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



February 22, 2011



Agenda Report # 604



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







FLOOD ABATEMENT PROJECT - 6TH AVENUE & SIDE STREETS SYSTEM CONTRACT II ? RFB

NO. 11-0029



It is requested that Council authorize the execution of a construction contract

with Reynolds, Inc. (Fairburn, GA), in the amount of $17,469,105.25, for flood

abatement services at 6th Avenue and side streets.



The project consists of sewer and water system improvements including but not

limited to: box culverts; gravity sewers; storm drains; water mains; railroad

crossings; asphalt; curb and gutter; hardscape and landscape improvements;

erosion and sedimentation control; and all associated restoration connections

and appurtenant work.



Bid specifications were posted on the web pages of the Purchasing Division and

Georgia Procurement Registry. Seven bids were received on January 11, 2011.

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





Bidder Total Bid

Reynolds, Inc. (Fairburn, GA) $ 17,469,105.25

Rockdale Pipeline (Conyers, GA) 17,674,414.67

Russo Corporation (Birmingham, AL) 18,151,303.20

John D. Stephens (Lawrenceville, GA) 19,887,918.48

Don Moorhead Construction (Belton, SC) 24,020,623.60

Southeastern Site Development (Newnan, GA) 24,906,807.12

Sunbelt Structures (Tucker, GA) 29,947,468.04





Funds are budgeted in the FY11 Budget: 2010A CBA Bonds - 6th Avenue Storm

Water/Flood Abatement - Drainage/Street Improvements;

0558-800-2170-BASF-7622-81002-20100, 2010B CBA Bonds - 6th Avenue Storm

Water/Flood Abatement - Drainage/Street Improvements;

0559-800-2171-BASF-7622-82007-20100.



Additional Information regarding this project: Two add alternates were

included in the event the bids came in over budget we could proceed with the

base project without having to rebid the entire project. The add alternates

are elements that provide community enhancements throughout the full project

area and further the economic development objective of the project. With the

bids coming in so far below the budget, staff plans to recommend awarding the

full project with both add alternates included. The addition of the add

alternates will necessitate a change order and property acquisition to be

approved by Council at a later date. The alternates are as follows: Add

Alternate #1, 8th Street to 10th Avenue Streetscapes; and Add Alternate #2, 6th

Avenue Streetscapes from the 12th Street Intersection to 15th Street.



The addition of the alternate #2 for the 12th to 15th streetscaping will

require the acquisition of property and construction of a public parking lot at

12th Street and 6th Avenue to supplement parking lost due to streetscaping.

The City ROW has been used for parking by many businesses in the area and the

streetscaping of the area will prohibit a significant portion of the ROW

parking. Since property acquisition would be required for this portion of the

project it was not included in the initial base bid or an add alternate. The

property acquisition will be a separate component of the project and could not

be included in the construction bid. The Sheriff has also requested a design

modification to one of the parking lots in the current plans. The proposed

modifications would appear to work better and should be incorporated into the

project.



The proposed change order to be brought forth at a later date will authorize

the construction of a new parking lot on currently vacant property at 12th

Street & 6th Avenue and authorize the design and construction of expanding the

existing Recorders Court parking lot.



* * * * * *



(B) MOON ROAD FROM US 80 TO US 27 WIDENING PROJECT ? RFB NO. 11-0034



It is requested that Council authorize the execution of a construction contract

with Robinson Paving Company (Columbus, GA), in the amount of $2,392,639.23, to

widen Moon Road from US 80 to US 27. Robinson Paving Company shall maintain

public access to all residences located within the project area and maintain

normal traffic.



Bid invitations were mailed to forty-six vendors, and specifications were

posted on the web pages of the Purchasing Division and Georgia Procurement

Registry. Five bids were received on January 26, 2011. This bid has been

advertised, opened and reviewed. The bidders were:





Bidder Total Bid

Robinson Paving Company (Columbus, GA) $ 2,392,639.23

McMath-Turner Construction (Columbus, GA) 2,427,890.90

CW Mathews (Marietta, GA) 2,591,763.23

Southeastern Site Development (Newnan, GA) 2,595,807.50

Alexander Contracting Company (Fortson, GA) 2,695,147.59





Funds are budgeted in the FY11 Budget: 99 SPLOST Road/Bridge/Street ? Road

Construction ? Moon Road Phase 3:Knology to Veterans;

0540-695-2126-TXRB-7641-53024-20090.



