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 # 15



Columbus Consolidated Government

Council Meeting



July 26, 2016



Agenda Report # 23



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) 2016 FORD F-150 TRUCKS ? GEORGIA STATEWIDE CONTRACT



It is requested that Council approve the purchase of two (2) 2016 Ford F-150

Crew Cab XL SWB V8 trucks from Allan Vigil Ford (Morrow, GA), in the amount of

$25,967.00 per unit, for a total price of $51,934.00, via Georgia State

Contract #99999-SPD-ES40199373-002.



The vehicles will be utilized by the Sheriff?s office: One (1) vehicle will be

used by officers in the Operations Bureau, and one (1) vehicle will be used by

officers in the Jail Prisoner Transport Division. These are new vehicles.



Funds are budgeted in the FY17 Budget as follows: Other Local Sales Tax Fund ?

Public Safety ? Sheriff ? Light Trucks; 0102-550-9900-LOST-7722.



* * * * *

(B) HARLEY-DAVIDSON ?ROAD KING? POLICE MOTORCYCLES - RFB NO. 16-0006



It is requested that Council authorize the purchase of two (2) Harley-Davidson

?Road King? Police Motorcycles, from Chattahoochee Harley-Davidson, Inc.,

(Columbus, GA) in the amount of $24,250.00 per unit, for a total cost of

$48,500.00.



Chattahoochee Harley-Davidson, Inc. was the awarded vendor, for RFB No.

16-0006, to provide four (4) motorcycles per Resolution No. 290-15. Per the

bid, the unit price of $24,250.00 is protected for additional purchases made in

the FY17 budget year (July 1, 2016 through June 30, 2017). The vendor has

agreed to provide the additional units at the stated price.



The motorcycles were approved in the FY17 Budget and will be used by Police.

These are replacement vehicles.



Funds are budgeted in the FY17 Budget as follows: Other Local Sales Tax Fund ?

Public Safety ? Police ? Automobiles; 0102-400-9900-LOST-7721.



* * * * *

(C) EMERGENCY CLEAN-UP AND DEBRIS REMOVAL (ANNUAL CONTRACT) ? RFP NO. 16-0005



It is requested that Council authorize the annual contract for emergency

clean-up and removal of debris with D & J Enterprises, Inc. (Auburn, AL) as the

Primary Contractor, and CrowderGulf, LLC (Theodore, AL) as the Secondary

Contractor. The contract requires the Contractor to provide services for the

emergency clean-up and removal of debris resulting from natural (storms, fallen

trees, etc.) or man-made disasters (terrorism, remnants of destroyed buildings,

etc.) on an ?as needed? basis.



If the services of the contract are needed, the Primary Contractor will be

contacted first. If the Primary Contractor is not available, then the City

will contact the Secondary Contractor to render the needed services.



The term of this 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.



Annual Contract History:

The current five-year contract with D & J Enterprises, Inc. (Primary

Contractor) and AshBritt, Inc. (Secondary Contractor) was awarded on July 13,

2010 (Resolution No. 227-10). The contract was extended for the current

contractors through July 12, 2016 to allow for the re-advertisement and award

of a new contract.



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on August 3, 2015. This RFP has been

advertised, opened and evaluated. Proposals were received on May 13, 2016 from

the following vendors:



D & J Enterprises, Inc. (Auburn, AL)

CrowderGulf, LLC (Theodore, AL)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Held Agenda/Action

Pre-Evaluation Meeting

5/24/2016 Purchasing advised evaluation committee members of the RFP rules and

process. Project Manager provided overview and expectations of the contracted

vendor(s). Proposals were disbursed to each committee member to review.

1st Evaluation Meeting 07/7/2016 Discussed each of the two (2) proposals received.

Committee members unanimously decided to recommend D & J Enterprises, Inc. as

the Primary Contractor, and CrowderGulf, LLC as the Secondary Contractor.



Evaluation Committee:

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

one representative from Right of Way Maintenance, one representative from Solid

Waste Collection, and one representative from Engineering, who served as voting

members. The committee also consisted of two non-voting advisory member from

Public Works.



