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 # 7





Columbus Consolidated Government



Council Meeting



September 11, 2012





Agenda Report # 104







TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) ZERO TURN RADIUS MOWERS



It is requested that Council approve the purchase of five (5) Zero Turn Radius

Mowers from Moridge Manufacturing (Moundridge, KS), in the amount of

$42,445.00 ($8,489.00 per unit), via Georgia Statewide Contract

#99999-SPD0000043.



Six (6) mowers were approved in the FY13 Budget, but due to budget constraints,

only five (5) mowers can be purchased. The mowers are replacement units and

will be used by the Urban Forestry Division of the Public Services Department

to cut and maintain City right-of-ways.



Funds are budgeted in the FY13 Budget: Paving Fund ? Public Services ? Right

Of Way Maintenance ? Rolling Stock; 0203-260-3120-ROWM-7726.



* * * * * * * *



(B) MID-SIZE SEDANS



It is requested that Council authorize the purchase of three (3) additional

Mid-Size Sedans (2013 Ford Fusion), from Rivertown Ford, (Columbus, GA) in the

amount of $50,730.00.



The vehicles will be used by the Columbus Fire & Emergency Medical Services

Department. One (1) vehicle is a replacement for vehicle #3197 that was totaled

and for which insurance proceeds were receipted on 2/17/12. The two (2)

remaining vehicles are staff sedans that were approved in the FY13 Budget.

Rivertown Ford was the awarded vendor for RFB 13-0006, and has agreed to

provide the additional sedans for the awarded bid price of $16,910.00 per unit,

for a total of $50,730.00.



Funds are budgeted in the FY13 Budget as follows: One (1) replacement vehicle

budgeted in General Fund ? Fire & EMS ? Fire/EMS Admin ? Automobiles;

0101-410-2800-ADSR-7721.

Two (2) new staff vehicles budgeted in LOST-Public Safety Fund ? Fire & EMS ?

Public Safety-LOST ? Automobiles; 0102-410-9900-LOST-7721.



* * * * * * * *



(C) SERVICE CONTRACT FOR VARIOUS TYPES OF ENGINES ? (ANNUAL CONTRACT) ? RFB NO.

13-0011



It is requested that Council approve the purchase of a service contract for

various types of engines from Associated Fuel System, Inc., and Jasper Engines

& Transmissions for the estimated annual contract value of $69,695.43. The

estimated contract value is based on the amount the department has budgeted for

engines.



Engine repair and rebuild services are required for METRA Transit System, and

will be procured on an ?as needed? basis. The contract period shall 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 Contractor and

the City.



Bid postcard invitations were mailed to fifteen (15) vendors, and posted on the

City?s website, and Georgia Procurement Registry. The bid has been advertised,

opened and reviewed. The bidders were:



Description/Annual Estimated Repairs Associated Fuel System

(Conley, GA) Jasper Engines & Transmissions

(Jasper, IN) W.W. Williams

(Atlanta, GA)

1. Detroit Series 40 $12,799.50 $11,406.00 $13,798.00

2. Cummins ISL $14,608.13 $14,687.00 $23,353.00

3. Detroit Series 50 $19,588.80 N/A $28,103.00

4. GMC Duramax Diesel 4500 $12,770.90 N/A $14,179.00

5. 5.9 Liter Cummins $6,662.04 $7,306.00 $13,941.00

6. International VT 365 $12,116.96 $10,328.00 $14,705.00

7. Cummins ISB 5.9 $9,993.60 $10,496.00 $13,941.00



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

Fund ? METRA FTA (UMTA), Bus Engines; 0751-610-2400-MFTA-7727; (City 10%;

Federal 80% and State 10%).

* * * * * * * *



(D) MASONRY PRODUCTS (RE-BID) (ANNUAL CONTRACT) - RFB NO. 12-0061



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

masonry products from W.T. Harvey Lumber Co, D.A.T. Trucking, Inc., Ferguson

Waterworks and Jenkins Brick Company, for the estimated annual contract value

of $123,006.00.