* * * * * *





(C) TABLES AND CARTS FOR ICE RINK ? RFB NO. 11-0035



It is requested that Council authorize the purchase of tables and carts from

Mity-Lite (Orem, UT), in the amount of $29,430.04. The items include

rectangular tables, seminar tables, round tables, cocktail tables and transport

carts for each table type. The tables and carts will be used for functions at

the Ice Rink.



Bid invitations were mailed to sixty-seven vendors, and specifications were

posted on the web pages of the Purchasing Division and Georgia Procurement

Registry. Seven bids were received on January 26, 2011. This bid has been

advertised, opened and reviewed. The bidders were:



Bidder Total Bid

Mity-Lite (Orem, UT) $ 29,430.04

Facility Supply Group (Roswell, GA) ?22,620.00

Palmer Synder Furniture (Lexington, KY) ?27,303.07

The Gamble Group (Columbus, GA) 29,804.37

The Overby Company (Columbus, GA) 37,037.14

Commercial Concepts & Furnishings (Independence, MO) ?37,747.73

Virco, Inc. (Conway, AR) 38,812.08





?Facility Supply Group submitted a bid for ?blow-molded? tabletops, which are

hollow polyethylene shells with no internal support structure. The Civic

Center specified tables with an internal frame constructed of ?", 7-ply

domestic fir plywood, which are sturdier, longer lasting tables. Therefore,

the Civic Center determined the tables proposed by Facility Supply Group do not

meet specifications. The vendor has been notified in writing.



?Palmer Synder Furniture failed to include a copy of their business license, as

specified; therefore, the Purchasing Division deemed the vendor?s bid ?non-

responsive?. The vendor has been notified in writing.



?Commercial Concepts & Furnishings failed to include literature for all items,

a copy of their business license and acknowledgement of receipt of Addendum No.

1; therefore, the Purchasing Division deemed the vendor?s bid ?non-

responsive?. The vendor has been notified in writing.



Funds are budgeted in the FY11 Budget: 2010 CBA Bonds ? Ice Rink ? Capital

Expenditures over $5000; 0558-800-2100-BAIR-7761-81001-20100.



* * * * * *



(D) SCALE SYSTEM DATA COLLECTION SOFTWARE ? RFP NO. 10-0021



It is requested that Council authorize the purchase of scale system data

collection software from PC Scale, Inc. (Oxford, PA). The scale system data

collection software will be used by the Public Services Department to track

every aspect of landfill transactions. PC Scale will provide a turnkey

installation of software for the scale system at two (2) inert landfills, and

one (1) Municipal Solid Waste (MSW) landfill in Columbus, Muscogee County,

Georgia



Request for proposal invitations were mailed to two hundred and two vendors and

specifications were posted on the City?s website, as well as, the Georgia

Procurement Registry. A Pre-Proposal conference was held on June 16, 2010.

Eight (8) vendors attended this conference. The RFP has been advertised, opened

and evaluated. Proposals were received on July 16, 2010, from the following

six offerors:



PC Scale, Inc. (Oxford, PA)

Carolina Software, Inc. (Wilmington, NC)

Paradigm Software, L.L.C. (Hunt Valley, MD)

Creative Information Systems, Inc. (Manchester, NH)

DesertMicro (Jacksonville, FL)

Scale Systems, Inc. (Norcross, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the Landfill Division of the Public Services

Department, the Information Technology Department and the Revenue Division of

the Finance Department.



The City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the process of an RFP there is no formal opening, due

to the possibility of negotiated components of the proposal. No proposal

responses or any negotiated components are made public until after the award of

the contract. If Council does not approve the recommended offeror,

negotiations may begin with the next highest ranked vendor(s) or the RFP

specifications will be re-advertised. The evaluation results and cost

information has been submitted to the City Manager in a separate memo for

informational purposes.



Funds are budgeted in the FY11 Budget: Integrated Waste Management Fund ?

