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 # 8



Columbus Consolidated Government



Council Meeting



October 14, 2014



Agenda Report # 38





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) ON-CALL SERVICES FOR INSTALLATION OR REPLACEMENT OF FENCING LOCATED

THROUGHOUT COLUMBUS, GA (ANNUAL CONTRACT) ? RFP NO. 15-0001



It is requested that Council authorize the execution of an annual contract with

Denny Enterprises (Fortson, GA), Nolin Fence and Deck (Phenix City, AL) and

Young Fencing Company (Columbus, GA) for the installation or replacement of

fencing throughout Columbus-Muscogee County on an as-needed basis. The

contractors will submit quotes to the Engineering Department, or other

requesting department, for each project that arises during the course of the

contract.



The City frequently finds, throughout each year, the need to install or replace

fencing surrounding government facilities, recreational fields, parking lots,

etc. Based on past experience, the City replaces roughly several hundred

linear feet of fencing per year. However, this quantity is only an estimate;

the City may require more or less quantities during each year of the contract

term.



The contractors shall furnish all labor, materials, equipment and miscellaneous

items required for the complete installation or replacement of fencing, which

includes but is not limited to: chain link, wrought iron, post and rail,

aluminum, and vinyl fence systems. For each project, the fencing shall be

installed in the location and grade that will be shown on the drawings or as

directed by the City, in complete conformity with the manufacturers? written

recommendations. The Engineering Department, or other requesting department,

will provide the exact scope of work and specifications for each project, as

the need arises.



The contract term shall 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.



On July 9, 2014, request for proposals were mailed to thirty-seven vendors and

specifications were posted on the websites of the City and Georgia Procurement

Registry. The RFP has been advertised, opened and evaluated. Four (4)

proposals were received on August 8, 2014 from the following offerors:



Denny Enterprises (Fortson, GA)

Nolin Fence and Deck (Phenix City, AL)

Young Fencing Company (Columbus, GA)

?Georgia Fence Wholesale (Columbus, GA)



?Georgia Fence Wholesale did not provide the required Transmittal Letter,

Qualifications/Experience and business license information. The omitted

Qualifications/Experience information, which was necessary for the evaluation

process, consisted of a demonstration of the vendor?s access to adequate

equipment to provide the services, a demonstration of the vendor?s history of

completing projects on time and within budget, an indication of whether the

vendor has been involved in litigation against owners or engineering firms, and

detailed information to demonstrate the vendor has experienced personnel to

assign to future fencing projects.



In accordance with the RFP specifications, ?Firms shall be notified, in

writing, and shall have two (2) business days, after notification, to submit

the omitted information?: However, after numerous emails and calls to the

vendor, as of September 19, 2014 the Purchasing Division still had not received

the required information. Therefore, the vendor?s proposal was deemed

non-responsive. The Purchasing Division informed the owner, via email, that if

the omitted information was not received within two (2) days, the vendor?s

proposal would be deemed non-responsive.



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the Engineering Department, Public Works

Department and Parks & Recreation Department. Additional representatives from

the Parks & Recreation Department and Public Works Department served as

non-voting, advisory members of the committee.



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. In the event

Council does not approve the recommended offeror, 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, the RFP specifications may

be re-advertised. Additional information has been submitted to the City

Manager in a separate memo for information purposes.



Funds are budgeted each fiscal year for this ongoing expense, in various

accounts of the Engineering Department, Parks and Recreation Department, and

Public Works Department.



* * * * *



(B) TRAFFIC SIGNAL EQUIPMENT (ANNUAL CONTRACT) ? RFP NO. 14-0018



It is requested that Council approve the purchase of traffic signal equipment

from Temple, Inc., CDK Enterprises d/b/a Southern Lighting & Traffic, and

Utilicom Supply Associates, LLC, on an ?as needed basis?. The City will

purchase items from all three vendors in order of ranking: Temple, Inc.,

Southern Lighting & Traffic Systems and Utilicom Supply Associates, LLC.

Should more than one vendor have the item needed, the City shall have the right

to consider the proposed cost and availability of the item and select the best

option for the City regardless of the ranking. Consideration will also be

given to compatibility with existing equipment, and select the best option

regardless of the ranking or price.