Masonry products will consist of: portland cement, concrete ready mix

w/gravel, brick sand, concrete sand, brick 3 hole, brick 8", brick 8" fire

brick, concrete blocks and mound mix. Public Services and Park Services will

use the masonry products on an "as needed" basis. The contract period is for

two (2) years with the option to renew for three (3) additional twelve-month

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

Contractor.



Bid postcard invitations were mailed to sixty-seven (67) vendors, and posted on

the City?s website, and Georgia Procurement Registry. The bid has been

advertised, opened and reviewed. Bids were received from the following

vendors: W.T. Harvey Lumber Co. (Columbus, GA), D.A.T. Trucking, Inc. (Smiths,

AL), Ferguson Waterworks (Columbus, GA), Jenkins Brick Company (Columbus, GA)

and Boral Building Products (Phenix City, AL). The lowest, responsible,

responsive bidders per line items are as follows:





VENDOR/DESCRIPTION ESTIMATED

QUANTITY UNIT PRICE TOTAL COST

W.T. Harvey Lumber Co. (Columbus, GA)

Concrete Ready Mix w/Gravel (40lb)

3,000 Bags



$3.35

$10,050.00

D.A.T. Trucking, Inc (Smiths, AL)

Brick Sand

Concrete Sand

Sand (Medium Grade Washed River Sand)

Mound Mix (Top Dressing ? Pre-Mixed compound of sand and clay)

30 Tons

50 Tons

500 Tons

2 Tons

10,000 Each

$4.00

$4.00

$4.00

$4.00

$1.00

$120.00

$200.00

$2,000.00

$8.00

$2,320.00

Ferguson Waterworks (Columbus, GA)

Portland Cement ? Type I

72 Bags

$7.74

$55,728.00

Jenkins Brick Company (Columbus, GA)

Brick 3 Hole Common, Grade SW Conform with ASTM C-55 Federal SS-663B

Brick, 8? Smooth Select Red, Grade SW Conform with ASTM C-216-75A

Brick, 8? Fire Brick

Concrete Blocks, Type I, Grade ?N? Conform with ASTM Spec. C-90?

20,000 Each

20,000 Each

10,000 Each

2 Tons

$0.26

$0.46

$1.35

$1.35

$5,200.00

$9,200.00

$13,500.00

$27,000.00

$54,900.00

TOTAL ESTIMATED CONTRACT VALUE $123,006.00



Boral Building Products (Phenix City, AL): Vendor bid was incomplete for

failure to submit required ?Insurance Checklist? (Appendix B). Vendor was

notified in writing.



Funds are budgeted each fiscal year for this ongoing expense: Sewer Fund ?

Public Services ? Sewer Maintenance ? Operating Materials,

0202-260-3210-SWRM-6728; Paving Fund ? Public Services ? Repairs and

Maintenance ? Operating Materials, 0203-260-3110-REPR-6728; Paving Fund ?

Public Services ? Right Of Way Maintenance ? Operating Materials,

0203-260-3120-ROWM-6728.



* * * * * * * *



(E) BALL FIELD SOIL CONDITIONER (ANNUAL CONTRACT) ? RFB NO. 13-0007



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

Ball Field Soil Conditioner on an "as needed" basis? from Kelly Seed Company

and Columbus Fire & Safety for the estimated annual contract value of

$37,900.00. Ball Field Soil Conditioner consists of Soil Conditioner Medium

Grade, Soil Conditioner Fine Grade, Mound Clay and Infield Mix.



The Park Services Division of Parks and Recreation will use the ball field

conditioner to absorb moisture on the ball fields, usually after it has rained

and specifically, to get ball fields ready for play during tournaments. The

contract period shall be for two (2) year, with the option to renew for three

(3) additional twelve-month periods.