Capital Projects ? Integrated Waste Supported Capital Projects ? Software

Lease-Landfill Operation Software; 0207-660-4000-CPIW-6541 ? 20716 - 20080.



* * * * * *



(E) MOBILE DATA TERMINALS FOR THE SHERIFF?S OFFICE



It is requested that Council authorize the purchase of five (5) MW810 mobile

data terminals with automatic vehicle location (AVL), in the amount of

$56,534.35 from Motorola Corporation. The unit cost for the Mobile Data

terminal/AVL is $11,306.87.



The equipment will be installed in pursuit vehicles purchased for the Sheriff?s

Department.



This purchase is part of a continuing project aimed at equipping all

appropriate public safety vehicles with advanced technology, in order to

maximize the efficiency of public safety response calls, for service, from the

public. Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a

contract with Motorola to provide mobile data units for public safety

departments. To maintain uniformity of the equipment, the City has continued

to purchase the equipment from Motorola. Consequently, the vendor is

considered the only known source to provide the equipment, in accordance with

the Procurement Ordinance, Article 3-114.



Funds are budgeted in the FY11 Budget: LOST/Public Safety ? Sheriff ? Public

Safety/LOST ? Automobiles; 0102-550-9900-LOST-7721.



* * * * * *



(F) COLOR PHOTOCOPIER FOR PRINT SHOP AND GIS DIVISIONS (ANNUAL CONTRACT) ? RFB

NO. 11-0037



It is requested that Council approve the contract for the rental of

five (5) color photocopiers: one (1) unit for the Planning Department, two (2)

units for the Print Shop, and two (2) units for the GIS Divisions, from The

Overby Company, (Columbus, GA) at a lease cost of $ .0709 cents per color copy

and $ .007 cents per black/white copy. The estimated combined copy volume

will be approximately 250,913 color copies, and 305,938 black/white copies per

year. Contractor will provide repair services, maintain color photocopier and

also provide all expendable supplies, excluding copier paper. The color

copiers are required to enhance graphics for presentations, and to provide

color copies for City departments.



The minimum contract term shall be for sixty (60) months. The contract will be

automatically renewed (without the need for any further action) every 12 months

until the end of such 60-month term. Columbus Consolidated Government may

cancel this contract due to the Non-appropriation of funds for a given fiscal

year or Non-performance by Contractor. If non-performance is not cured within

30 days, the City can cancel the contract by providing the vendor written

notice of intent to cancel.



Bid specifications were posted on the City?s website and Georgia Procurement

Registry. Three bids were received January 26, 2011. This bid has been

advertised, opened and reviewed. The bidders were:







Description/Vendor

Rental cost per color copy excluding paper Rental cost per Black/White copy excluding

paper



The Overby Company (Columbus, GA)

.0709

.007



Ikon Office Solution (Columbus, GA)

.149

.01



Oce North America

.0944

.01



Funds are budgeted each fiscal year for this ongoing expense. General Fund -

Planning ? Copier Charges, 0101-242-1000-Plan-6632; General Fund ? Engineering

? Geographic Information Systems ? Equipment Rental, 0101-250-2400-GIS-6543;

General Fund ? Community Reinvestment ? Print Shop ? Equipment Rental,

0101-240-2900-PRNT-6543.



* * * * * *



(G) COPIER SERVICES (ANNUAL CONTRACT) - RFP NO. 11-0009



It is requested that Council approve the contract for rental copier services

from IKON Office Solutions, Inc., (Columbus, GA), The contractor shall provide

approximately 139 copiers to various departments. The estimated combined copy

volume will be approximately 10,200,000 copies per year. Contractor will

provide, repair, maintain copiers and also provide all expendable supplies,

excluding copier paper. The Contractor will charge monthly rental fee and a

per copy charge.



The contract term shall be for two years, with an automatic renewal for three

(3) additional twelve-month periods, if agreeable to both parties.



Request for proposal specifications were posted on the City?s website and

Georgia Procurement Registry. This proposal has been advertised, opened and

evaluated. Three proposals were received, December 10, 2010, from the

following offerors.



