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.