Bid postcard invitations were mailed to forty (40) vendors, and posted on the

City?s website, and Georgia Procurement Registry. The bid has been advertised,

opened and reviewed. The bidders were:

Description/Vendors Soil Conditioner (Medium Grade) Soil Conditioner

(Fine Grade) Mound Clay Infield Mix

Estimate Quantity 1,600.00 Bags

(40 Pallets) 800 Bags

(20 Pallets) 400 Bags

(10 Pallets 250 Tons

Kelly Seed Co., L.L.C.

(Hartford, AL) $6.75 per bg $10,800.00 $6.80 per bg $5,440.00 $7.90 per bg $3,160.00 NB

Columbus Fire & Safety

(Columbus, GA) $7.95 per bg $12,720.00 $8.15 per bg $6,520.00 $9.75 per bg $3,900.00 $74.00 per tn $18,500.00

BWI

(Greer, SC) $7.75 per bg $12,400.00 $7.75 per bg $6,200.00 $7.75 per bg $3,100.00 NB

*Green Acres

(Snellville, GA) $275.00 per tn

$11,000.00 $275.00 per tn

$5,500.00 NB $65.00 per tn $16,375.00

*John Deere

(Cleveland, OH) $7.40 per bg $11,840.00 $7.25 per bg $5,800.00 $12.15 per bg $4,860.00 NB

*Taylor Baseball

(Bradenton, FL) $6.49875 per bg $10,398.00 $6.49875 per bg $5,199.00 NB NB

*Pennington Seed

(Madison, GA) $6.95 per bg $11,120.00 $7.10 per bg $11,360.00 $7.50 per bg $12,000.00 NB

*Vendors failed to submit required ?24 Hour Delivery Agreement Statement? and

Product Literature, therefore bid was deemed incomplete. Vendors have been

notified, in writing, of the incomplete bid.



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

? Parks and Recreation - Park Services ? Operating Materials;

0101-270-2100-PSRV-6728.



* * * * * * * *



(F) PROFESSIONAL ANALYSIS OF THE COLUMBUS FIRE AND EMERGENCY MEDICAL SERVICES

PROMOTIONAL PROCEDURE (ANNUAL CONTRACT) ? RFB NO. 02-0009



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

Professional Analysis of the Columbus Fire and Emergency Medical Services

Promotional Procedure with CWH Management Solution for five years, with a new

contract end date of September 2017.



Council approved the contract with CWH Management Solution on January 15, 2002

(Resolution No. 17-02), which expired on January 30, 2012.



Listed below are the reasons Columbus Fire & EMS is requesting the extension

and why it would benefit the department:



The promotional examination is only given every two years. The next scheduled

test will be late 2012, with the list of candidates that would be in effect

late 2015.

The final phases of the integrated ranks from the merger of the Fire and EMS

will be completed within the next 5 years.

Department Job Task analysis are 10 years old and are required to be

re-evaluated. The job task analysis re-evaluation process is scheduled to

begin in 2014.

CWH will complete approximately 9 remaining Job descriptions.

CWH will modify Promotional Procedures and present to Council for approval.



The qualifications of the vendor are as follows:



No other consultant knows the Columbus Fire & Emergency Medical Services

(Department) better than CWH. CWH was instrumental in leading the difficult

and contentious process for merging Fire and EMS Departments since 2000. CWH

wrote the current promotional ordinance and played a critical role in gaining

acceptance of the ordinance from the members of the Fire & EMS Department,

Mayor, and City Council. CWH will be able to continue this effort as the

current promotional policy is evaluated and modified as needed.

No other consultant understands the department or the promotional positions

better than CWH: CWH conducted the job analyses in 2000 and 2001; CWH wrote the

job descriptions for all positions in the Fire & EMS Department.

CWH is trusted by members of the Department. CWH was instrumental in building

support for the merge from Department management, the Firefighters Association,

and rank-and-file members. CWH is valued and respected by members of the

department, who have consistently given very high evaluations of the

promotional processes.

CWH has a 10-year track record of success with the Department. In 10 years;

there has never been a grievance or any kind of legal challenge to any of the

promotional processes.

CWH has consistently provided high quality, effective promotional processes:

Promotional processes developed by CWH identified many of the Department?s

current leaders.