The equipment will be utilized by the Traffic Division for construction and

maintenance of the signal systems. The traffic signal equipment includes

traffic signal controllers, cabinets signal conflicts monitors, loop detectors,

load switches, signal heads, concrete strain poles and many other related

components.



Contractors will furnish fully tested and operational traffic control

equipment. All traffic signal controllers and masters shall conform to the

Georgia Department of Transportation (DOT) and Caltrans Qualified Product

List.



The contract term shall be for one year, with the option to renew for four

additional twelve-month periods. Contract renewal is contingent upon the

mutual agreement of the City and the Contractor.



On April 25, 2014, request for proposals postcards were mailed to one hundred

twenty-five (125) vendors and specifications were posted on the websites of the

City, and Georgia Procurement Registry. The RFP has been advertised and

opened. Proposals were received on May 30, 2014, from the following three (3)

offerors:



Temple, Inc. (Decatur, AL)

Southern Lighting & Traffic Systems (Cumming, GA)

Utilicom Supply Associates, LLC (Norcross, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from Public Works, Inspections & Code and Traffic

Engineering. Representatives from Traffic Engineering also served in advisory

positions and were non-voting members.



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

Competitive Sealed Proposals. During the process of an RFP there is no formal

opening, due to the possibility of negotiated components of the proposal. In

the event Council does not approve the recommended offeror, 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 (s), the RFP

specifications will be re-advertised. Evaluation results and cost proposals

have been submitted to the City Manager in a separate memo for informational

purposes.



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

Engineering - Traffic Engineering ? Operating Materials,

0101-250-2100-TRAF-6728; 1999 SPLOST Supported Paving Projects, Paving Fund

Supported Capital Projects and other various Capital Improvement Projects.



* * * * *



(C) MEDICAL EVALUATION SERVICES FOR THE FIRE/EMS DEPARTMENT (ANNUAL CONTRACT) -

RFP NO. 14-0019



It is requested that Council approve the contract for medical evaluation

services, for Fire/EMS, from SiteMed North America, LLC.



The services are needed to assist the Columbus Fire & EMS Department in

evaluating the physical condition of its firefighter workforce and to make

recommendations for a physical fitness program. The contractor will provide

medical evaluation services, for each member of the Columbus Fire & EMS

Department, which shall comply with all requirements prescribed in the most

current National Fire Protection Association (NFPA) 1201, Developing Fire

Protection Services for the Public, sections 7-2.4-2 and 7-2.2.4, NFPA 1582;

Standard on Medical Requirements for Firefighters and all other applicable

standards, guidelines, laws, regulations and acts. Approximately 358 personnel

will be examined, as needed, contingent upon budget appropriations.



The initial term of the contract shall be for two years, with the option to

renew for three additional twelve-month periods. The contract renewal will be

contingent upon the mutual agreement of the City and the Contractor.



On May 13, 2014, request for proposals postcards were mailed to fifty-nine (59)

vendors and specifications were posted on the websites of the City, DemandStar

and Georgia Procurement Registry. The RFP has been advertised and opened.

Proposals were received on June 6, 2014, from the following four (4) offerors:



SiteMed North America, LLC (Greenville, SC)

North Greenville Fitness and Cardiac Rehabilitation Clinic, Inc.

(Travelers Rest, SC)

Comprehensive Contingency Task Force (Columbus, GA)

Caduceus Occupational Medicine (Columbus, GA)



The proposal was reviewed by the Evaluation Committee, which consisted of

representatives from Human Resources and Columbus Fire/EMS Department. A

representative from Columbus Fire/EMS Department also served in advisory

position and was a non-voting member. 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. The cost information has been submitted

to the City Manager in a separate memo for informational purposes.



Funds are budgeted each fiscal year for this ongoing service: General Fund -

Fire/EMS Department, Special Operations - Pre-Employment Physical;

0101-410-2600-SPCO-6324.



* * * * *



(D) BLADE SERVERS AND SOFTWARE FOR VIRTUAL IMAGE STORAGE



It is requested that Council approve the purchase of five (5) blade servers and

applicable software, from IBM/CPak Technology Solutions, in the amount of

$69,870.00, via Georgia Statewide Contract, SWC90813-02.