Award Recommendation:

The contract is to be awarded to both a Primary and a Secondary Contractor.

Two (2) proposals were received, and both proposers met the requirements of the

RFP specifications.



The evaluation committee deemed the proposal from D & J Enterprises, Inc.

(Auburn, AL) to be most responsive to the RFP specifications, as the Primary

Contractor, for the following reasons:



? D & J Enterprises, Inc., due to their proximity and response time, would

better serve as the Primary Contractor if they are available and the disaster

is not widespread into their location. They are within 2 hours, if needed.

? D & J Enterprises, Inc. has 40 years of experience with storm debris removal

and equipment to perform the required tasks. Experience with large disaster

clean-up was excellent.

? D & J Enterprises, Inc. has done extensive curbside collection of debris.

? D & J Enterprises, Inc. has a sufficient number of employees and equipment to

cover several areas, if needed.



The evaluation committee deemed the proposal from CrowderGulf, LLC (Theodore,

AL) to be most responsive to the RFP specifications, as the Secondary

Contractor, for the following reasons:



? CrowderGulf, LLC location would better serve as the Secondary Contractor, as

it is not as close as D & J Enterprises, Inc., but is close enough to respond

within required time frame.

? CrowderGulf, LLC has adequate experience and equipment to perform the

required tasks.

? CrowderGulf, LLC has extensive experience in declared Federal Disaster areas

and grants.

? CrowderGulf, LLC provides their own grinder to reduce volume, and has a

diverse pool of equipment from grinders and dump trucks to pumping systems to

remove excess water.

? CrowderGulf, LLC due to their Gulf Coast location can clear our waterways

from washout debris should the need arise.



Vendor(s) Experience and Qualifications:



D & J Enterprises, Inc. (Primary Contractor)

Formerly known as Starr & Sons Contractors, a civil construction company, D & J

Enterprises was formed by Richard D. Starr and James L. Starr in 1987.



? D & J Enterprises, Inc., has forty (40) years of disaster recovery and debris

management experience.

? Performance in excess of 225 separate disaster response contracts totaling

over $400,000,000.

? Have employed as many as 600 employees with 500 subcontractors on a single

contract.

? Manage as many as 15 contracts simultaneously.

? D & J Enterprises, Inc. was the United States Corp of Engineers prime

contractor during the Hurricane Rita mission. D & J was tasked with loading,

hauling, reducing and recycling over 4 million cubic yards of disaster related

debris in 14 counties and 3 major municipalities throughout the State of

Texas. This included the City of Beaumont.



? Client Work History / (Partial list of Completed Projects for past 5 years):

o United States Army Corp of Engineers (USACE Mississippi Valley Division) /

2016 Missouri Floods United States Army Corp of Engineers Response Team: D & J

was part of the 24-hour response team. D & J mobilized with 12 key team

members within 24 hours of the notice to proceed. Assisted USACE in damage

assessment, planning and sectoring.

o 2014 Tornado: (117,000 CY) ? Lee County, AL. Set up, maintained and operated

6 DMSs (TDSRS) including separation and reduction by grinding all vegetative

debris.

o 2014 Winter Ice Storm: (850,000 CY) ? Augusta, GA / South Carolina. Set up,

maintained and operated 6 DMSs (TDSRS) including separation and reduction by

grinding all vegetative debris.

o 2011 Alabama Tornadoes, 9 Counties: Performed Right of Entry Work. Right of

entry project for the United States Army Corp of Engineers. Removed tornado

related debris, damaged houses, trees & buildings in 9 counties.

o 2011 Alabama Tornadoes: (6500 Tons) ? City of Tarrant. Trimmed trees,

loaded, hauled and removed from curbside all storm-generated debris within the

municipal right-of-way; Managed TDSRS.



CrowderGulf, LLC (Secondary Contractor)

CrowderGulf, LLC was formally organized in 1994.



? CrowderGulf, LLC is a national full-service debris management firm with over

forty-five years? experience in helping organizations recover from disasters.

