Little League Field Number Two at Britt David Park; Long
Fence Company has successfully completed the work.
There is an additional four field baseball complex within the park and Long
Fence Company has made an offer to install new fencing at the same per field
bid price. The Engineering Department recommends the City accept the offer
since Long Fence Company was the low bidder on the previous bid by a
significant amount, they have performed well on their original contract
obligation and they offer to install additional fields at the same original
price.
Original contract amount (1 field) 31,200.00
Change Order No. 1 (3 fields) 93,600.00
New contract amount $124,800.00
Funding is available in the FY10 Budget: General Fund Supported Capital
Projects - Capital Expenditures Over $5000 - Britt David Fence;
0508-660-1000-CPGF-7761-22251-20080.
* * * * * * * * * *
(E) MAINTENANCE AGREEMENT FOR THE E911 PLANT INTEGRATED TELEPHONE SYSTEM
CONSOLE EQUIPMENT
It is requested that Council authorize payment to Motorola, in the amount of
$60,616.92, for the annual Maintenance Agreement (June 2009 through May 2010)
for the E911 Plant Integrated Telephone Console System and NICE Recording
System equipment.
The Police Department (through the E911 Center) uses Plant/Motorola Telephone
Console equipment to answer incoming 911 calls and the NICE Recording System to
record incoming telephone calls and the radio traffic. This equipment is a
critical part of the Public Safety communications system. It has, since the
initial warranty expired, been covered by a comprehensive 24/7/365 maintenance
agreement with Motorola in order to assure rapid and accurate repairs and
minimal down time. This Maintenance Agreement will insure that the City
receives complete and cost effective support of this equipment and allows the
City to control the operating costs associated with the console equipment.
The E911 Telephone System and its various components were originally purchased
from Motorola. Therefore, the vendor is considered the only known source to
provide the maintenance service.
Funds are budgeted in FY10 Budget: Emergency Telephone Fund ? Police - E911 ?
Service Contracts; 0209-400-3220-E911-6513.
* * * * * *
(F) MOTOROLA 911 CAD AND MDT ANNUAL SOFTWARE LICENSE AND MAINTENANCE
It is requested that Council authorize payment to Motorola (Schaumburg, IL) in
the amount of $208,091.52 for Mobile Data Terminal (MDT) infrastructure
maintenance, MDT Premier Software and CAD software license and support covering
the period from July 1, 2009 through June 30, 2010.
The maintenance agreement provides MDT infrastructure and technical support for
MDT hardware and software, located in the 911 Center, on a 24 x 7 x 365
schedule. This hardware infrastructure interfaces the MDTs in the Police
Department, Sheriff?s Office, Fire Department, Marshal?s Office.
All of the software and equipment was developed by Motorola and is proprietary
in nature. Therefore, the vendor is considered an Only Known Source, per
Section 3-114 of the Procurement Ordinance.
Funds are budgeted in the FY10 Budget as follows: Funds in the amount of
$187,761.00 is budgeted in Emergency Telephone Fund ? Police ?E911 ? Computer
Equipment Maintenance, 0209-400-3220-E911-6511; and funds in the amount of
$20,330.52 is budgeted in Emergency Telephone Fund ? Police - E911 ? Service
Contracts; 0209-400-3220-E911-6513.
* * * * * * * * *
(G) MUNICIPAL STREET SWEEPER
It is requested that Council authorize the purchase of one (1) municipal street
sweeper from Consolidated Disposal Systems (Smyrna, GA), in the amount of
$139,950.00.
The street sweeper is an addition to the City?s fleet and will be used by
Public Services to accomplish the following: 1) sweep roadways throughout
Muscogee County, 2) remove debris from I-185 and 3) remove leaves from curbs to
help keep water inlets from becoming clogged, thereby reducing street flooding.
On August 12, 2008 Council approved the purchase of a municipal street sweeper
from Consolidated Disposal Systems, per Resolution No. 378-08, RFB No.
08-0071. The bid specifications required vendors to submit a bid price for
future purchases during the FY10 budget year. Consolidated Disposal Systems
submitted a bid price of $139,950.00, per unit, for future FY10 purchases. The
vendor has provided written confirmation to honor the bid price.
Funds are budgeted in the FY10 Budget: Paving Fund ? Public Services ? Street
Improvements ? Machinery; 0203-260-2100-STRT-7715.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING A CONTRACT FOR THE RENTAL OF PORTABLE TOILETS,
HAND WASHING STATIONS AND GREY WATER COLLECTION CONTAINERS FROM VEOLIA
ENVIRONMENTAL SERVICES FOR THE ESTIMATED CONTRACT VALUE OF $36,480.00.
