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



June 11, 2019



Agenda Report #_____



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) TANDEM AXLE FUEL TRUCK - RFB NO. 19-0040

It is requested that Council authorize the purchase of one (1) tandem axle fuel

truck (2020 Freightliner 114SD w/Elliott Machine Works Body) from Four Star

Freightliner, Inc. (Montgomery, AL) for the amount of $237,077.00.



The vehicle was approved in the FY19 Budget and will be used by the Public

Works Department staff to service City vehicles, heavy equipment, generators,

and provide other support as needed in order to maintain the county road

systems.



Bid specifications were posted on the web page of the Purchasing Division, and

the Georgia Procurement Registry. Two (2) bids were received on May 15, 2019.

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



Vendors Four Star Freightliner, Inc.

(Montgomery, AL) Park Built Body Co., Inc.

(Sylvester, GA)

OPTION 1: CAB & CHASSIS

Manufacturer/Model Freightliner 114SD

UNIT PRICE NO BID NO BID

OPTION 2: BODY

Manufacturer/Model Elliott Machine Works Park Built Custom

UNIT PRICE NO BID $79,431.00

OPTION 3: COMPLETE UNIT

Manufacturer/Model 2020 Freightliner 114SD w/Elliott Body

UNIT PRICE $237,077.00 NO BID



Funds are budgeted in the FY19 Budget as follows: Paving Fund ? Public Works ?

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



* * * * * *



(B) 35 FT LOW FLOOR TRANSIT BUS (ANNUAL CONTRACT) ? RFB NO. 19-0036

It is requested that Council authorize the annual contract to purchase 35? low

floor buses, from New Flyer of America (Winnipeg Manitoba, Canada). METRA

anticipates purchasing approximately 0-3 buses during the contract term, as

needed, to replace older buses. The unit price, per contract year, is as

follows: Year 1: $406,813.00; Year 2: $419,017.00; Year 3: $431,588.00. The

City will allow for negotiating the bid price, if such things as EPA, FTA or

regulatory legislative guidelines are changed and bus manufacturers are

required to adhere to the new regulation.



The term of contract shall be for three (3) years.



Bid specifications were posted on the web page of the Purchasing Division, and

the Georgia Procurement Registry. Two (2) bids were received on May 1, 2019.

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





Vendor/Description New Flyer Industries (Winnipeg Manitoba, CN)



Unit Price Gillig Corporation

(Hayward, CA)





Unit Price



Unit Cost ? First Year

$406,813.00

$415,977.00



Unit Cost ? Second Year

$419,017.00

$422,217.00



Unit Cost ? Third Year

$431,588.00

$428,550.00



Funds will be budgeted each fiscal year for this ongoing expense:

Transportation Fund-METRA ? MFTA - Buses; 0751-610-2400-MFTA-7724 (City 20% and

Federal 80%).



* * * * * *



(C) REMOVAL OF RESIDUAL GROUND MATERIAL (ANNUAL CONTRACT) - RFB NO. 19-0043

It is requested that Council approve the annual contract for the removal of

residual ground material, and the removal and disposal/reuse of large tree

trunks, with Dixie Timber LLC (West Point, GA) as the Primary Contractor,

paying the City $2.00/ton for the removal of residual ground material, and

$1.00/ton for the removal and disposal/reuse of large tree trunks; and Vickery

Grinding, Inc. (Fortson, GA), as the Secondary Contractor, paying the City

$0.00 for the material. The user department determined that it is necessary

to have a Secondary Contractor who is contractually obligated to perform this

important service in the event that the Primary Contractor is unable to fulfill

their obligations. The services will be utilized on an ?as needed? basis.



This service is needed for waste diversion from the landfills, to remove large

tree trunks and other storm debris from weather events, and to provide

continuous clearing of excess material from the City?s landfills. The City

anticipates generating seven to ten thousand tons of outgoing mulch from either

Pine Grove or Granite Bluff Landfill. Tonnage is dependent upon the grinder

used at Public Works and will fluctuate over the course of a year due to down

time and weather events. The quantity of large tree trunks requiring removal

and/or disposal/reuse is contingent upon weather events.



The initial term of the contrast will be for two (2) years with the option to

renew for three (3) additional twelve-month periods. Contract renewal will be

contingent upon the mutual agreement of the City and the Contractor(s).