The blade servers and software will be used to store virtual images. The

purchase of the equipment and software will allow for the replacement of

outdated personal computers with virtual devices.



Funds are budgeted in the FY15 Budget: General Fund ? Information Technology ?

Computer Equipment Maintenance; 0101-210-2000-ISS-6511.





* * * * *



(E) CONTRACT AMENDMENT TO ADD GOVERNMENT CENTER COMPLEX TO THE CONTRACT FOR

CONCESSIONAIRE SERVICES FOR PARKS AND RECREATION SPORTS FACILITIES (ANNUAL

CONTRACT) - RFP NO. 12-0019



It is requested that Council approve an amendment to the annual contract with

Chester?s Barbecue (Columbus, GA) for Concessionaire Services for Parks and

Recreation Sports Facilities, to add Concessionaire Services at the Government

Center Complex.



The Sol of Wa was awarded the contract to provide Concessionaire Services at

the Government Center Complex, per Resolution No. 201-12 (RFP No. 12-0019), on

July 10, 2012. On September 15, 2014, The Sol of Wa abruptly ceased providing

services and officially gave notice to cancel their contract as of September

30, 2014. The cessation of services caused an inconvenience for employees,

jurors and other citizens who frequent the City?s cafeteria. Therefore, in an

effort to continue the services at the Government Center with limited

interruption, the City requested Chester?s Barbecue to absorb these services,

since the vendor is already under contract, providing similar services as the

contractor providing Concessionaire Services for Parks & Recreation Sports

Facilities contract.



Chester?s Barbecue (Columbus, GA) was invited to tour the cafeteria and meet

with City Staff, including representative from the City Manager?s office and

Purchasing Division, to discuss the expectations for providing the services at

the Government Center. The vendor submitted a menu consisting of breakfast and

lunch items, as well as, beverages and other food items. City staff is

satisfied that the vendor?s menu and pricing is comparable to the menu and

pricing patrons of the cafeteria have come to expect, and Chester?s has agreed

to provide the concessionaire Services at the Government Center Complex.



Chester?s Barbecue (Columbus, GA) was the awarded the contract for

Concessionaire Services for Parks & Recreation Sports Facilities (Annual

Contract) on February 28, 2014 through February 27, 2016, with the option to

renew for three additional twelve-month periods. Therefore, the contract term

for the addition of the Government Center Complex will be the same.



The vendor will operate the cafeteria at their own expense.



* * * * * *



(F) MAINTENANCE, REPAIR & OPERATIONAL (MRO), SUPPLIES VIA U.S. COMMUNITIES

GOVERNMENTAL PURCHASING ALLIANCE



It is requested that Council approve the purchase of MRO supplies, on an as

needed basis, from HD Supply Facilities Maintenance, Ltd. (San Diego, CA)., via

contract number 11019, adopted by U.S. Communities Governmental Purchasing

Alliance (GPA). HD Supply Facilities Maintenance, Ltd. (San Diego, CA) will

be utilized as an alternate source for MRO supply purchases for various

departments.



U.S. Communities is the leading national government purchasing cooperative,

providing government procurement resources and solutions to local and state

government agencies, school districts (K-12), higher education institutes, and

nonprofits looking for the best overall supplier government pricing. Contract

Number Maricopa County, 11019, adopted by U.S. Communities Governmental

Purchasing Alliance, is a cooperative bid available for use by any governmental

entity. The City?s Procurement Ordinance, Article 9-101, authorizes the use of

cooperative purchasing.



The contract will remain in effect through July 31, 2017.



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

Departments ? Operating Materials; 6728.