CWH has already invested a substantial amount of time over the past 10 years

meeting with members of the Department, learning about the issues and

challenges facing the Department, and studying the techniques, tools, and

processes used in the Department. This knowledge and experience will greatly

reduce the time commitments of Department personnel that would be required to

inform any other consultant about the Department and its history.

CWH has provided the highest standard in promotional testing at a very

competitive cost to the City of Columbus for the past 10 years and they won the

competitive bid for this work in 2000.

CWH?s promotional processes provide the highest level of legal defensibility.

Because of CWH?s commitment to the highest standards in research and

validation, no CWH product or process has ever been challenged in court in

their over 30 year history of providing test and validation services to public

safety agencies.

CWH is the national leader in best practices for test development and

validation to reduce adverse impact and maintain high validity ? The testing

results over the past years have demonstrated no adverse impact and have

allowed the fire department to increase diversity in its supervisory ranks.

CWH has received the highest professional excellence awards from their

professional organization (e.g., the 1999 M. Scott Myers Award from the Society

of Industrial/Organizational Psychology) for its innovative and excellent

products and services. No other consulting firm has won these accolades and

awards. CWH products and services have been recommended to government



Funds are budgeted each fiscal year for this ongoing expense: Department of

Fire and Emergency Medical Services ? Fire/EMS Operations - Promotional Exam

Board Fees; 0101-410-2100-FOPR-6356.



* * * * * * * *



(G) LAWN MAINTENANCE EQUIPMENT (ANNUAL CONTRACT) -

RFB NO. 12-0062



It is requested that Council approve the purchase of lawn maintenance equipment

on an "as needed" basis from Home Hardware, Inc. and Sunsouth, LLC, for the

estimated annual contract value of $73,888.33. Various City departments will

use the lawn maintenance equipment, which includes various mowers, edgers,

trimmers and chain saws.



The contract period will be for two (2) years with the option to renew for

three (3) additional twelve-month periods. The contract renewal is contingent

upon the mutual agreement of City and contractor.



Bid postcard invitations were mailed to two hundred and eighty-nine (289)

vendors, posted on the City?s website, and Georgia Procurement Registry. The

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



Vendor/Description Home Hardware, Inc.

(Columbus, GA) Sunsouth, LLC

(Columbus, GA) **Hamilton

Equipment

(Columbus, GA) Best Rental Corp

(Auburn, AL) Columbus Outdoor

Equipment

(Columbus, GA

Gasoline Powered Edgers (25 ea.) $331.76 *$331.76 $335.00 $375.00 $359.99

Gasoline Powered Trimmers (158 ea.) $300.16 *$300.16 $279.00 $340.00 $335.99

Mowers, High Wheel Push (26 ea.) $694.40 No Bid No Bid No Bid No Bid

Blowers (20 ea.) $300.16 $339.66 $303.00 $340.00 $351.99

Chain Saws, Min. 3.0 Cubic Inch (22 ea.) $529.26 $300.16 $535.00 $580.00 $459.99

Chain Saws, Min. 3.2 Cubic Inch (12 ea.) $710.96 $418.66 $719.00 $798.00 $495.99

Mowers, Rotary/Self-Propelled (2 ea.) $786.00 $1,061.65 No Bid No Bid No Bid



**Sunsouth, LLC was not recommended for award of the Gasoline Powered Edgers

and Gasoline Powered Trimmers due to their approximately delivery timeframe of

10 days. The using departments constantly request fast turn-a-round time for

these items with the high demands of backlogged work orders. Ten days would

further delay in-service equipment. Vendor was notified in writing.





*Hamilton Equipment did not meet specification on the Gasoline Powered

Trimmers. Vendor was notified in writing.





Funds are budgeted each fiscal year for this ongoing expense: General Fund ?

Parks & Recreation - Park Services? Operating Materials,

0101-270-2100-PSRV-6728; Sewer Fund - Public Services ? Sewer Maintenance ?

Operating Materials, 0202-260-3210-SWRM-6728; Paving Fund ? Public Services ?