? Have successfully managed debris clean-up operations in Alabama, Florida,

Kansas, Kentucky, Louisiana, Mississippi, Missouri, New Jersey, New York, North

Carolina, Rhode Island, South Carolina, Tennessee, Texas, and Virginia.

? CrowderGulf maintains the same project manager and field supervisors

throughout a project to provide continuity and excellent teamwork relationships.

? CrowderGulf?s management team includes previous FEMA Directors, Emergency

Managers and FEMA trained Debris Specialists. Numerous FEMA and OSHA

certifications are held by key management and field operations staff.



? Client Work History / (Partial list of Completed Projects for past 5 years):

o 2014 Winter Storm Pax: (Recovered and Reduced 179,382 CY) ? Berkeley County

Water & Sanitation, SC. Removed and disposed of vegetation, leaners and

hangers; reduced by grinding.

o 2015 Ice Storm: (Recovered and Reduced 28,820 CY) ? City of Raleigh, NC.

Removed and disposed of vegetation.

o 2014 Severe Storms ? Flooding, Tornados: (Recovered and Reduced 83,168 CY and

697 Tons) ? Blount County, AL. Removed and disposed of vegetation, stumps,

leaners/hangers, waterway debris, mulch; reduced by grinding.

o City of Rocky Mount, NC

? 2011 Hurricane Irene: (Recovered and Reduced 319,887 CY) ? Removed and

disposed of vegetation, C&D, mulch; reduced by grinding. Special projects:

Removed debris from City owned properties.

? 2003 Hurricane Isabel: (Recovered and Reduced 58,189 CY) ? Removed and

disposed of vegetation, C&D, stumps; reduced by grinding.

? 1999 Hurricane Floyd: (Recovered and Reduced 350,000 CY) ? Removed and

disposed of vegetation, C&D; reduced by grinding.



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 RFP process, there is no formal opening due to the

possibility of negotiated components of the proposal. In the event City

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

Therefore, the evaluation results and cost information has been submitted to

the City Manager in a separate memo for informational purposes.



Funds will be available each fiscal year for this ongoing service: Integrated

Waste Management - Public Services - Pine Grove Landfill- Contractual Services;

0207-260-3560-PGRO-6319.



* * * * * *



D) MEMBERSHIP DUES FOR GEORGIA MUNICIPAL ASSOCIATION



It is requested that Council approve payment to the Georgia Municipal

Association (GMA) in the amount of $35,452.49 for 2016 - 2017 membership dues

for the City of Columbus, Georgia.



GMA is a voluntary, non-profit organization that provides legislative advocacy,

education, employee benefit and technical consulting services to its members.



Funds are budgeted in the FY17 Budget: General Fund - Legislative ? City

Council - Membership Dues and Fees; 0101-100-1000-CNCL-6657.



* * * * * *



E) INMATE MUGSHOT SYSTEM SERVER UPGRADE/EXPANSION



It is requested that Council approve the purchase of a server system technology

package from SHI (Somerset, NJ) in the amount of $27,595.22 for the

upgrade/expansion of the Sheriff?s mugshot server system. The purchase will be

accomplished by cooperative purchase via Georgia Statewide Contract, SWC #

99999-SPD-SPD0000060-0003.



The technology package will be utilized, in conjunction with other technology

equipment and software, by CCG Information Technology to upgrade, expand and

correct the Sheriff?s Office inmate mugshot system servers which have exceeded

their storage capacity.



Although the Sheriff?s Office oversees and manages the inmate mugshot system,

it provides vital Criminal History Information (CHI) accessed by other law

enforcement agencies, courts etc. within the city in the course of their day to

day operations, as well as transmitting CHI to the Georgia Crime Information

Center / NCIC.

The Sheriff?s Office accepts I.T.?s research and recommendation to secure the

necessary software and license?s from SHI as the best route to integrate and

facilitate immediate and urgent corrective action to prevent system shutdown.



