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



October 13, 2009



Agenda Report # 435



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) CANOPY & AWNING ? PQ NO. 10-0001



It is requested that Council authorize the purchase of canopy and awning from

A-Air Flow Awning Company in the amount of $25,176. A-Air Flow Awning Company

will install a 46?x24x10? canopy at the Recycling Center Warehouse, a

80?x20?x10? free-standing canopy at the Recycling Center Drop-Off Site and a

24?x24?x34? awning at the Animal Care Center.



Request for quote postcard invitations were mailed to eleven vendors and

specifications were posted on the webpage of the Purchasing Division. A

mandatory pre-quote conference/site visit was held on September 1, 2009; A-Air

Flow Awning Company was the only vendor in attendance at the conference. A

quote was received from A-Air Flow Awning Company on September 9, 2009:



Location Quote

Recycling Center Warehouse 8,280.00

Recycling Center Drop-Off Site 12,000.00

Recycling Center Total $20,280.00



Animal Care Center $4,896.00

Total Quote $25,176.00





Funds are budgeted in the FY10 Budget: Integrated Waste Management Fund-Capital

Projects-Capital Expenditures over $5,000-Recycling Center;

0207-660-4000-CPIW-7761-20717-20090 and 1999 SPLOST-Animal Shelter-Capital

Expenditures under $5,000; 0540-695-2125-TXAS-7763-50200-20020.



(B) COMMERCIAL ZERO-TURN-RADIUS MOWERS ? RFB NO. 10-0007



It is requested that Council authorize the purchase of four (4) commercial

zero-turn-radius mowers from Best Nursery & Outdoor Equipment in the amount of

$26,294.92. The Public Services Department will utilize two (2) mowers for the

Riverwalk, one (1) mower for City owned right-of-ways and one (1) mower for

Linwood Cemetery.



Request for bid postcard invitations were mailed to ninety vendors and

specifications were posted on the webpage of the Purchasing Division. Eleven

bids were received on September 9, 2009. This bid has been advertised, opened

and reviewed. The bidders were:





Vendors Unit Price Total Bid

(4 Units)

Best Nursery & Outdoor Equipment (Fortson, GA) 6,573.73 26,294.92

Hamilton Equipment (Columbus, GA) 6,639.20 26,556.80

Home Hardware (Columbus, GA) 6,849.00 27,396.00

Buck's Small Engine Repair (Smiths Station, AL) 7,395.54 29,582.16

Melson Tractor Co. (Salem, AL) 7,974.00 31,896.00

?AGS International (Rancho Cucamonga, CA) 6,000.00 24,000.00

?Taapken Small Engine (Ft. Mitchell, AL) 6,130.00 24,520.00

?Dudley's Outdoors (LaGrange, GA) 7,258.30 29,033.20

?Wells Tractor Company (Dothan, AL) 7,450.00 29,800.00

?SunSouth LLC (Columbus, GA) 7,771.00 31,084.00

?South Georgia Tractor, Inc. (Cairo, GA) 8,900.00 35,600.00



?The denoted vendors failed to acknowledge receipt of Addendum No. 1, which

addressed the roll over protection system for the mowers. Therefore, the

vendors were deemed incomplete. The vendors have been notified in writing and

given an opportunity to respond.



Funds are budgeted in the FY10 Budget: Paving Fund - Public Services -

Landscape & Forestry - Capital Expenditures over $5,000;

0203-260-2800-LAND-7761, Paving Fund - Public Services - Right-of-Way

Maintenance - Capital Expenditures over $5,000; 0203-260-3120-ROWM-7761 and

Cemetery Perpetual Care Fund - Public Services - Linwood Cemetery - Capital

Expenditures over $5,000; 0975-260-3610-LNWD-7761.



* * * * * * * * * *



(C) FIRE APPARATUS AND EQUIPMENT



It is requested that Council approve the purchase of one (1) E-One NFPA 2009

Compliant 1500 GPM Side Mount Rescue Pumper with 1030 Gallon Booster Tank

mounted on a new Custom E-One Typhoon Cab & Chassis, and applicable loose

equipment, from Hall-Mark Fire Apparatus, Inc., (Ocala, Florida) in the amount

of $356,964. This replacement unit will be utilized by the Fire/EMS Department

at Station #1.



To accomplish this purchase, the City is participating in an RFP administered

by the City of Tallahassee, Florida. The City?s Procurement Ordinance, Article

9-101, ?Cooperative Purchasing Authorized,? allows for participation in the RFP.



The RFP administered by the City of Tallahassee, Request for Proposal No.

0152-05-VA-TC, is an annual contract for Fire Apparatus and Special Application

Vehicles. Hall-Mark Fire Apparatus was the successful vendor and entered into

Contract #1274 with the City of Tallahassee for a 5-year period, with the

option to renew for an additional five years. The contract began on June 15,

2006. The procurement process administered by the City of Tallahassee meets

the procurement requirements of Columbus Consolidated Government; and Hall-Mark

has agreed to provide the fire apparatus to the City under the same contract.