Right of Way Maintenance ? Operating Materials, 0203-260-3120-ROWN-6728; Paving

Fund ? Public Services ? Repairs and Maintenance ? Operating Materials,

0203-260-3110-REPA-6728.



* * * * * * * *



(H) IN-CAR VIDEO SYSTEMS - RFB NO. 13-0014



It is requested that Council approve the purchase and installation of

thirty-six (36) Eagleye Model 200 Digital In-Car Video Systems, which includes

two (2) 32Gb SD Cards, LCD Monitor and Body Pack, and Crash Sensor, from

Interceptor Public Safety Products, Inc., (Forsyth, GA) in the amount of

$117,000.00.



Thirty (30) units will be used by the Columbus Police Department, and six (6)

units will be used by the Marshal?s Office. The Eagleye Model 200 digital

in-car video systems will be installed in pursuit vehicles, to record current

events handled by Law Enforcement. Video Camera Systems are equipped with

wireless audio receiving and transmitting capabilities allowing the

documentation of traffic stops, preserving the chain of evidence, aiding in

officer training and improving officer safety. All recorded information is

stored in the Property & Evidence Department for review, if needed.



The awarded vendor will be required to remove the old video systems from

pursuit vehicles and install the new video systems into the vehicles. The work

will take place at the CCG Garage in Columbus, Georgia to avoid the necessity

of transporting the vehicles to and from an out of town location.



Bid postcard invitations were mailed to ninety-five vendors and bid

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

Georgia Procurement Registry. Three bids were received on August 22. This bid

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



Vendor Installation Location Rem. of old units/

Install. of new units

Unit Price Rem. of old units/

Install. of new units

Total Price

(36 Units) Eagleye?

Unit Price Eagleye?

Total Price

(36 Units) GRAND

TOTAL

Interceptor Public Safety Products, Inc.

(Forsyth, GA) CCG

Garage $100.00 $3,600.00 $3,150.00 $113,400.00 $117,000.00

Columbus

Communications, Inc.

(Columbus, GA) City's

Fleet

Shop $90.00 $3,240.00 $3,335.00 $120,060.00 $123,300.00

West Chatham

Warning Devices

(Savannah, GA) 5201

Hamilton Road $200.00 $7,200.00 $3,292.00 $118,512.00 $125,712.00





Funds are budgeted in the FY13 Budget as follows: Police ? LOST-Public Safety ?

Police ? Public Safety-LOST ? Capital Expend-Over $5,000;

0102-400-9900-LOST-7763.

Marshal ? LOST-Public Safety ? Municipal Court ? Public Safety-LOST ? Capital

Expend-Over $5,000; 0102-530-9900-LOST-7763.



* * * * * *



(I) PAPERLESS/WIRELESS STENO WRITERS FOR COURT REPORTERS



It is requested that Council approved the purchase of six (6) Diamante Writers

with Bluetooth Kit and Extended battery from Stenograph (Elmhurst, IL), in the

amount of $30,442.70 ($5,073.78 each).



Per Ordinance #12-2 the City changed the Classification and Pay Plan by adding

the position of Official Court Reporter. Currently, there are six (6)

Official Court Reporters. Along with this change, the City agreed to purchase

various equipment required for Court Reporter duties.



The Superior Court Judges and Court Reporters have requested to purchase

Diamante Writers for each court reporter. The Diamante Writer is manufactured

by Stenograph, and is therefore considered an only known source for the Writer

per the Procurement Ordinance, Article 3-114.



Funds are available in the FY13 Budget: General Fund ? Superior Court ? Chief

Judge Superior Court, Judge McBride, Judge Rumer, Judge Smith, Judge Peters,

Judge Jordan ? Capital Expenditures Over $5,000; 0101-500-1000, 2150, 2160,

2170, 2180, 2190 ? SUPJ ? 7761

?ITEM A?



