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 #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.

Back to List