Per the contract, a pre-pay discount plan is available to the City for this

purchase, as follows:



Base unit price per truck $366,309.00

Discount for Pre-payment - 9,345.00

Total Unit price $356,964.00



Additionally, if full payment for the truck is pre-paid, the City will receive

a rebate of $100 each and every day the completed apparatus is delayed and not

delivered by the agreed upon delivery date.



Funds are budgeted in the FY10 Budget: 1999 Sales Tax Project Fund ? 1999

SPLOST ? 99 SPLOST POL/FIRE VEH/EQUP ? Heavy Trucks ? EMS-Equipment Project;

0540 ? 695 ? 2123 ? TXPO ? 7723 ? 50120 - 20100.

* * * * * * * *



(D) EMERGENCY BRIDGE REPAIRS ON EDGECHESTER DRIVE



It is requested that Council approve payment to Kam Environmental Contractors

(Columbus, GA) in the amount of $94,650, plus payment for any unforeseen

contingencies, for construction services to perform emergency repairs for the

bridge on Edgechester Drive.



Due to major soil erosion damage at the bridge location, a section of street

pavement threatened to collapse and place vehicular traffic in danger. The

damage to the roadway would only increase over time if repairs were not made in

a timely manner. A severe rainstorm could create a larger cavity under the

pavement, thereby further jeopardizing the safety of vehicular traffic.





The emergency repairs include: encasing the bridge abutments in concrete,

concreting voids under abutment aprons, clearing the creek bed of concrete

slabs and debris, repairs voids under street pavement adjacent to the bridge

deck and stabilizing the creek banks with stone and or gabions.



Public Services and the Engineering Department concluded the work was beyond

the capabilities of City forces and obtained quotes from the following

contractors:



Kam Environmental Contractors (Columbus, GA) $ 94,650.00

Gerald Brooks Construction, Inc. (Phenix City, AL) 109,830.00

Cline Construction Company (Columbus, GA) 129,600.00



The emergency repair was approved by the City Manager on August 21, 2009.



Funds are budgeted in the FY10 Budget: 1999 Sales Tax Project Fund ? 1999

SPLOST ? 99 SPLOST Road.Bridge/Street ? General Construction ? Edgechester

Drive Bridge Project; 0540 ? 695 ? 2126 ? TXRB - 7661 - 53025 ? 20100.



* * * * * * * * * *



(E) ELECTRONIC VALIDATING FAREBOX SYSTEM



It is requested that Council approve the purchase of a GFI Genfare Odyssey

electronic validating farebox system, including: forty (40) fareboxes,

installation and system upgrades, from GFI Genfare (Elk Grove Village, IL) in

the amount of $606,760.



The GFI Odyssey Validating Farebox System is a replacement/upgrade of METRA?s

current GFI CentsaBill Farebox system. The replacement fareboxes accept a wider

variety of bus fare payments (i.e. cash, swipe card, and credit card). The new

system has the potential for more customer convenience. Other features

include:



* Processes proximity Smart card with optional Smart card reader

* Validates and accepts up to 12 different coin or token types and bills i.e.,

new dollar coin or new nickel coin

* Accepts most major credit cards via magnetic card reader. Automated

dispensing of transaction receipt available

* Processes electronic fare cards and passes

* Capability of issuing change if this feature is activated

* Coin return for rejected coins/tokens i.e., foreign currency and ?play?

currency

* Electronic lock cashbox access door providing maximum security

* Uses high security locks and keys

* Passenger display shows transactions and card balance i.e., how many trips

has customer used and how many remain.



The fareboxes will interface with the reporting software program and computer,

as well as, the farebox dump system at the vault. The software program insures

that funds collected are recorded and tabulated based on routes, customers and

payments made. The farebox dump system allows staff to pull fareboxes, dump the

contents into a secured vaulted safe for counting by designated. The farebox

dump system insures that personnel dumping the revenue do not touch revenue at

any time during this process.



On December 18, 2001, Council awarded a contract to GFI Genfare to provide the

current Farebox Revenue Collection System per Bid No. 02-0031, Resolution

#670-01. Consequently, the vendor is considered an only known source for the

upgrade.



Funds are budgeted in the FY10 Budget: Transportation Fund ? Transportation ?

FTA ? Capital Expenditures Over $5,000; 0751 ? 610 ? 2400 ? MFTA ? 7761 (City

20%; State 0%; Federal 80%).

* * * * * * * * *





(F) TILLIS FIELD DRAINAGE IMPROVEMENTS



It is requested that Council approve payment to Grant Environmental Contractor

(Columbus, Georgia) in the amount of $40,000 to provide construction services

for drainage improvements at Tillis Field.



The field is not draining properly. Improvements are needed because Senior

Citizens play softball on the field on a regular basis. The drainage

improvements include the following: 1)Install 1400 LF Trench drain and

perimeter field under drain system, 2)Control and reduce water coming on to

field by installing Berms, regrading swales and installing 10 inlet grates

around outside field perimeter and redirecting storm water into new drainage

system, 3)Deep tine aeriate 8? depth at 6? spacing and apply heavy sand

topdressing. Drag to fill holes, 4)Renovate infield by cutting 10? grass lip

at outfield and reestablish crown on infield by Laser grading. Replace all

removed or damaged sod, and 5)Re-align and reset bases, homeplate and pitching

rubber.