Ikon Office Solutions, Inc. (Columbus, GA)

The Overby Company (Columbus, GA)

Berney Office Solution (Birmingham, AL)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from Elections & Registrations, Columbus Fire/EMS Department

and Columbus Police Department. A Representative from Information Technology

served in an advisory position and was not a voting member. During the

evaluation process, Ikon Office Solutions, Inc., was deemed the most responsive

to the RFP.



The RFP process is governed by the City?s Procurement Ordinance Article 3-110,

Competitive Sealed Proposals for the procurement of Equipment, Supplies and

Professional Services. During the process of an RFP there is no formal

opening, due to the possibility of negotiated components of the proposal. No

proposal responses or any negotiated components are made public until after the

award of the contract. If Council does not approve the recommended offeror,

negotiations will begin with the next responsive offeror. Evaluation results

and proposed costs have been submitted to the City Manager in a separate memo

for information purposes.



Funds are budgeted each fiscal year for this ongoing service. Various

Departments - Copier Charges; 6632.



* * * * * *





(H) EMPLOYEE SERVICE AWARD PINS (ANNUAL CONTRACT) ? RFB NO. 11-0036



It is requested that Council authorize the purchase of employee service award

pins on an ?as needed basis? from Entenmann-Rovin Company, (Los Angeles, CA)

for the estimated annual contract value of $5,164.72.



The employee service award pins will be purchased by the Human Resources

Department for distribution during Employee Appreciation Week. .



The contract period will be for two years with the option to renew for three

additional twelve-month periods. Contract renewal will be contingent upon the

mutual agreement of the City and the Contractor.



Bid invitations were mailed to twenty-nine vendors, and specifications were

posted on the web pages of the Purchasing Division and Georgia Procurement

Registry. Six bids were received on January 19, 2011. This bid has been

advertised, opened and reviewed. The bidders were:







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

Human Resources ? Employee Benefits ? Special Event Supplies,

0101-220-2100-BENE-6793.



* * * * * *



(I) LOTUS NOTES ANNUAL LICENSE RENEWAL



It is requested that Council approve payment to IBM Corporation, in the amount

of $80,973.36, for the Lotus Notes annual license renewal.



The license renewal will cover Lotus Notes, Tivoli Storage Manager, Sametime,

Domino, H.A.T.S., CommonStore for Lotus Notes, CommonStore Content Manager,

Email (e-Discovery Feature), Search for CommonStore license and maintenance

support for a twelve-month period, beginning March 1, 2011 through February 28,

2012.



Lotus Notes, H.A.T.S., Tivoli and CommonStore are IBM developed software.

Therefore, the IBM Corporation is considered an only known source for the

license and maintenance support.



Funds are budgeted in the FY11 Budget: General Fund - Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.

?ITEM A?

A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

REYNOLDS, INC., IN THE AMOUNT OF $17,469,105.25, FOR THE FLOOD ABATEMENT

PROJECT AT 6TH AVENUE & SIDE STREETS SYSTEM - CONTRACT II.



WHEREAS, the project consists of sewer and water system improvements including

but not limited to: box culverts; gravity sewers; storm drains; water mains;

railroad crossings; asphalt; curb and gutter; hardscape and landscape

improvements; erosion and sedimentation control; and all associated restoration

connections and appurtenant work.



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



That the City Manager is hereby authorized to execute a construction contract

with Reynolds, Inc., in the amount of $17,469,105.25, for flood abatement

services at 6th Avenue and side streets. Funds are budgeted in the FY11

Budget: 2010A CBA Bonds - 6th Avenue Storm Water/Flood Abatement -

Drainage/Street Improvements; 0558-800-2170-BASF-7622-81002-20100, 2010B CBA

Bonds - 6th Avenue Storm Water/Flood Abatement - Drainage/Street Improvements;

0559-800-2171-BASF-7622-82007-20100.

______________________________



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

the _________ day of ____________, 2011 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 EXECUTION OF A CONSTRUCTION CONTRACT WITH ROBINSON

PAVING COMPANY, IN THE AMOUNT OF $2,392,639.23, TO WIDEN MOON ROAD FROM US 80

TO US 27.



WHEREAS, Robinson Paving Company shall maintain public access to all residences

located within the project area and maintain normal traffic.