WHEREAS, the vendor will deliver, setup and provide services on an ?as needed
basis. Various divisions will utilize this service; and,
WHEREAS, various departments will utilize this service. The units will
be used at the various sites like Pinegrove Landfill, Schatulga Road Fuel
Pumps, Oxbow Landfill, Granite Buff and also during special events like the
Greater Columbus Fair; and,
WHEREAS, the contract term will be for two years with the option to
renew for three additional twelve-month periods. Renewal of the contract is
contingent upon the mutual agreement of the vendor and the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into a contract for
the rental of portable toilets, hand washing stations and grey water collection
containers from Veolia Environmental Services for the estimated contract value
of $36,480.00. The estimated contract value was derived from the total of the
unit price multiplied by 24 months, for the initial contract period of 2 years.
Funds are budgeted each fiscal year for this on going expense: Integrated Waste
Management Fund - Public Services ? Solid Waste Collection ? Granite Bluff
Inert Landfill ? Oxbow Meadow Inert Landfill - Pine Grove Landfill ? Equipment
Rental/Lease; General Fund ? Parks & Recreation ? Various Divisions ? Equipment
Rental/Lease; Transportation Fund ? METRA ? Director ? Equipment Rental/Lease;
Civic Center Fund ? Civic Center ? Other Events ? Equipment Rental/Lease;
0207-260-3510-GARB-6543, 0207-260-3540-BLUF-6543, 0207-260-3550-OXBW-6543,
0207-260-3560-PGRO-6543; 0101-270-Various-6543; 0751-610-1000-METR-6543;
0757-160-2500-EVNT-6543.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2009 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM B?
A RESOLUTION
NO.__________
A RESOLUTION AUTHORIZING A CONTRACT WITH HORIZON COMMUNITY SERVICE
BOARD TO PROVIDE TREATMENT FOR ANGER MANAGEMENT; PROJECT REBOUND, INC., TO
PROVIDE TREATMENT FOR CRISIS INTERVENTION; AND DR. ROBERT CARLSON TO PROVIDE
TREATMENT FOR INDIVIDUAL AND FAMILY COUNSELING TO DRUG COURT PARTICIPANTS.
WHEREAS, an RFP was administered (RFP No. 09-0023) and three proposals were
received from New Horizon Community Service Board, Project Rebound, Inc. and
Dr. Robert Carlson; and,
WHEREAS, New Horizon Community Service Board will provide anger management
treatment, Project Rebound, Inc., will provide crisis intervention treatment
and Dr. Robert Carlson will provide Individual & Family Counseling treatment,
all three proposals submitted met all proposal requirements and is deemed
responsive to the RFP; and,
WHEREAS, the term of this contract shall be for one year.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into a contract
with New Horizons Community Service Board to provide treatment for anger
management, Project Rebound, Inc., to treatment for provide crisis intervention
and Dr. Robert Carlson to provide treatment for individual & family counseling
to Drug Court participates. Funds are available in the FY09 Budget:
Multi-Gov?t Project Fund ? Police ? ARRA Recovery Jag Grant ? Contractual
Services; 0216-400-3400-RJAG-6319.
______________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _____________________, 2009 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM C?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH D. DEAN
& ASSOCIATES, INC., IN THE AMOUNT OF $809,500.00, FOR THE WARM SPRINGS BIKE
TRAIL REST STOP #2.
WHEREAS, the proposed project will consist of a Park and Ride facility with
attached parking and sitting area to service the Warm Springs Bike Trail. The
project site is located near Peachtree Mall between Reese Road and University
Avenue.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction contract
with D. Dean & Associates, Inc., in the amount of $809,500.00 for the Warm
Springs Bike Trail Rest Stop #2. Funds are budgeted in the FY10 Budget: 1999
SPLOST ? Walking Trails/Trolley ? General Construction;
0540-695-2136-TXWT-7661-53017-20080.
________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________________, 2009 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER NO. 1, FOR ADDITIONAL
BALL FIELD FENCING AT BRITT DAVID PARK, WITH LONG FENCE COMPANY, INC., IN THE
AMOUNT OF $93,600.00.
WHEREAS, Resolution No. 152-09 authorized the execution of a contract
with Long Fence Company for fencing at Little League Field Number Two at Britt
David Park; Long Fence Company has successfully completed the work; and,
WHEREAS, there is an additional four-field baseball complex within the
park and Long Fence Company has made an offer to install new fencing at the
same per field bid price. The Engineering Department recommends the City
accept the offer since Long Fence Company was the low bidder on the previous
bid by a significant amount, they have performed well on their original
contract obligation and they offer to install additional fields at the same
original price.