Per Resolution #613-99 Council awarded the contract to Grant Environmental

Contractors to construct the ballfield. Therefore, the vendor is best suited

to make the required improvements since they are most familiar with the

condition of the field.



Funds are budgeted in the FY10 Budget: Special Project Capital Project Fund ?

Capital Projects ? General Fund Supported Capital Projects ? Contractual

Services ? Tillis Field; 0508 ? 660 ? 1000 ? CPGF - 6319 ? 22270 ? 20100.



* * * * * *



(G) ALTERNATORS & STARTERS (ANNUAL CONTRACT) ? RFB NO. 10-0003



It is requested that Council approve the annual contract with Southern Auto

Electric, Inc., for the purchase, repair, and rebuilding of alternators and

starters, on an ?as needed? basis, for the estimated contract value of

$18,700.23. The equipment will be used for repair and maintenance of buses and

administrative vehicles in the Metra Transit System. The contract period will

be for three years, with the option to renew for two additional twelve-month

periods. Contract renewal is contingent upon mutual agreement of the City and

the Contractor.

Specifications were posted on the City?s website; one response was received on

September 2, 2009. This bid has been advertised, opened and reviewed. The

bidder was:





Southern Auto Electric, Inc. (Columbus, GA) $18,700.23

See Bid Tabulation below:





Description/Estimated Quantity/Vendor

Southern Auto Electric, Inc.

(Conley, GA)



Unit Cost

Total Cost

Alternator FLX (3ea) $735.00 $2,205.00

Alternator FLX 24V(3ea) $138.50 $415.50

Alternator, Trolley (3ea) $235.00 $705.00

Alternator, Ford Van(3ea) $138.50 $415.50

Alternator, Chev Van(3ea) $80.00 $240.00

Alternator, Ford Trk (3ea) $85.00 $255.00

Alternator, Pont6000(3ea) $73.91 $221.73

Starter 24V (3ea) $158.50 $475.50

Starter, Ford F/150 (3ea) $72.00 $216.00

Starter, Trolley (3ea) $165.00 $495.00

Starter, Ford Truck (3ea) $50.00 $150.00

A/C Fan Motor (3ea) $200.00 $600.00

Blower Motor (3ea) $220.00 $660.00

Fan Assy Motor (3ea) $138.50 $415.50

Fan Motor (3ea) $168.50 $505.50

Condenser Motor (3ea) $188.50 $565.50

Marine Pump, 12V (3ea) $110.00 $330.00

Marine Pump, 12V (3ea) $110.00 $330.00

Heater Pump (3ea) $110.00 $330.00

Motor Evaporator (3ea) $225.00 $675.00

Motor Evaporator (3ea) $345.00 $1,035.00

Motor Blower (3ea) Evaporator A/C $345.00 $1,035.00

Motor Fan Condenser (3ea) $135.00 $405.00

Motor Condenser Orion (3ea) $246.75 $739.50

Generator 24V (3ea) $600.00 $1,800.00

Generator 91 Orion(3ea) $735.00 $2,205.00

Front Defroster (3ea) $110.00 $330.00

Under floor Blower (3ea) $210.00 $630.00

Heater Blower (3ea) $125.00 $375.00

Total Amount $

$18,700.23



Funds are budgeted each fiscal year for this on-going expense: Transportation

Fund ? METRA FTA - Vehicle Operation & Maintenance; 0751-610-2400-MFTA-6516.

* * * * * *



(H) AERIAL & GROUND LADDER INSPECTION & TESTING SERVICES (ANNUAL

CONTRACT) ? RFB NO. 10-0004



It is requested that Council approve the execution of an annual contract with

Consolidated Fleet Services, Inc., to provide aerial and ground ladder

inspection and testing services to the Columbus Fire & EMS Department for the

estimated annual contract value of $6,300.00. The contract term will be for

three years, with the option to renew for two additional twelve-month periods.

Contract renewal is contingent upon the mutual agreement of the City and the

contracted vendor.



The Contractor shall furnish all labor, materials, supplies, supervision and

transportation to provide inspection and testing services on aerial and ground

ladders for Columbus Fire & EMS Department in accordance with the latest

edition of NFPA Standard 1911 for aerial ladders and 1932 for ground ladders.

This test shall be conducted during the month of November each year before the

prior year?s test expires.



Request for bid postcard invitations were mailed to seventy (70) vendors and

specifications were posted on the webpage of the Purchasing Division. Two bids

were received on September 2, 2009. This bid has been advertised, opened and

reviewed. The bidders were:



Consolidated Fleet Services, Inc. (Searcy, AZ) $ 6,300.00

Diversified Inspection/ITL (Phoenix, AZ) $ 6,370.00



Funds are budgeted each fiscal year for this on-going expense: General Fund ?

Fire & EMS ? Fire/EMS Special Operation ? Contractual Services;

0101-410-2600-SPCO-6319.



* * * * * * * * *



(I) PURCHASE OF TWO (2) DIGITAL IMAGING SYSTEMS FOR HOMELAND SECURITY



It is requested that Council approve the purchase of two (2) digital imaging

systems from Logos Imaging, LLC, (Richmond, Indiana) in the amount of $43,600,

for the Columbus Georgia Office Of Homeland Security.