Bid specifications were posted on the web page of the Purchasing Division, and

the Georgia Procurement Registry. Two (2) bids were received on March 19,

2019. This bid has been advertised, opened and reviewed. The bidders were:









Vendors Dixie Timber LLC

(Hurtsboro, AL) Vickery Grinding Inc.

(Fortson, GA)

OPTION 1: REMOVAL OF RESIDUAL GOUND MATERIAL

VENDOR WILL PAY CITY $/PER TON $2.00 $0.00

OPTION 2: REMOVAL AND DISPOSAL/RE-USE OF LARGE TREE TRUNKS

VENDOR WILL PAY CITY $/PER TON $1.00 $0.00



Revenue will be deposited as follows: Integrated Waste Fund ? Government Wide

Revenue ? Government Wide Revenue ? Sale of Recycled Materials; 0207 ? 099 ?

1999 ? REVN ? 4559.



* * * * * *



(D) TRADITIONAL UTILITY VEHICLES ? RFB No. 19-0046 ? SOURCEWELL CONTRACT

(FORMERLY NATIONAL JOINT POWERS ALLIANCE)

It is requested that Council approve the purchase of three (3) traditional

utility vehicles (John Deere TX Model Year 19 with various options) from Deere

& Company (Cary, NC), delivering dealer SunSouth, LLC (Columbus, GA), via

Sourcewell (formerly NJPA) per Cooperative Contract #062117-DAC. The unit

price for the one (1) utility vehicle with various options for the Civic Center

is $7,636.44; the unit price for the two (2) utility vehicles with various

options for Cooper Creek Tennis Center is $8,488.50, for a total of $16,977.00;

for a grand total price of $24,613.44 for all three (3) vehicles.



The one (1) vehicle for the Civic Center and one (1) vehicle for Parks and

Recreation were approved in the FY19 Budget; the remaining vehicle for Parks

and Recreation is an additional purchase request. One (1) vehicle will be used

by Civic Center staff as a support vehicle for parking lot events such as the

Greater Columbus Fair, Tri-City Latino Festival and Spring Fling Carnival, as

well as to haul the 40' 2-man lift and general materials in and around the

Columbus Civic Center and Ice Rink. The remaining two (2) vehicles will be

used by Cooper Creek Tennis Center staff to transport materials, supplies, and

equipment from the maintenance shed to the various tennis courts.



Bid specifications were posted on the web page of the Purchasing Division, and

the Georgia Procurement Registry. One (1) bid was received on April 17, 2019.

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



Vendors Sourcewell Cooperative Contract

Deere & Company

(Cary, NC) SunSouth LLC

(Columbus, GA)

OPTION 1: TRADITIONAL UTILITY VEHICLE FOR CIVIC CENTER

Manufacturer/Model John Deere TX Gator John Deere TX Gator

UNIT PRICE $7,636.44 $8,208.00

OPTION 2: TRADITIONAL UTILITY VEHICLE FOR PARKS AND RECREATION

Manufacturer/Model John Deere TX Gator John Deere TX Gator

UNIT PRICE $8,488.50 $9,048.00

GRAND TOTAL (2 UNITS) $16,124.94 $17,256.00

+ 1 ADDITIONAL UNIT

= TOTAL (3 UNITS) $24,613.44

Per the RFB General Provisions, Item #8, Receipt of One Sealed Bid, a survey of

vendors was conducted. It was determined that the one bid received was from

the only responsive, responsible bidder.

Per the

Per bid specifications, the City reserves the right to make purchases via any

comparable Cooperative Contract, if the contract is lower and meets the City?s

requirements. Sourcewell offers this unit at a lower price than the submitted

bid price. SunSouth, LLC (Columbus, GA) was the only responsive, responsible

bidder; however, Deere & Company holds the Sourcewell Cooperative Contract for

these vehicles. SunSouth, LLC is the delivering dealer for Deere & Company,

and has agreed to sell the units at the Sourcewell Cooperative Contract price,

which is lower than the bid price.