* * * * * *



(G) ADDITIONAL CONSTRUCTION MANAGEMENT SERVICES FOR THE MUSCOGEE COUNTY PUBLIC

LIBARY



It is requested that Council authorize the extension of the construction

management contract with Aaron & Clements, Inc. (Columbus, GA), formerly Newton

Aaron & Associates, Inc., in the amount of $5,600 plus out-of-pocket expenses,

for the remaining 1999 SPLOST expenditures for the Muscogee County Public

Library. The remaining 1999 SPLOST expenditures are shown in the below

document:





Per Resolution No. 583-02, Council authorized the execution of a contract with

Newton Aaron & Associates, Inc., for construction management services of the

Library. The contract was extended, per Resolution No. 141-10, to include

construction management services for the Asphalt Removal, Grassing and

Plantings project at the Columbus Library



This proposed extension of the construction management contract is per

authorization from the Muscogee County Library Board meetings of May 22, 2014

and June 16, 2014; and October 2, 2014 correspondence between the director of

the Chattahoochee Valley Libraries and Aaron & Clements, Inc.



Funds are budgeted in FY15 Budget, 1999 SPLOST ? MCSD Library Project.



* * * * * *



(H) ADDITIONAL CONSTRUCTION SERVICES AND FF&E FOR THE MUSCOGEE COUNTY PUBLIC

LIBRARY



It is requested that Council authorize the extension of the contract with

Batson-Cook Company (West Point, GA) for additional construction services and

FF&E for the Muscogee County Public Library. Batson-Cook Company will perform

construction and purchasing activities in the amount of $218,421.00. The

following are the fees for Batson-Cook Company.



? The fee will be 2.5% of the cost of the work

? General office overhead will be 5%

? Labor will be billed based billing rates as dictated by the type of work that

is ongoing.



Per Resolution No. 72-03, Council authorized the execution of a negotiated

contract with Batson-Cook Company for construction of the Library. The

$218,421.00 construction and related items are itemized on the attached

remaining 1999 SPLOST expenditures:







This proposed extension of the construction management contract is per

authorization from the Muscogee County Library Board meetings of May 22, 2014

and June 16, 2014.



Funds are budgeted in FY15 Budget, 1999 SPLOST ? MCSD Library Project.



* * * * * *



(I) ADDITIONAL BOOKS AND OTHER MEDIA FOR THE MUSCOGEE COUNTY PUBLIC LIBRARY



It is requested that Council authorize the extension of the contract with

Brodart Books & Library Services (Williamsport, PA) for additional books and

other media for the Muscogee County Public Library in the amount of $29,914.17.



The fees and discounts for the additional books and other media are shown in

the attached letter from Brodart Books & Library Services to the director of

the Chattahoochee Valley Library:







Per Resolution No. 69-04, Council authorized the execution of a negotiated

contract with Brodart Books & Library Services for materials and services for

the Library. The $29,914.17 line item for books is listed on the attached

remaining 1999 SPLOST expenditures:







Funds are budgeted in FY15 Budget, 1999 SPLOST ? MCSD Library Project.



?ITEM A?

A RESOLUTION



NO.______

A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH

DENNY ENTERPRISES (FORTSON, GA), NOLIN FENCE AND DECK (PHENIX CITY, AL) AND

YOUNG FENCING COMPANY (COLUMBUS, GA) FOR THE INSTALLATION OR REPLACEMENT OF

FENCING THROUGHOUT COLUMBUS-MUSCOGEE COUNTY ON AN AS-NEEDED BASIS.



WHEREAS, an RFP was administered (RFP No. 15-0001) and proposals were received

from four offerors; and,



WHEREAS, the proposal submitted by Denny Enterprises, Nolin Fence and

Deck, and Young Fencing Company were evaluated most responsive to the RFP; and,



WHEREAS, the term of contract shall 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.



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



That the City Manager is hereby authorized to execute an annual

contract with Denny Enterprises (Fortson, GA), Nolin Fence and Deck (Phenix

City, AL) and Young Fencing Company (Columbus, GA) for the installation or

replacement of fencing throughout Columbus-Muscogee County on an as-needed

basis. Funds are budgeted each fiscal year for this ongoing expense, in

various accounts of the Engineering Department, Parks and Recreation Department

and Public Works Department.