A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING THE PURCHASE OF FIVE (5) ZERO TURN RADIUS

MOWERS, FROM MORIDGE MANUFACTURING (MOUNDRIDGE, KS), IN THE AMOUNT OF

$42,445.00 ($8,489.00 PER UNIT), VIA GEORGIA STATEWIDE CONTRACT

#99999-SPD0000043.



WHEREAS, six (6) mowers were approved in the FY13 Budget, but due to budget

constraints, only five (5) mowers can be purchased. The mowers are replacement

units and will be used by the Urban Forestry Division of the Public Services

Department to cut and maintain City right-of-ways.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase five (5) mowers

from Moridge Manufacturing (Moundridge, KS), in the amount of $42,445.00

($8,489.00 per unit), via Georgia Statewide Contract #99999- SPD0000043. Funds

are budgeted in the FY13 Budget: Paving Fund ? Public Services ? Right Of Way

Maintenance ? Rolling Stock; 0203-260-3120-ROWM-7726.

_______________________________________



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

held the _________ day of ____________________, 2012 and adopted at said

meeting by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM B?



A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) MID-SIZE SEDANS

(2013 FORD FUSION), FROM RIVERTOWN FORD (COLUMBUS, GA), IN THE AMOUNT OF

$50,730.00.

WHEREAS, the vehicles will be used by the Columbus Fire & Emergency

Medical Services Department. One (1) mid-size sedan is a replacement for

vehicle #3197, which was totaled and insurance proceeds were receipted on

2/17/12. The two (2) remaining vehicles are staff sedans that were approved in

the FY13; and,

WHEREAS, Rivertown Ford was the awarded vendor for RFB 13-0006, and has agreed

to provide the additional sedans for the awarded bid price of $16,910.00 per

unit, for a total of $50,730.00.

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

That the City Manager is hereby authorized to purchase three (3) 2013 Ford

Fusions, from Rivertown Ford, (Columbus, GA) in the amount of $50,730.00.

Funds are budgeted in the FY13 Budget as follows: One (1) replacement vehicle

budgeted in General Fund ? Fire & EMS ? Fire/EMS Admin ? Automobiles;

0101-410-2800-ADSR-7721. Two (2) new staff vehicles budgeted in LOST-Public

Safety Fund ? Fire & EMS ? Public Safety-LOST ? Automobiles;

0102-410-9900-LOST-7721.

____________________________

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

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.

Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM C?





A RESOLUTION



NO.________



A RESOLUTION AUTHORIZING A SERVICE CONTRACT FOR VARIOUS TYPES OF

ENGINES FROM ASSOCIATED FUEL SYSTEMS, INC., AND JASPER ENGINES & TRANSMISSIONS

FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $69,695.43.



WHEREAS, engine repair and rebuild services are required for METRA

Transit System, and will be procured on an ?as needed? basis; and,



WHEREAS, the contract period shall 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 Contractor and the City.



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

FOLLOWS:



That the City Manager is hereby authorized to enter into a service

contract for various types of engines from Associated Fuel Systems, Inc., and

Jasper Engines & Transmissions for the estimated annual contract value of

$69,695.43. Funds are budgeted each fiscal year for this ongoing expense:

Transportation Fund - METRA FTA (UMTA), Bus Engines, 0751-610-2400-MFTA-7727;

(City 10%, Federal 80% and State 10%)

_________________________________________



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

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM D?



A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR THE PURCHASE OF

MASONRY PRODUCTS FROM W.T. HARVEY LUMBER CO., D.A.T. TRUCKING, INC., FERGUSON

WATERWORKS AND JENKINS BRICK COMPANY FOR THE ESTIMATED CONTRACT VALUE OF

$123,006.00.



WHEREAS, masonry products will consist of: portland cement, concrete ready mix

w/gravel, brick sand, concrete sand, brick 3 hole, brick 8", brick 8" fire

brick, concrete building brick and concrete blocks. The masonry products will

be used by Public Services Department on an "as needed" basis; and



WHEREAS, the contract period is for two (2) years with option to renew for

three (3) additional twelve month periods.



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



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

contract to purchase masonry products from W.T. Harvey Lumber Co., D.A.T.