Funds are budgeted in the FY17 Budget as follows: General Fund - Sheriff ? Jail

? Computer Software; 0101- 550? 2600 ? JAIL ? 6713.



* * * * * *



F) AUTHORIZATION FOR VENDOR NAME CHANGE ON EXISTING CONTRACTS



It is requested that Council approve the City Manager to enter into contract

with a vendor, due to a name change on an existing contract, when all other

contract terms and conditions remain the same.



During the term of a contract, the contracted vendor may decide to change the

name of the company or may be acquired by another vendor, resulting in a

different name of the contracted vendor than when the contract was originally

awarded; but no significant difference in the finances and capabilities of the

vendor.



The accompanying resolution will authorize the City Manager to amend the

contract to the vendor?s new name, without seeking additional Council approval,

as long as, it is a change in name only and all contract terms and conditions

remain the same.



* * * * * *



(G) MAINFRAME DISK STORAGE AND TAPE STORAGE SYSTEM MAINTENANCE RENEWAL



It is requested that Council approve payment to IBM/Mainline Information

Systems in the amount of $116,239.81 for the maintenance of an IBM z10 -

2098-A01 2086-110 Mainframe Computer System, IBM DS6800 Storage Device, IBM

3592-E06 Tape Drives and Controller. This payment will cover maintenance for a

five (5) year period from 7/26/16 ? 7/25/2021.



Per Resolution #219-11, Council authorized the purchase of the equipment and

software from IBM. Mainline Information Systems has been a partner with IBM

since 1989 to provide technical expertise for the maintenance services.



Funds are available in the FY17 Budget: General Fund ? Information Technology ?

Computer Equipment Maintenance; 0101 ? 210 ? 1000 - ISS ? 6511.



A RESOLUTION

NO._______





A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) 2016 FORD F-150 CREW

CAB XL SWB V8 TRUCKS FROM ALLAN VIGIL FORD (MORROW, GA), IN THE AMOUNT OF

$25,967.00 PER UNIT, FOR A TOTAL PRICE OF $51,934.00, VIA GEORGIA STATE

CONTRACT #99999-SPD-ES40199373-002.



WHEREAS, the vehicles will be utilized by the Sheriff?s office: one (1)

vehicle will be used by officers in the Operations Bureau, and one (1) vehicle

will be used by officers in the Jail Prisoner Transport Division. These are

new vehicles.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) 2016

Ford F-150 Crew Cab XL SWB V8 from Allan Vigil Ford (Morrow, GA), in the amount

of $25,967.00 per unit, for a total price of $51,934.00. Funds are budgeted in

the FY17 Budget as follows: Funds are budgeted in the FY17 Budget as follows:

Other Local Sales Tax Fund ? Public Safety ? Sheriff ? Light Trucks;

0102-550-9900-LOST-7722.





_______________________



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

held the______ day of ____________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting ____________.

Councilor Baker voting ____________.

Councilor Barnes voting ____________.

Councilor Garrett voting ____________.

Councilor Davis voting ____________.

Councilor Henderson voting ____________.

Councilor Huff 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 TWO (2) HARLEY-DAVIDSON ?ROAD

KING? POLICE MOTORCYCLES, FROM CHATTAHOOCHEE HARLEY-DAVIDSON, INC. (COLUMBUS,

GA), AT A UNIT PRICE OF $24,250.00, FOR THE TOTAL AMOUNT OF $48,500.00.



WHEREAS, Chattahoochee Harley-Davidson, Inc. was the awarded vendor, for RFB

No. 16-0006, to provide four (4) motorcycles per Resolution No. 290-15; and,



WHEREAS, per the bid, the unit price of $24,250.00 is protected for additional

purchases made in the FY17 budget year (July 1, 2016 through June 30, 2017); and



WHEREAS, the motorcycles were approved in the FY17 Budget and will be used by

police officers. These are replacement vehicles.