The Hazardous Devices Response Team (HDRT) is in the process of outfitting 3

quick response vehicles with equipment that will allow the team to respond to

multiple locations at one time. The Logos Digital Imaging System is a

portable, field deployable, computer x-ray system which allows Bomb Technicians

to see the inside of a suspicious package. The complete system will fit easily

in the HDRT?s quick response trucks, allowing for easy transport to and from an

incident site.



The City purchased the first digital imaging system from Logos per Resolution

#555-03 in December, 2003. This system is the only system the HDRT is trained

on and operates. Purchasing the two additional imaging systems will allow all

three systems to operate together or separately at any given time due to the

software and image plate compatibility. Therefore, the vendor is considered an

only known source for this purchase.





Funds are budgeted in the FY10 Budget: Multi-Government Project Fund ?

Homeland Security - Explosive Device Operations Program Grant ? Capital

Expenditures Over $5,000; 0216 ? 450 ? 2100 ? EDOG ? 7761.



* * * * * * * * *



(J) PURCHASE OF TWO (2) BOMB SUITS



It is requested that Council approved the purchase of two (2) EOD 9 Bomb suits

with helmets and breathing apparatus visors from Allen Vanguard Technologies,

Inc., (Ottawa, Ontario) in the amount of $42,998.



The bombsuits will be worn by bomb technicians of the Office of Homeland

Security. The EOD 9 Bomb Suit has been engineered to provide superior

protection against the threats of an explosive blast?s overpressure,

fragmentation, impact, and heat. The bomb suits provides maximum protection,

while still permitting a high degree of flexibility and comfort during the

performance of duties.



Per Resolution #362-05, the City purchased two bomb suits from MED-ENG Systems

(now known as Allen-Vanguard). The new bomb suits will be compatible with the

current equipment because the helmets and breathing apparatus visors are

interchangeable. Therefore, Allen Van-Guard is considered the only known

source for this purchase.



Funds are budgeted in the FY10 Budget: Multi-Government Project Fund ?

Homeland Security ? Hazardous Devices Response Team Grant ? Capital

Expenditures Over $5,000; 0216 ? 450 ? 2120 ? HDRG ? 7761.



* * * * * * *



(K) TWO (2) 2010 FREIGHTLINER M2 TYPE I MEDIUM DUTY AMBULANCE



It is requested that Council approve the purchase of two (2) 2010 Freightliner

M2 Type I 4x2 medium duty ambulances from Peach State Ambulance, Inc., (Tyrone,

Georgia) at the unit cost of $147,236 each, which equates to a total cost of

$294,472. The two replacement units will be used by The Department of Fire/EMS

to provide immediate medical assistance and transport patients.



To accomplish this purchase, the Department of Fire & EMS is participating in

Bid No 08-08-0909 administered by the Florida Fire Chief?s Association, the

Florida Sheriff?s Association and the Florida Association of Counties. The

cooperative bid was administered by the aforementioned organizations to be

extended and guaranteed to any and all units of local governments and public

safety agencies. The bid contract covers the period of January 1, 2009

through December 31, 2009. The procurement process administered by the

entities in the State of Florida meets the procurement requirements of Columbus

Consolidated Government. The City?s Procurement Ordinance, Article 9-101,

?Cooperative Purchasing Authorized,? allows for participation in this Bid.

Additionally, the contracted vendor for the required units, Peach State

Ambulances, Inc., has agreed to provide the ambulances to the City under the

same contract.



Funds are budgeted in the FY10 Budget: 1999 Sales Tax Project Fund ? 1999

SPLOST ? 99 SPLOST POL/FIRE VEH/EQUP ? Heavy Trucks ? EMS-Equipment Project;

0540 ? 695 ? 2123 ? TXPO ? 7723 ? 50120 ? 20100 and LOST Fund ? Fire/EMS LOST ?

Automobiles; 0102 - 410 - 9900 - LOST - 7721.



* * * * * * * * *



(L) MENTAL HEALTH COURT SERVICE PROVIDER



It is requested that Council approve payment to New Horizons (Columbus,

Georgia) to provide mental health services, for the Mental Health Court, in the

amount of $75,000.



The Mental Health Court was established per a Federal Grant in 2004 to help

ease overcrowding in the jail. New Horizons was instrumental in writing and

assisting the City in obtaining the initial grant, at which time they were the

mental health services provider. Mental Health Services include: extensive

on-site behavioral health assessments in the jail, development of

recommendations and presentations of recommendations to court officials, and

judicial partners, making behavioral health and other needed community

services, intensive case management and follow-up, record keeping and

documentation as required. In order to maintain continuity in the program

with existing participants, New Horizons must continue to provide the mental

health services.



Funds are available in the JAG Grant: Multi-Government Project Fund ? Police ?

ARRA Recovery JAG Grant - Contractual Services; 0216 ? 400 ? 3400 ? RJAG ? 6319

and other approved funding sources.