The purchases will be accomplished via Request for Proposal (RFP) Contract

#062117, initiated by Sourcewell, whereby Deere & Company was one of the

successful vendors contracted to provide Grounds Maintenance Equipment,

Attachments, Accessories, and Related Services. The contract, which commenced

August 18, 2017, is good through August 18, 2021. Sourcewell (formerly

National Joint Powers Alliance) is a self-supporting government organization,

partnering with education, government, and nonprofits to boost student and

community success. Created in 1978 as one of Minnesota?s nine service

cooperatives, they offer training and shared services to central-Minnesota

members. Throughout North America, they offer a cooperative purchasing program

with over 200 awarded vendors on contract. Sourcewell is driven by service and

the ability to strategically reinvest in member communities. The RFP process

utilized by Sourcewell meets the requirements of the City?s Procurement

Ordinance; additionally, cooperative purchasing is authorized per Article 9-101

of the Procurement Ordinance.



Funds are budgeted in the FY19 Budget: The amount of $7,636.44 is budgeted in

Civic Center Fund ? Civic Center ? Civic Center Operations ? Automobiles; 0757

? 160 ? 1000 ? CIVC - 7721. The amount of $16,977.00 is budgeted in General

Fund ? Parks and Recreation ? Cooper Creek Tennis Center ? Capital Expenditures

? over $5,000; 0101 ? 270 ? 4048 ? COPR - 7761.



* * * * * *



(E) HERBICIDE TRUCK WITH ROADSIDE SPRAYER ATTACHMENT - RFB NO. 19-0045

It is requested that Council authorize the purchase of one (1) herbicide truck

with roadside sprayer attachment (Ford F350 DRW Chassis Crew/Park Built

Custom/RSI-500-SKD) from Park Built Body Co. (Sylvester, GA) for the amount of

$91,444.08.



The vehicle was approved in the FY19 Budget and will be used by the staff of

the Public Services Right-of-Way/Forestry Division to control and prevent weed

growth, and maintain visual appearance along City?s right-of-ways and

property. This is replacement equipment.



Bid specifications were posted on the web page of the Purchasing Division, and

the Georgia Procurement Registry. Two (2) bids were received on April 24,

2019. This bid has been advertised, opened and reviewed. The bidders were:

Vendors Park Built Body Co.

(Sylvester, GA) Gregson-Clark Spraying Equip.

(Caledonia, NY)

OPTION 1: CAB & CHASSIS

Manufacturer/Model Ford F350 DRW Chassis Crew

UNIT PRICE $64,495.00 NO BID

OPTION 2: BODY

Manufacturer/Model Park Built Custom

UNIT PRICE $9,449.08 NO BID

OPTION 3: ROADSIDE SPRAYER ATTACHMENT

Manufacturer/Model RSI-500-SKD Gregson-Clark/RSS-510L-RC

UNIT PRICE $17,500.00 $15,989.00

OPTION 4: COMPLETE UNIT

Manufacturer/Model Ford F350 DRW Chassis Crew/

Park Built Custom/RSI-500-SKD

UNIT PRICE $91,444.08 NO BID

Funds are budgeted in the FY19 Budget as follows: Paving Fund ? Public Works ?

Right of Way Maintenance ? Light Trucks ? 0203-260-3120-ROWM-7722.

?ITEM A?



A RESOLUTION

NO. _________

A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) TANDEM AXLE FUEL TRUCK

(2020 FREIGHTLINER 114SD W/ELLIOTT MACHINE WORKS BODY) FROM FOUR STAR

FREIGHTLINER, INC. (MONTGOMERY, AL) FOR THE AMOUNT OF $237,077.00.



WHEREAS, the vehicle was approved in the FY19 Budget and will be used by the

Public Works Department staff to service City vehicles, heavy equipment,

generators, and provide other support as needed in order to maintain the county

road systems; it is a replacement vehicle.

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

FOLLOWS:

That the City Manager is hereby authorized to purchase one (1) tandem

axle fuel truck (2020 Freightliner 114SD w/Elliott Machine Works Body) from

Four Star Freightliner, Inc. (Montgomery, AL) for the amount of $237,077.00.

Funds are budgeted in the FY19 Budget as follows: Paving Fund ? Public Works ?

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 ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor





?ITEM B?



A RESOLUTION



NO._________





A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT TO PURCHASE 35? LOW FLOOR

TRANSIT BUSES FROM NEW FLYER INDUSTRIES (WINNIPEG MANITOBA, CN). THE UNIT

PRICE, PER CONTRACT YEAR, IS AS FOLLOWS: YEAR 1: $406,813.00; YEAR 2:

$419,017.00; YEAR 3: $431,588.00. METRA ANTICIPATES PURCHASING APPROXIMATELY

0-3 BUSES DURING THE CONTRACT TERM, AS NEEDED, TO REPLACE OLDER BUSES.