Original contract amount (1 field) 31,200.00
Change Order No. 1 (3 fields) 93,600.00
New contract amount $124,800.00
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute Change Order No. 1, for
additional ball field fencing at Britt David Park, with Long Fence Company,
Inc., in the amount of $93,600.00. Funding is available in the FY10 Budget:
General Fund Supported Capital Projects - Capital Expenditures Over $5000 -
Britt David Fence; 0508-660-1000-CPGF-7761-22251-20080.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2009 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
"ITEM E?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA, IN THE AMOUNT OF
$60,616.92, FOR THE ANNUAL MAINTENANCE AGREEMENT (JUNE 2009 THROUGH MAY 2010)
FOR THE E911 PLANT INTEGRATED TELEPHONE CONSOLE SYSTEM AND NICE RECORDING
SYSTEM EQUIPMENT.
WHEREAS, the Police Department (through the E911 Center) uses Plant/Motorola
Telephone Console equipment to answer incoming 911 calls and the NICE Recording
System to record incoming telephone calls and the radio traffic. This equipment
is a critical part of the Public Safety communications system; and,
WHEREAS, the equipment has, since the initial warranty expired, been covered by
a comprehensive 24/7/365 maintenance agreement with Motorola in order to assure
rapid and accurate repairs and minimal down time; and,
WHEREAS, this Maintenance Agreement will insure that the City receives complete
and cost effective support of this equipment and allows the City to control the
operating costs associated with the console equipment.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment to Motorola,
in the amount of $60,616.92, for the annual Maintenance Agreement (June 2009
through May 2010) for the E911 Plant Integrated Telephone Console System and
Nice Recording system equipment. Funds are budgeted in FY10 Budget, Emergency
Telephone Fund, Police, E911 ? Service Contracts; 0209-400-3220-E911-6513.
_____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2009 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM F?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA (SCHAUMBURG, IL) IN THE
AMOUNT OF $208,091.52 FOR MOBILE DATA TERMINAL (MDT) INFRASTRUCTURE
MAINTENANCE, MDT PREMIER SOFTWARE AND CAD SOFTWARE LICENSE AND SUPPORT COVERING
THE PERIOD FROM JULY 1, 2009 THROUGH JUNE 30, 2010.
WHEREAS, the maintenance agreement provides MDT infrastructure and
technical support for MDT hardware and software, located in the 911 Center, on
a 24 x 7 x 365 schedule. This hardware infrastructure interfaces the MDTs in
the Police Department, Sheriff?s Office, Fire Department, Marshal?s Office; and,
WHEREAS, all of the software and equipment was developed by Motorola
and is proprietary in nature. Therefore, the vendor is considered an Only
Known Source, 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 make payment to Motorola,
(Schaumburg, IL) in the amount of $208,091.52 for Mobile Data Terminal (MDT)
infrastructure maintenance, MDT Premier Software and CAD software license and
support covering the period from July 1, 2009 through June 30, 2010. Funds are
budgeted in the FY10 Budget as follows: Funds in the amount of $187,761.00 is
budgeted in Emergency Telephone Fund ? Police ?E911 ? Computer Equipment
Maintenance, 0209-400-3220-E911-6511; and funds in the amount of $20,330.52 is
budgeted in Emergency Telephone Fund ? Police - E911 ? Service Contracts;
0209-400-3220-E911-6513.
_____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2009 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM G?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) MUNICIPAL STREET
SWEEPER FROM CONSOLIDATED DISPOSAL SYSTEMS (SMYRNA, GA), IN THE AMOUNT OF
$139,950.00.
WHEREAS, the street sweeper is an addition to the City?s fleet and will
be used by Public Services to accomplish the following: 1) sweep roadways
throughout Muscogee County, 2) remove debris from I-185 and 3) remove leaves
from curbs to help keep water inlets from becoming clogged, thereby reducing
street flooding; and,
WHEREAS, on August 12, 2008 Council approved the purchase of a municipal street
sweeper from Consolidated Disposal Systems, per Resolution No. 378-08, RFB No.
08-0071. The bid specifications required vendors to submit a bid price for
future purchases during the FY10 budget year. Consolidated Disposal Systems
submitted a bid price of $139,950.00, per unit, for future FY10 purchases.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase one (1)
municipal street sweeper from Consolidated Disposal Systems (Smyrna, GA), in
the amount of $139,950.00. Funds are budgeted in the FY10 Budget: Paving Fund
? Public Services ? Street Improvements ? Machinery; 0203-260-2100-STRT-7715.
____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2009 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
Attachments
No attachments for this document.