Trucking, Inc., Ferguson Waterworks and Jenkins Brick Company for the estimated

annual contract value of $123,006.00. Funds are budgeted each fiscal year for

this ongoing expense: Sewer Fund ? Public Services ? Sewer Maintenance ?

Operating Materials, 0202-260-3210-SWRM-6728; Paving Fund ? Public Services ?

Repairs and Maintenance ? Operating Materials, 0203-260-3110-REPR-6728; Paving

Fund ? Public Services ? Right Of Way Maintenance ? Operating Materials,

0203-260-3120-ROWM-6728.

__________________________________



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

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM E?



A RESOLUTION



NO. _____________



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR THE PURCHASE OF BALL

FIELD SOIL CONDITIONER ON AN "AS NEEDED" BASIS FROM KELLHY SEED COMPANY AND

COLUMBUS FIRE & SAFETY FOR THE ESTIMATED CONTRACT VALUE OF $37,900.00.



WHEREAS, the Park Services Division of Parks and Recreation will use

the ball field conditioner to absorb moisture on the ball fields, usually after

it has rained and specifically, to get ball fields ready for play during

tournaments; and,



WHEREAS, the amount of ball field conditioner to be purchased will be

strictly determined by the weather. The contract period shall be for two (2)

years, with the option to renew for three (3) additional twelve-month periods.



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

FOLLOWS:



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

contract for the purchase of Ball Field Soil Conditioner on an "as needed"

basis? from Kelly Seed Company and Columbus Fire & Safety for the estimated

annual contract value of $37,900.00. Funds will be budgeted each fiscal year

for this ongoing expense: General Fund ? Parks & Recreation - Park Services ?

Operating Materials; 0101-270-2100-PSRV-6728.

_________________________________________



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

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM F?

A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING THE EXTENSION OF THE ANNUAL CONTRACT FOR

PROFESSIONAL ANALYSIS OF THE COLUMBUS FIRE AND EMERGENCY MEDICAL SERVICES

PROMOTIONAL PROCEDURES WITH CWH MANAGEMENT SOLUTION FOR FIVE YEARS, WITH A NEW

CONTRACT END DATE OF SEPTEMBER 2017.



WHEREAS, Council approved the contract with CWH Management Solution on

January 15, 2002 (Resolution No. 17-02), which expired on January 30, 2012; and,



WHEREAS, the Fire and EMS Department requests extension of the contract

for the following reasons: 1) The promotional examination is only given every

two years. The next scheduled test will be late 2012, with the list of

candidates that would be in effect late 2015;

2) The final phases of the integrated ranks from the merger of the Fire and EMS

will be completed within the next 5 years; 3) Department Job Task analysis are

10 years old and are required to be re-evaluated. The job task analysis

re-evaluation process is scheduled to begin in 2014; 4) CWH will complete

approximately 9 remaining Job descriptions; and 5) CWH will modify Promotional

Procedures and present to Council for approval



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

FOLLOWS:



That the City Manager is hereby authorized to extend the contract for

Professional Analysis of the Columbus Fire and Emergency Medical Services

Promotional Procedure, with CWH Management Solution for five years. Funds are

budgeted each fiscal year for this ongoing expense, Department of Fire and

Emergency Medical Services ? Fire/EMS Operations - Promotional Exam Board Fees;

0101-410-2100-FOPR-6356.

_______________________________



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

held the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.









_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM G?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF LAWN MAINTENANCE EQUIPMENT ON AN "AS

NEEDED" BASIS FROM HOME HARDWARE, INC. AND SUNSOUTH, LLC, FOR THE ESTIMATED

ANNUAL CONTRACT VALUE OF $73,888.33.



WHEREAS, the lawn maintenance equipment will be used by various City

departments, which includes various mowers, edgers, trimmers and chain saws;

and,



WHEREAS, the contract term is for a period of two (2) years with the option to

renew for three (3) additional twelve month periods.