* * * * * *



(M) AMMUNITION AND MUNITIONS FOR PUBLIC SAFETY DEPARTMENTS (ANNUAL CONTRACT) -

RFB NO. 09-0048



It is requested that Council approve the purchase of ammunition and munitions

from Gulf States Distributors, Craig?s Firearm Supply, Inc., Precision Delta

Corporation, Tactical Gear Supply, Zero Ammunition and GT Distributors for the

estimated annual contract value of $226,605.95.



The various types of ammunition include: duty ammunition, practice ammunition,

and shotgun ammunition. The munitions supplies include: stinger rubber ball

grenades, MK-1X 12 oz. Spray Canister and 12-gauge rubber pellet round, etc.

The ammunition and munitions will be used by Public Safety departments, and

will be purchased on an ?as needed? basis.



The initial contract period shall be for two years, with the option to renew

for three additional twelve-month periods. Contract renewals will be

contingent upon the mutual agreement of the City and the Contractor.



Request for bid postcard invitations were mailed to one hundred and twenty

seven (127) vendors and specifications were posted on the webpage of the

Purchasing Division. Seven bids were received on June 10, 2009 from the

following vendors: Gulf States Distributors, Craig?s Firearm Supply, Inc.,

Lawmen?s Supply, Inc., Precision Delta Corporation, Tactical Gear Supply, Zero

Ammunition and GT Distributors. This bid has been advertised, opened and

reviewed. The bidders were:





See attached bid tabulation sheet:



*Denotes vendors failed to meet the required specification per item. Therefore,

the vendors were deemed incomplete. The vendors have been notified in writing

and given an opportunity to respond.



Funds are budgeted each fiscal year for this on-going expense: General Fund -

Police, Sheriff, Marshal, and Muscogee County Prison - Operating Materials;

0101-400-2200-STAF-6728, 0101-550-1000-SHRF-6728, 0101-550-2300-STRN-6728,

0101-530-3000-MRSH-6728, 0101-420-1000-MCCI-6728.





?ITEM A?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF CANOPY AND AWNING FROM A-AIR FLOW

AWNING COMPANY IN THE AMOUNT OF $25,176.



WHEREAS, A-Air Flow Awning Company will install a 46?x24x10? canopy at the

Recycling Center Warehouse, a 80?x20?x10? free-standing canopy at the Recycling

Center Drop-Off Site and a 24?x24?x34? awning at the Animal Care Center.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase canopy and

awning from A-Air Flow Awning Company in the amount of $25,176. Funds are

budgeted in the FY10 Budget: Integrated Waste Management Fund-Capital

Projects-Capital Expenditures over $5,000-Recycling Center;

0207-660-4000-CPIW-7761-20717-20090 and 1999 SPLOST-Animal Shelter-Capital

Expenditures under $5,000; 0540-695-2125-TXAS-7763-50200-20020.



______________________________



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 THE PURCHASE OF FOUR (4) COMMERCIAL ZERO-TURN-RADIUS

MOWERS FROM BEST NURSERY AND OUTDOOR EQUIPMENT IN THE AMOUNT OF $26,294.92.



WHEREAS, the Public Services Department will utilize two (2) mowers for the

Riverwalk, one (1) mower for City owned right-of-ways and one (1) mower for

Linwood Cemetery.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase our (4)

commercial zero-turn-radius mowers from Best Nursery & Outdoor Equipment in the

amount of $26,294.92. Funds are budgeted in the FY10 Budget: Paving Fund -

Public Services - Landscape & Forestry - Capital Expenditures over $5,000;

0203-260-2800-LAND-7761, Paving Fund - Public Services - Right-of-Way

Maintenance - Capital Expenditures over $5,000; 0203-260-3120-ROWM-7761 and

Cemetery Perpetual Care Fund - Public Services - Linwood Cemetery - Capital

Expenditures over $5,000; 0975-260-3610-LNWD-7761.

______________________________





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 PURCHASE OF ONE (1) E-ONE NFPA 2009

COMPLIANT 1500 GPM SIDE MOUNT RESCUE PUMPER WITH 1030 GALLON BOOSTER TANK

MOUNTED ON A NEW CUSTOM E-ONE TYPHOON CAB & CHASSIS, AND APPLICABLE LOOSE

EQUIPMENT, FROM HALL-MARK FIRE APPARATUS, INC., (OCALA, FLORIDA) IN THE AMOUNT

OF $356,964.



WHEREAS, this replacement unit will be utilized by the Fire/EMS Department at

Station #1; and,



WHEREAS, to accomplish this purchase as expediently as possible, the City is

participating in an RFP administered by the City of Tallahassee, Florida. The

City?s Procurement Ordinance, Article 9-101, ?Cooperative Purchasing

Authorized,? allows for participation in the RFP. The RFP administered by the

City of Tallahassee, Request for Proposal No. 0152-05-VA-TC, is an annual

contract for Fire Apparatus and Special Application Vehicles. Hall-Mark Fire

Apparatus was the successful vendor and entered into Contract #1274 with the

City of Tallahassee for a 5-year period, with the option to renew for an

additional five years. The contract began on June 15, 2006. The procurement

process administered by the City of Tallahassee meets the procurement

requirements of Columbus Consolidated Government; and Hall-Mark has agreed to

provide the fire apparatus to the City under the same contract.



