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.