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



That the City Manager is hereby authorized to execute a construction contract

with Robinson Paving Company, in the amount of $2,392,639.23, to widen Moon

Road from US 80 to US 27. Funds are budgeted in the FY11 Budget: 99 SPLOST

Road/Bridge/Street ? Road Construction ? Moon Road Phase 3:Knology to Veterans;

0540-695-2126-TXRB-7641-53024-20090.

______________________________



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

the _________ day of ____________, 2011 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 THE PURCHASE OF TABLES AND CARTS FROM MITY-LITE, IN

THE AMOUNT OF $29,430.04, FOR USE AT ICE RINK FUNCTIONS.



WHEREAS, the items include rectangular tables, seminar tables, round tables,

cocktail tables and transport carts for each table type.



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



That the City Manager is hereby authorized to purchase tables and carts from

Mity-Lite, in the amount of $29,430.04, for use at Ice Rink functions. Funds

are budgeted in the FY11 Budget: 2010 CBA Bonds ? Ice Rink ? Capital

Expenditures over $5000; 0558-800-2100-BAIR-7761-81001-20100.

______________________________



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

the _________ day of ____________, 2011 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 PURCHASE OF SCALE SYSTEM DATA COLLECTION SOFTWARE

FROM PC SCALE, INC. (OXFORD, PA) TO BE UTILIZED BY THE PUBLIC SERVICES

DEPARTMENT.



WHEREAS, an RFP was administered (RFP 10-0021) and six proposals were received

from qualified offerors; and,



WHEREAS, the proposal submitted by PC Scale, Inc. met all proposal requirements

for the Scale System Data Collection Software and was evaluated most responsive

to the RFP.



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



That the City Manager is hereby authorized to purchase the scale system

data collection software from PC Scale, Inc. (Oxford, PA) for the Public

Services Department. Funds are budgeted in the FY11 Budget: Integrated Waste

Management Fund ? Capital Projects ? Integrated Waste Supported Capital

Projects ? Software Lease-Landfill Operation Software; 0207-660-4000-CPIW-6541

? 20716 - 20080.

______________________________



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

the _________ day of ____________, 2011 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 PURCHASE OF FIVE (5) MW810 MOBILE DATA TERMINALS

WITH AUTOMATIC VEHICLE LOCATION (AVL), IN THE AMOUNT OF $56,534.35 FROM

MOTOROLA CORPORATION. THE UNIT COST FOR THE MOBILE DATA TERMINAL/AVL IS

$11,306.87.



WHEREAS, the equipment will be installed in pursuit vehicles purchased for the

Sheriff?s Department; and,



WHEREAS, this purchase is part of a continuing project aimed at equipping all

appropriate public safety vehicles with advanced technology, in order to

maximize the efficiency of public safety response calls, for service, from the

public. Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a

contract with Motorola to provide mobile data units for public safety

departments. To maintain uniformity of the equipment, the City has continued

to purchase the equipment from Motorola. Consequently, the vendor is

considered the only known source to provide the equipment, in accordance with

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 five (5) MW810

mobile data terminals with automatic vehicle location (AVL), in the amount of

$56,534.35 from Motorola Corporation. Funds are budgeted in the FY11 Budget:

LOST/Public Safety ? Sheriff ? Public Safety/LOST ? Automobiles;

0102-550-9900-LOST-7721.

______________________________



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

the _________ day of ____________, 2011 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 EXECUTION OF AN ANNUAL CONTRACT FOR THE RENTAL OF

RENTAL OF FIVE (5) COLOR PHOTOCOPIERS: ONE (1) UNIT FOR THE PLANNING

DEPARTMENT, TWO (2) UNITS FOR THE PRINT SHOP, AND TWO (2) UNITS FOR THE GIS

DIVISIONS, FROM THE OVERBY COMPANY, (COLUMBUS, GA) AT A LEASE COST OF $ .0709

CENTS PER COLOR COPY AND $ .007 CENTS PER BLACK/WHITE COPY.