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



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

NFPA 2009 Compliant 1500 GPM Side Mount Rescue Pumper with 1030 Gallon Booster

Tank mounted on a new Custom E-One Typhoon Cab & Chassis, and applicable loose

equipment, from Hall-Mark Fire Apparatus, Inc., (Ocala, Florida) in the amount

of $356,964. Funds are budgeted in the FY10 Budget: 1999 Sales Tax Project

Fund ? 1999 SPLOST ? 99 SPLOST POL/FIRE VEH/EQUP ? Heavy Trucks ? EMS-Equipment

Project; 0540 ? 695 ? 2123 ? TXPO ? 7723 ? 50120 - 20100.



___________________________



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 PAYMENT TO KAM ENVIRONMENTAL CONTRACTORS IN

THE AMOUNT OF $94,650, PLUS PAYMENT FOR ANY UNFORESEEN CONTINGENCIES, FOR

CONSTRUCTION SERVICES TO PERFORM EMERGENCY REPAIRS FOR THE BRIDGE ON

EDGECHESTER DRIVE.



WHEREAS, due to major soil erosion damage at the bridge location, a section of

street pavement threatened to collapse and place vehicular traffic in danger.

The damage to the roadway would only increase over time if repairs were not

made in a timely manner. A severe rainstorm could create a larger cavity under

the pavement, thereby further jeopardizing the safety of vehicular traffic;

and,



WHEREAS, the emergency repairs include: encasing the bridge abutments in

concrete, concreting voids under abutment aprons, clearing the creek bed of

concrete slabs and debris, repairs voids under street pavement adjacent to the

bridge deck and stabilizing the creek banks with stone and or gabions; and,



WHEREAS, Public Services and the Engineering Department concluded the work was

beyond the capabilities of City forces. The emergency repair was approved by

the City Manager on August 21, 2009.



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



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

Environmental Contractors in the amount of $94,650, plus payment for any

unforeseen contingencies, for construction services to perform emergency

repairs for the bridge on Edgechester Drive. Funds are budgeted in the FY10

Budget: 1999 Sales Tax Project Fund ? 1999 SPLOST ? 99 SPLOST

Road.Bridge/Street ? General Construction ? Edgechester Drive Bridge Project;

0540 ? 695 ? 2126 ? TXRB - 7661 - 53025 ? 20100.



_________________________________



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 THE PURCHASE OF A GFI GENFARE ODYSSEY

ELECTRONIC VALIDATING FAREBOX SYSTEM, INCLUDING: FORTY (40) FAREBOXES,

INSTALLATION AND SYSTEM UPGRADES, FROM GFI GENFARE (ELK GROVE VILLAGE, IL) IN

THE AMOUNT OF $606,760.



WHEREAS, the GFI Odyssey Validating Farebox System is a

replacement/upgrade of METRA?s current GFI CentsaBill Farebox system. The

replacement fareboxes accept a wider variety of bus fare payments (i.e. cash,

swipe card, and credit card). The new system has the potential for more

customer convenience; and,



WHEREAS, on December 18, 2001, Council awarded a contract to GFI

Genfare to provide the current Farebox Revenue Collection System per Bid No.

02-0031, Resolution #670-01. Consequently, the vendor is considered an only

known source for the upgrade.



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



That the City Manager is hereby authorized to purchase a GFI Genfare

Odyssey electronic validating farebox system, including: forty (40)

fareboxes, installation and system upgrades, from GFI Genfare (Elk Grove

Village, IL) in the amount of $606,760. Funds are budgeted in the FY10

Budget: Transportation Fund ? Transportation ? FTA ? Capital Expenditures Over

$5,000; 0751 ? 610 ? 2400 ? MFTA ? 7761 (City 20%; State 0%; Federal 80%)





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 GRANT ENVIRONMENTAL CONTRACTOR

(COLUMBUS, GEORGIA) IN THE AMOUNT OF $40,000 TO PROVIDE CONSTRUCTION SERVICES

FOR DRAINAGE IMPROVEMENTS AT TILLIS FIELD.



WHEREAS, the field is not draining properly. Improvements are needed

because Senior Citizens play softball on the field on a regular basis. The

drainage improvements include the following: 1)Install 1400 LF Trench drain

and perimeter field under drain system, 2)Control and reduce water coming on to

field by installing Berms, regrading swales and installing 10 inlet grates

around outside field perimeter and redirecting storm water into new drainage

system, 3)Deep tine aeriate 8? depth at 6? spacing and apply heavy sand

topdressing. Drag to fill holes, 4)Renovate infield by cutting 10? grass lip

at outfield and reestablish crown on infield by Laser grading. Replace all

removed or damaged sod, and 5)Re-align and reset bases, homeplate and pitching

rubber; and,



WHEREAS, per Resolution #613-99 Council awarded the contract to Grant

Environmental Contractors to construct the ballfield. Therefore, the vendor is

best suited to make the required improvements since they are most familiar with

the condition of the field.