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



That the City Manager is hereby authorized to purchase lawn maintenance

equipment on an "as needed" basis from Home Hardware, Inc. and Sunsouth, LLC.,

for the estimated annual contract value of $73,888.33. Funds are budgeted each

fiscal year for this ongoing expense: Funds are budgeted each fiscal year for

this ongoing expense: General Fund ? Parks & Recreation - Park Services?

Operating Materials, 0101-270-2100-PSRV-6728; Sewer Fund - Public Services ?

Sewer Maintenance ? Operating Materials, 0202-260-3210-SWRM-6728; Paving Fund ?

Public Services ? Right of Way Maintenance ? Operating Materials,

0203-260-3120-ROWN-6728; Paving Fund ? Public Services ? Repairs and

Maintenance ? Operating Materials, 0203-260-3110-REPA-6728.

______________________________



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

___________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM H?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE AND INSTALLATION OF THIRTY-SIX

(36) EAGLEYE MODEL 200 DIGITAL IN-CAR VIDEO SYSTEMS, WHICH INCLUDE TWO (2) 32GB

SD CARDS, LCD MONITOR AND BODY PACK, AND CRASH SENSOR, FROM INTERCEPTOR PUBLIC

SAFETY PRODUCTS, INC. (FORSYTH, GA), IN THE AMOUNT OF $117,000.00.

WHEREAS, thirty (30) units will be used by the Columbus Police

Department, and six (6) units will be used by the Marshal?s Office, to record

current events handled by Law Enforcement; and,

WHEREAS, the awarded vendor will be required to remove the old video

systems from pursuit vehicles and install the new video systems into the

vehicles. The work will take place at the CCG Garage in Columbus, Georgia to

avoid the necessity of transporting the vehicles to and from an out of town

location.

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

That the City Manager is hereby authorized to purchase thirty-six (36)

Eagleye Model 200 Digital In-Car Video Systems, which include two (2) 32Gb SD

Cards, LCD Monitor and Body Pack, and Crash Sensor, from Interceptor Public

Safety Products, Inc. (Forsyth, GA) in the amount of $117,000.00. Funds are

budgeted in the FY13 Budget as follows:

Police ? LOST-Public Safety ? Police ? Public Safety-LOST ? Capital Expend-Over

$5,000; 0102-400-9900-LOST-7763.



Marshal ? LOST-Public Safety ? Municipal Court ? Public Safety-LOST ? Capital

Expend-Over $5,000; 0102-530-9900-LOST-7763.

___________________________

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

held the ___________ day of ____________, 2012 and adopted at said meeting by

the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM I?



A RESOLUTION



NO. _____________



A RESOLUTION AUTHORIZING THE purchase SIX (6) DIAMANTE WRITERS WITH

BLUETOOTH KIT AND EXTENDED BATTERY FROM STENOGRAPH (ELMHURST, IL), IN THE

AMOUNT OF $30,442.70 ($5,073.78 EACH).



WHEREAS, Per Ordinance #12-2 the City changed the Classification and Pay Plan

by adding the position of Official Court Reporter. Currently, there are six

(6) Official Court Reporters. Along with this change, the City agreed to

purchase various equipment required for Court Reporter duties; and,



WHEREAS, the Superior Court Judges and Court Reporters have requested to

purchase Diamante Writers for each court reporter. The Diamante Writer is

manufactured by Stenograph, and is therefore considered an only known source

for the Writer per the Procurement Ordinance, Article 3-114.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase six (6) Diamante

Writers with Bluetooth Kit and Extended battery from Stenograph (Elmhurst, IL),

in the amount of $30,442.70 ($5,073.78 each). Funds are available in the FY13

Budget: General Fund ? Superior Court ? Chief Judge Superior Court, Judge

McBride, Judge Rumer, Judge Smith, Judge Peters, Judge Jordan ? Capital

Expenditures Over $5,000; 0101-500-1000, 2150, 2160, 2170, 2180, 2190 ? SUPJ ?

7761.

________________________________________



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

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





Attachments


No attachments for this document.

Back to List