WHEREAS, the estimated combined copy volume will be approximately 250,913 color

copies, and 305,938 black/white copies per year. Contractor will provide

repair services, maintain color photocopier and also provide all expendable

supplies, excluding copier paper, and;



WHEREAS, the color copier is required by the Print Shop, GIS Divisions and

Planning Department to enhance graphics for presentations, and to provide color

copies for the City Departments, and;



WHEREAS, the minimum contract term shall be for sixty (60) months. The

contract will be automatically renewed (without the need for any further

action) every 12 months until the end of such 60-month term. Columbus

Consolidated Government may cancel this contract due to the Non-appropriation

of funds for a given fiscal year or Non-performance by Contractor. If

non-performance is not cured within 30 days, the City can cancel the contract

by providing the vendor written notice of intent to cancel.



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



That the City Manager is hereby authorized to execute an annual

contract for the rental of five (5) color photocopiers: one (1) unit for the

Planning Department, two (2) units for the Print Shop, and two (2) units for

the GIS Division, from The Overby Company, (Columbus, GA) at a lease cost of $

.0709 cents per color copy and $ .007 cents per black/white copy. Funds are

budgeted each fiscal year for this ongoing expense: General Fund - Planning ?

Copier Charges, 0101-242-1000-Plan-6632; General Fund ? Engineering ?

Geographic Information Systems ? Equipment Rental, 0101-250-2400-GIS-6543;

General Fund ? Community Reinvestment ? Print Shop ? Equipment Rental,

0101-240-2900-PRNT-6543

____________________________________________



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

_________ day of ____________, 2011 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 EXECUTION OF A CONTRACT WITH IKON OFFICE

SOLUTIONS, INC., FOR COPIER & MAINTENANCE SERVICES.



WHEREAS, an RFP was administered (RFP No. 11-0009) and three proposals were

received; and,



WHEREAS, the proposal submitted by Ikon Office Solutions, Inc., met all

proposal requirements and was evaluated most responsive to the RFP; and,



WHEREAS, the contract term shall be for two years, with an automatic renewal

for three (3) additional twelve-month periods, if agreeable to both parties.



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



That the City Manager is hereby authorized to execute a contract with IKON

Office Solutions, Inc., for copier services. Funds are budgeted each fiscal

year for this ongoing expense: Various departments - Copier Charges; 6632.



_________________________________________



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

held the _________ day of ____________, 2011 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 ANNUAL CONTRACT FOR THE PURCHASE OF EMPLOYEE

SERVICE AWARD PINS FROM ENTENMAN-ROVIN COMPANY ON AN ?AS NEEDED BASIS? FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $5,164.72.



WHEREAS, the employee service award pins will be purchased by the Human

Resources Department for distribution during Employee Appreciation Week; and,



WHEREAS, the initial term of the contract shall be for two years, with the

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

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

Contractor.



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



That the City Manager is hereby authorized to purchase employee service

award pins, on an ?as needed basis?, from Entenmann-Rovin Company for the

estimated annual contract amount of $5,164.72. Funds are budgeted each fiscal

year for this on-going expense: General Fund ? Human Resources ? Employee

Benefits ? Special Event Supplies, 0101-220-2100-BENE-6793.

_______________



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

held the _________ day of ____________, 2011 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 PAYMENT TO IBM CORPORATION, IN THE AMOUNT OF

$80,973.36, FOR THE LOTUS NOTES ANNUAL LICENSE RENEWAL.



WHEREAS, the license renewal will cover Lotus Notes, Tivoli Storage Manager,

Sametime, Domino, H.A.T.S., CommonStore for Lotus Notes, CommonStore Content

Manager, Email (e-Discovery Feature), Search for CommonStore license and

maintenance support for a twelve-month period, beginning March 1, 2011 through

February 28, 2012; and,



WHEREAS, Lotus Notes, H.A.T.S., Tivoli and CommonStore are IBM

developed software. Therefore, the IBM Corporation is considered an only known

source for the license and maintenance support.



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



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

Corporation, in the amount of $80,973.36, for the Lotus Notes annual license

renewal. Funds are budgeted in the FY11 Budget: General Fund - Information

Technology ? Software Lease; 0101-210-1000-ISS-6541.

___________________



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

held the _________ day of ____________, 2011 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