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



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

Environmental Contractor (Columbus, Georgia) in the amount of $40,000 to

provide construction services for drainage improvements at Tillis Field. Funds

are budgeted in the FY10 Budget: Special Project Capital Project Fund ?

Capital Projects ? General Fund Supported Capital Projects ? Contractual

Services ? Tillis Field; 0508 ? 660 ? 1000 ? CPGF - 6319 ? 22270 ? 20100.

_______________________________



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 AN ANNUAL CONTRACT WITH SOUTHERN AUTO ELECTRIC, INC.,

FOR THE PURCHASE, REPAIR AND REBUILDING OF ALTERNATORS AND STARTERS, ON AN ?AS

NEEDED? BASIS, FOR THE ESTIMATED CONTRACT VALUE OF $18,700.23.



WHEREAS, the contract term will be for three years, with the option to renew

for two additional twelve-month periods. Contract renewal is contingent upon

the mutual agreement of the City and the contracted vendor; and,



WHEREAS, the equipment will be used for repair and maintenance of buses and

administrative vehicles in the Metra Transit System.



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



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

with Southern Auto Electric, Inc., for the purchase, repair, and rebuilding of

alternators and starters, on an ?as needed? basis, for the estimated contract

value of $18,700.23. Funds are budgeted each fiscal year for this on-going

expense: Transportation Fund ? METRA FTA - Vehicle Operation & Maintenance;

0751-610-2400-MFTA-6516.

______________________________



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 H?

A RESOLUTION



NO._________________



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH

CONSOLIDATED FLEET SERVICES, INC., TO PROVIDE AERIAL AND GROUND LADDER

INSPECTION AND TESTING SERVICES TO THE COLUMBUS FIRE & EMS DEPARTMENT FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $6,300.



WHEREAS, the contract term will be for three years, with the option to renew

for two additional twelve-month periods. Contract renewal is contingent upon

the mutual agreement of the City and the contracted vendor; and,



WHEREAS, the contractor shall furnish all labor, materials, supplies,

supervision and transportation to provide inspection and testing services on

aerial and ground ladders for Columbus Fire & EMS Department in accordance with

the latest edition of NFPA Standard 1911 for aerial ladders and 1932 for ground

ladders. This test shall be conducted during the month of November each year

before the prior year test expires.



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



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

contract with Consolidated Fleet Services, Inc., to provide aerial and ground

ladder inspection and testing services to the Columbus Fire & EMS Department

for the estimated annual contract value of $6,300. Funds are budgeted each

fiscal year for this on-going expense: General Fund ? Fire & EMS ? Fire/EMS

Special Operation ? Contractual Services; 0101-410-2600-SPCO-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 I?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) DIGITAL IMAGING

SYSTEMS FROM LOGOS IMAGING, LLC, (RICHMOND, INDIANA) IN THE AMOUNT OF $43,600,

FOR THE COLUMBUS GEORGIA OFFICE OF HOMELAND SECURITY.



WHEREAS, the Hazardous Devices Response Team (HDRT) is in the process

of outfitting 3 quick response vehicles with equipment that will allow the team

to respond to multiple locations at one time. The Logos Digital Imaging System

is a portable, field deployable, computer x-ray system which allows Bomb

Technicians to see the inside of a suspicious package. The complete system

will fit easily in the HDRT?s quick response trucks, allowing for easy

transport to and from an incident site; and,



WHEREAS, the City purchased the first digital imaging system from Logos

per Resolution #555-03 in December, 2003. This system is the only system the

HDRT is trained on and operates. Purchasing the two additional imaging systems

will allow all three systems to operate together or separately at any given

time due to the software and image plate compatibility. Therefore, the vendor

is considered an only known source for this purchase.



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



That the City Manager is hereby authorized to purchase two (2) digital

imaging systems from Logos Imaging, LLC, (Richmond, Indiana) in the amount of

$43,600, for the Columbus Georgia Office Of Homeland Security. Funds are

budgeted in the FY10 Budget: Multi-Government Project Fund ? Homeland

Security - Explosive Device Operations Program Grant ? Capital Expenditures

Over $5,000; 0216 ? 450 ? 2100 ? EDOG ? 7761.



______________________________



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 J?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) EOD 9 BOMB SUITS WITH

HELMETS AND BREATHING APPARATUS VISORS FROM ALLEN VANGUARD TECHNOLOGIES, INC.,

(OTTAWA, ONTARIO) IN THE AMOUNT OF $42,998.



WHEREAS, the bombsuits will be worn by bomb technicians of the Office

of Homeland Security. The EOD 9 Bomb Suit has been engineered to provide

superior protection against the threats of an explosive blast?s overpressure,

fragmentation, impact, and heat. The bomb suits provides maximum protection,

while still permitting a high degree of flexibility and comfort during the

performance of duties; and,



WHEREAS, per Resolution #362-05, the City purchased two bomb suits from

MED-ENG Systems (now known as Allen-Vanguard). The new bomb suits will be

compatible with the current equipment because the helmets and breathing

apparatus visors are interchangeable. Therefore, Allen Van-Guard is considered

the only known source for this purchase.