WHEREAS, the City will allow for negotiating the bid price, if such

things as EPA, FTA or regulatory legislative guidelines are changed and bus

manufacturers are required to adhere to the new regulation; and,



WHEREAS, the term of contract shall be for three (3) years.



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



That the City Manager is hereby authorized to enter into an annual

contract to purchase 35? low floor transit buses from New Flyer of America

(Winnipeg Manitoba, Canada). The unit price, per contract year, is as follows:

Year 1: $406,813.00; Year 2: $419,017.00; Year 3: $431,588.00. Funds will be

budgeted each fiscal year for this ongoing expense: Transportation Fund-METRA

? MFTA - Buses; 0751-610-2400-MFTA-7724 (City 20% and Federal 80%).

_____________________________

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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM C?

A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR THE REMOVAL OF

RESIDUAL GROUND MATERIAL, AND THE REMOVAL AND DISPOSAL/REUSE OF LARGE TREE

TRUNKS, WITH DIXIE TIMBER LLC (WEST POINT, GA) AS THE PRIMARY CONTRACTOR,

PAYING THE CITY $2.00/TON FOR THE REMOVAL OF RESIDUAL GROUND MATERIAL, AND

$1.00/TON FOR THE REMOVAL AND DISPOSAL/REUSE OF LARGE TREE TRUNKS; AND VICKERY

GRINDING, INC. (FORTSON, GA), AS THE SECONDARY CONTRACTOR, PAYING THE CITY

$0.00 FOR THE MATERIAL. THE USER DEPARTMENT DETERMINED THAT IT IS NECESSARY

TO HAVE A SECONDARY CONTRACTOR WHO IS CONTRACTUALLY OBLIGATED TO PERFORM THIS

IMPORTANT SERVICE IN THE EVENT THAT THE PRIMARY CONTRACTOR IS UNABLE TO FULFILL

THEIR OBLIGATIONS. THE SERVICES WILL BE UTILIZED ON AN ?AS NEEDED? BASIS.

WHEREAS, this service is needed for waste diversion from the landfills, to

remove large tree trunks and other storm debris from weather events, and to

provide continuous clearing of excess material from the City?s landfills. The

City anticipates generating seven to ten thousand tons of outgoing mulch from

either Pine Grove or Granite Bluff Landfill. Tonnage is dependent upon the

grinder used at Public Works and will fluctuate over the course of a year due

to down time and weather events. The quantity of large tree trunks requiring

removal and/or disposal/reuse is contingent upon weather events; and,



WHEREAS, the initial term of the contrast will be for two (2) years with the

option to renew for three (3) additional twelve-month periods. Contract

renewal will be contingent upon the mutual agreement of the City and the

Contractor(s).

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

FOLLOWS:

That the City Manager is hereby authorized to enter into an annual

contract for the removal of residual ground material, and the removal and

disposal/reuse of large tree trunks, with Dixie Timber LLC (West Point, GA) as

the Primary Contractor, paying the City $2.00/ton for the removal of residual

ground material, and $1.00/ton for the removal and disposal/reuse of large tree

trunks; and Vickery Grinding, Inc. (Fortson, GA), as the Secondary Contractor,

paying the City $0.00 for the material. The user department determined that

it is necessary to have a Secondary Contractor who is contractually obligated

to perform this important service in the event that the Primary Contractor is

unable to fulfill their obligations. The services will be utilized on an ?as

needed? basis. Revenue will be deposited as follows: Integrated Waste Fund ?

Government Wide Revenue ? Government Wide Revenue ? Sale of Recycled Materials;

0207 ? 099 ? 1999 ? REVN ? 4559.

______________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________







_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor





?ITEM D?

A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) TRADITIONAL UTILITY VEHICLES

FROM DEERE & COMPANY (CARY, NC), delivering dealer sunsouth, llc (columbus,

ga), via SOURCEWELL CONTRACT (FORMERLY NATIONAL JOINT POWERS ALLIANCE)

#062117-DAC. the unit price for the one (1) utility vehicle with various

options for the civic center is $7,636.44; the unit price for the two utility

vehicles with various options for cooper creek tennis center is $8,488.50, for

a total of $16,977.00; for a grand total price of $24,613.44 for all three (3)

vehicles.