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

FOLLOWS:



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

Harley-Davidson ?Road King? Police Motorcycles, from Chattahoochee

Harley-Davidson, Inc. (Columbus, GA), at a unit price of $24,250.00, for the

total cost of $48,500.00. Funds are budgeted in the FY17 Budget as follows:

Other Local Sales Tax Fund ? Public Safety ? Police ? Automobiles;

0102-400-9900-LOST-7721.

_______________________



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

held the _____day of____________________, 2016 and adopted at said meeting by

the affirmative vote of ______ members of said Council.



Councilor Allen voting ____________.

Councilor Baker voting ____________.

Councilor Barnes voting ____________.

Councilor Garrett voting ____________.

Councilor Davis voting ____________.

Councilor Henderson voting ____________.

Councilor Huff 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 ANNUAL CONTRACT FOR EMERGENCY CLEAN-UP AND REMOVAL

OF DEBRIS WITH D & J ENTERPRISES, INC. (AUBURN, AL) AS THE PRIMARY CONTRACTOR,

AND CROWDERGULF, LLC (THEODORE, AL) AS THE SECONDARY CONTRACTOR.



WHEREAS, an RFP was administered (RFP No. 16-0005) and two (2) proposals were

received; and,



WHEREAS, the proposal submitted by D & J Enterprises, Inc. and

CrowderGulf, LLC both met all proposal requirements; and,



WHEREAS, the initial term of the contrast will be for two (2) 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(s).



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 Emergency Clean-up and Removal of Debris, with D & J Enterprises, Inc.

(Auburn, AL) as the Primary Contractor, and CrowderGulf, LLC (Theodore, AL) as

the Secondary Contractor, on an ?as needed? basis. Funds will be available

each fiscal year for this ongoing service: Integrated Waste Management - Public

Services - Pine Grove Landfill- Contractual Services; 0207-260-3560-PGRO-6319.

_____________________



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

the______ day of ____________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting ____________.

Councilor Baker voting ____________.

Councilor Barnes voting ____________.

Councilor Garrett voting ____________.

Councilor Davis voting ____________.

Councilor Henderson voting ____________.

Councilor Huff 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 PAYMENT TO THE GEORGIA MUNICIPAL ASSOCIATION

(GMA), IN THE AMOUNT OF $35,452.49, FOR 2016 - 2017 MEMBERSHIP DUES.



WHEREAS, membership dues are for the City of Columbus, Georgia; and,



WHEREAS, GMA is a voluntary, non-profit organization that provides legislative

advocacy, educational, employee benefit and technical consulting services to

its members.



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



That the City Manager is hereby authorized to render payment to the Georgia

Municipal Association, in the amount of $35,452.49, for 2016 - 2017 membership

dues for the City of Columbus, Georgia. Funds are budgeted in the FY17 Budget:

General Fund - Legislative ? City Council - Membership Dues and Fees;

0101-100-1000-CNCL-6657.



____________________



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

the______ day of ____________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting ____________.

Councilor Baker voting ____________.

Councilor Barnes voting ____________.

Councilor Garrett voting ____________.

Councilor Davis voting ____________.

Councilor Henderson voting ____________.

Councilor Huff 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 SERVER SYSTEM TECHNOLOGY

PACKAGE FROM SHI (SOMERSET, NJ) IN THE AMOUNT OF $27,595.22 FOR THE

UPGRADE/EXPANSION OF THE SHERIFF?S MUGSHOT SERVER SYSTEM. THE PURCHASE WILL BE

ACCOMPLISHED BY COOPERATIVE PURCHASE VIA GEORGIA STATEWIDE CONTRACT, SWC #

99999-SPD-SPD0000060-0003.



WHEREAS, the technology package will be utilized, in conjunction with other

technology equipment and software, by CCG Information Technology to upgrade,

expand and correct the Sheriff?s Office inmate mugshot system servers which

have exceeded their storage capacity; and,



WHEREAS, although the Sheriff?s Office oversees and manages the inmate mugshot

system, it provides vital Criminal History Information (CHI) accessed by other

law enforcement agencies, courts etc. within the city in the course of their

day to day operations, as well as transmitting CHI to the Georgia Crime

Information Center / NCIC; and,



WHEREAS, the Sheriff?s Office accepts I.T.?s research and recommendation to

secure the necessary software and license?s from SHI as the best route to

integrate and facilitate immediate and urgent corrective action to prevent

system shutdown.