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



That the City Manager is hereby authorized to purchase two (2) EOD 9

Bomb suits with helmets and breathing apparatus visors from Allen Vanguard

Technologies, Inc., (Ottawa, Ontario) in the amount of $42,998. Funds are

budgeted in the FY10 Budget: Multi-Government Project Fund ? Homeland Security

? Hazardous Devices Response Team Grant ? Capital Expenditures Over $5,000;

0216 ? 450 ? 2120 ? HDRG ? 7761.



_______________________________



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 K?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) 2010 FREIGHTLINER M2 TYPE I

4X2 MEDIUM DUTY AMBULANCES FROM PEACH STATE AMBULANCE, INC., (TYRONE, GEORGIA)

AT THE UNIT COST OF $147,236 EACH, WHICH EQUATES TO A TOTAL COST OF $294,472.



WHEREAS, the two replacement units will be used by The Department of Fire/EMS

to provide immediate medical assistance and transport patients; and,



WHEREAS, to accomplish this purchase the Fire & EMS is participating in Bid No

08-08-0909 administered by the Florida Fire Chief?s Association, the Florida

Sheriff?s Association and the Florida Association of Counties. The cooperative

bid was administered by the aforementioned organizations to be extended and

guaranteed to any and all units of local governments and public safety

agencies; and,



WHEREAS, the bid contract covers the period of January 1, 2009 through December

31, 2009. The procurement process administered by the entities in the State of

Florida meets the procurement requirements of Columbus Consolidated

Government. The City?s Procurement Ordinance, Article 9-101, ?Cooperative

Purchasing Authorized,? allows for participation in this Bid. Additionally,

the contracted vendor for the required units, Peach State Ambulances, Inc., has

agreed to provide the ambulances to the City under the same contract.



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



That the City Manager is hereby authorized to purchase two (2) 2010

Freightliner M2 Type I 4x2 medium duty ambulances from Peach State Ambulance,

Inc., (Tyrone, Georgia) at the unit cost of $147,236 each, which equates to a

total cost of $294,472. Funds are budgeted in the FY10 Budget: 1999 Sales Tax

Project Fund ? 1999 SPLOST ? 99 SPLOST POL/FIRE VEH/EQUP ? Heavy Trucks ?

EMS-Equipment Project; 0540 ? 695 ? 2123 ? TXPO ? 7723 ? 50120 ? 20100 and LOST

Fund ? Fire/EMS LOST ? Automobiles; 0102 - 410 - 9900 - LOST - 7721.



_______________________________



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 L?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING PAYMENT TO NEW HORIZONS (COLUMBUS, GEORGIA) TO PROVIDE

MENTAL HEALTH SERVICES, FOR THE MENTAL HEALTH COURT, IN THE AMOUNT OF $75,000.



WHEREAS, the Mental Health Court was established per a Federal Grant in 2004 to

help ease overcrowding in the jail. New Horizons was instrumental in writing

and assisting the City in obtaining the initial grant, at which time they were

the mental health services provider. Mental Health Services include:

extensive on-site behavioral health assessments in the jail, development of

recommendations and presentations of recommendations to court officials, and

judicial partners, making behavioral health and other needed community

services, intensive case management and follow-up, record keeping and

documentation as required; and,



WHEREAS, in order to maintain continuity in the program with existing

participants, New Horizons must continue to provide the mental health services.



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

FOLLOWS:



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

Horizons (Columbus, Georgia) to provide mental health services, for the Mental

Health Court, in the amount of $75,000. Funds are available in the JAG

Grant: Multi-Government Project Fund ? Police ? ARRA Recovery JAG Grant -

Contractual Services; 0216 ? 400 ? 3400 ? RJAG ? 6319 and other approved

funding sources.

______________________________



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 M?

A RESOLUTION



NO. _______



A RESOLUTION AUTHORIZING THE PURCHASE OF AMMUNITION AND MUNITIONS FROM

GULF STATES DISTRIBUTORS, CRAIG'S FIREARM SUPPLY, INC., PRECISION DELTA

CORPORATION, TACTICAL GEAR SUPPLY, ZERO AMMUNITION AND GT DISTRIBUTORS FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $226,605.95.



WHEREAS, the various types of ammunition include: duty ammunition, practice

ammunition, and shotgun ammunition. The munitions supplies include: stinger

rubber ball grenades, MK-1X 12 oz. Spray Canister and 12-gauge rubber pellet

round, etc. The ammunition and munitions will be used by Public Safety

departments and will be purchased on an ?as needed? basis?; and,



WHEREAS, the initial contract period shall be for two years, with the option to

renew for three additional twelve-month periods. Contract renewals 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 purchase ammunition and

munitions from Gulf States Distributors, Craig?s Firearm Supply, Inc.,

Precision Delta Corporation, Tactical Gear Supply, Zero Ammunition and GT

Distributors for the estimated annual contract value of $226,605.95. Funds

are budgeted each fiscal year for this on-going expense: General Fund -

Police, Sheriff, Marshal, and Muscogee County Prison - Operating Materials;

0101-400-2200-STAF-6728, 0101-550-1000-SHRF-6728, 0101-550-2300-STRN-6728,

0101-530-3000-MRSH-6728, 0101-420-1000-MCCI-6728.

______________________________



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