WHEREAS, the one (1) vehicle for the Civic Center and one (1) vehicle

for Parks and Recreation were approved in the FY19 Budget; the remaining

vehicle for Parks and Recreation is an additional purchase. One (1) vehicle

will be used by Civic Center staff as a support vehicle for parking lot events

such as the Greater Columbus Fair, Tri-City Latino Festival and Spring Fling

Carnival, as well as to haul the 40' 2-man lift and general materials in and

around the Columbus Civic Center and Ice Rink. The remaining two (2) vehicles

will be used by Cooper Creek Tennis Center staff to transport materials,

supplies, and equipment from the maintenance shed to the various tennis courts;

and,



WHEREAS, per bid specifications, the City reserves the right to make

purchases via any comparable Cooperative Contract, if the contract is lower and

meets the City?s requirements. Sourcewell offers this unit at a lower price

than the submitted bid price. SunSouth, LLC (Columbus, GA) was the only

responsive, responsible bidder; however, Deere & Company holds the Sourcewell

Cooperative Contract for these vehicles. SunSouth, LLC is the delivering

dealer for Deere & Company, and has agreed to sell the units at the Sourcewell

Cooperative Contract price, which is lower than the bid price. Sourcewell,

formerly National Joint Powers Alliance (NJPA), is a self-supporting government

organization, partnering with education, government, and nonprofits to boost

student and community success. Created in 1978 as one of Minnesota?s nine

service cooperatives, they offer training and shared services to

central-Minnesota members. Throughout North America, they offer a cooperative

purchasing program with over 200 awarded vendors on contract. Sourcewell is

driven by service and the ability to strategically reinvest in member

communities. Contract #062117-DAC, adopted by Sourcewell, is a cooperative

contract available for use by any governmental entity. The City?s Procurement

Ordinance, Article 9-101, authorizes the use of cooperative purchasing; and,



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



That the City Manager is hereby authorized to purchase one (1) utility vehicle

with various options for the Civic Center at a unit price of $7,636.44, and two

(2) utility vehicles with various options for Cooper Creek Tennis Center at a

unit price of $8,488.50, for a total of $16,977.00; for a grand total price of

$24,613.44 for all three (3) vehicles. Funds are budgeted in the FY19 Budget:

The amount of $7,636.44 is budgeted in Civic Center Fund ? Civic Center ? Civic

Center Operations ? Automobiles; 0757 ? 160 ? 1000 ? CIVC - 7721. The amount

of $16,977.00 is budgeted in General Fund ? Parks and Recreation ? Cooper

Creek Tennis Center ? Capital Expenditures ? over $5,000; 0101 ? 270 ? 4048 ?

COPR - 7761.

______________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________



_______________________________???_____ __________________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM E?



A RESOLUTION



NO. _________





A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) HERBICIDE TRUCK WITH

ROADSIDE SPRAYER ATTACHMENT (FORD F350 DRW CHASSIS CREW/PARK BUILT

CUSTOM/RSI-500-SKD) FROM PARK BUILT BODY CO. (SYLVESTER, GA), FOR THE AMOUNT OF

$91,444.08.



WHEREAS, the vehicle was approved in the FY19 Budget and will be used by Urban

Forestry and Beautification staff to control and prevent weed growth along

City?s property, and maintain visual appearance; it is a replacement vehicle.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1)

herbicide truck with roadside sprayer attachment (Ford F350 DRW Chassis

Crew/Park Built Custom/RSI-500-SKD) from Park Built Body Co. (Sylvester, GA)

for the amount of $91,444.08. Funds are budgeted in the FY19 Budget as

follows: Paving Fund ? Public Works ? Right of Way Maintenance ? Light Trucks;

0203 ? 260 ? 3120 ? ROWM - 7722.

___________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________



_______________________________???_____ __________________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor





DATE: June 11, 2019

TO: Mayor and Councilors



FROM: Finance Department



SUBJECT: Advertised Bids/RFPs



June 19, 2019

1. Bus Shelters (Annual Contract) ? RFB No. 19-0051

Scope of Bid

METRA is requesting qualified vendors to provide Bus Shelters on an ?as needed?

basis. The contract term will be for three years.

Attachments


No attachments for this document.

Back to List