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



That the City Manager is hereby authorized to purchase server system technology

package from SHI (Somerset, NJ) in the amount of $27,595.22 for the

upgrade/expansion of the Sheriff?s mugshot server system. The purchase will be

accomplished by cooperative purchase via Georgia Statewide Contract, SWC #

99999-SPD-SPD0000060-0003. Funds are budgeted in the FY17 Budget as follows:

General Fund - Sheriff ? Jail ? Computer Software; 0101- 550? 2600 ? JAIL ?

6713.

____________________



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

the______ day of ____________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting ____________.

Councilor Baker voting ____________.

Councilor Barnes voting ____________.

Councilor Garrett voting ____________.

Councilor Davis voting ____________.

Councilor Henderson voting ____________.

Councilor Huff 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 CITY MANAGER TO ENTER INTO CONTRACT WITH A

VENDOR, DUE TO A NAME CHANGE ON AN EXISTING CONTRACT, WHEN ALL OTHER CONTRACT

TERMS AND CONDITIONS REMAIN THE SAME.



WHEREAS, during the term of a contract, the contracted vendor may

decide to change the name of the company or may be acquired by another vendor,

resulting in a different name of the contracted vendor than when the contract

was originally awarded; but no significant difference in the finances and

capabilities of the vendor; and,



WHEREAS, this resolution will authorize the City Manager to amend the

contract to the vendor?s new name, without seeking additional Council approval,

as long as, it is a change in name only and all contract terms and conditions

remain the same.



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



The City Manager is hereby authorized to enter into a contract with a

vendor, due to a name change on an existing contract, when the renaming results

in no significant difference in the finances and capabilities of the vendor,

and all other contractual terms and conditions remain the same. All other

assignments resulting from acquisitions and reorganizations, as well as, any

assignments to unrelated third parties will be governed in accordance with the

terms of the original contract.

______________________



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

held the _________ day of _________________, 2016 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting ____________.

Councilor Baker voting ____________.

Councilor Barnes voting ____________.

Councilor Garrett voting ____________.

Councilor Davis voting ____________.

Councilor Henderson voting ____________.

Councilor Huff 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 PAYMENT TO IBM/MAINLINE INFORMATION

SYSTEMS IN THE AMOUNT OF $116,239.81 FOR THE MAINTENANCE OF AN IBM Z10 -

2098-A01 2086-110 MAINFRAME COMPUTER SYSTEM, IBM DS6800 STORAGE DEVICE, IBM

3592-E06 TAPE DRIVES AND CONTROLLER. THIS PAYMENT WILL COVER MAINTENANCE FOR A

FIVE (5) YEAR PERIOD FROM 7/26/16 ? 7/25/2021.



WHEREAS, per Resolution #219-11, Council authorized the purchase of the

equipment and software from IBM; and,



WHEREAS, Mainline Information Systems has been a partner with IBM since 1989 to

provide technical expertise for the maintenance services.



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



The City Manager is hereby authorized to make payment to IBM/Mainline

Information Systems in the amount of $116,239.81 for the maintenance of an IBM

z10 - 2098-A01 2086-110 Mainframe Computer System, IBM DS6800 Storage Device,

IBM 3592-E06 Tape Drives and Controller. This payment will cover maintenance

for a five (5) year period from 7/26/16 ? 7/25/2021. Funds are budgeted in the

FY17 Budget: General Fund ? Information Technology ? Computer Equipment

Maintenance; 0101 ? 210 ? 1000 - ISS ? 6511.

________________________



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

held the _________ day of _________________, 2016 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting ____________.

Councilor Baker voting ____________.

Councilor Barnes voting ____________.

Councilor Garrett voting ____________.

Councilor Davis voting ____________.

Councilor Henderson voting ____________.

Councilor Huff 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