_____________________



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

held the _________ day of __________, 2014 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 CONTRACT WITH TEMPLE, INC.,

SOUTHERN LIGHTING & TRAFFIC SYSTEMS AND UTILICOM SUPPLY ASSOCIATES, LLC TO

PROVIDE TRAFFIC SIGNAL EQUIPMENT TO BE PURCHASED ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 14-0018) and three proposals were

received; and,



WHEREAS, the proposals submitted by Temple, Inc., Southern Lighting & Traffic

Signals and Utilicom Supply Associates, LLC met the proposal requirements and

were evaluated responsive to the RFP; and,



WHEREAS, the term of contract shall be for one year, with the option to renew

for four additional twelve-month periods. Contract renewal is 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 execute a contract with

Temple, Inc., Southern Lighting & Traffic Systems and Utilicom Supply

Associates, LLC for traffic signal equipment to be purchased on an ?as needed

basis?. Funds are budgeted each fiscal year for this on-going expense, General

Fund ? Engineering - Traffic Engineering ? Operating Materials,

0101-250-2100-TRAF-6728; 1999 SPLOST Supported Paving Projects and Paving Fund

Supported Capital Projects and other various Capital Improvement Projects.



_________________





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

held the _________ day of ____________________, 2014 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 EXECUTION OF A CONTRACT WITH SITEMED NORTH

AMERICA, LLC TO PROVIDE MEDICAL EVALUATION SERVICES FOR COLUMBUS FIRE/EMS

DEPARTMENT.



WHEREAS, an RFP was administered (RFP No. 14-0019) and four proposals were

received; and,



WHEREAS, the proposal submitted by SiteMed North America, LLC met all proposal

requirements and was evaluated responsive to the RFP; 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. The

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 execute a contract with SiteMed

North America, LLC for medical evaluation services for the Columbus Fire/EMS

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

General Fund - Fire/EMS Department - Special Operations - Pre-Employment

Physicals; 0101-410-2600-SPCO-6324.



____________________



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

held the _________ day of _____________, 2014 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 FIVE (5) BLADE SERVERS AND

APPLICABLE SOFTWARE, FROM IBM/CPAK TECHNOLOGY SOLUTIONS, IN THE AMOUNT OF

$69,870.00, VIA GEORGIA STATEWIDE CONTRACT, SWC90813-02.



WHEREAS, the blade servers and software will be used to store virtual images.

The purchase of the equipment and software will allow for the replacement of

outdated personal computers with virtual devices.



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

FOLLOWS:



That the City Manager is hereby authorized to purchasefive (5) blade

servers and applicable software, from IBM/CPak Technology Solutions, in the

amount of $69,870.00, via Georgia Statewide Contract, SWC90813-02. Funds are

budgeted in the FY15 Budget: General Fund ? Information Technology ? Computer

Equipment Maintenance; 0101-210-2000-ISS-6511.

_______________________



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

held the _________ day of ____________________, 2014 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 AMENDMENT TO THE ANNUAL CONTRACT WITH CHESTER?S

BARBECUE (COLUMBUS, GA) FOR CONCESSIONAIRE SERVICES FOR PARKS AND RECREATION

SPORTS FACILITIES, TO ADD CONCESSIONAIRE SERVICES AT THE GOVERNMENT CENTER

COMPLEX.



WHEREAS, the Sol of Wa was awarded the contract to provide

Concessionaire Service at the Government Center Complex, per Resolution No.

201-12 (RFP No. 12-0019), on July 10, 2012. On September 15, 2014, The Sol of

Wa abruptly ceased providing services and officially gave notice to cancel

their contract as of September 30, 2014. The cessation of services caused an

inconvenience for employees, jurors and other citizens who frequent the City?s

cafeteria; and,



WHEREAS, Chester?s Barbecue (Columbus, GA) was invited to tour the cafeteria

and meet with City Staff, including representative from the City Manager?s

office and Purchasing Division, to discuss the expectations for providing the

services at the Government Center. The vendor submitted a menu consisting of

breakfast and lunch items, as well as, beverages and other food items. City

staff is satisfied that the vendor?s menu and pricing is comparable to the menu

and pricing patrons of the cafeteria have come to expect, and Chester?s has

agreed to provide the concessionaire Services at the Government Center Complex.



WHEREAS, Chester?s Barbecue (Columbus, GA) was the awarded the contract for

Concessionaire Services for Parks & Recreation Sports Facilities (Annual

Contract) on February 28, 2014 through February 27, 2016, with the option to

renew for three additional twelve-month periods. Therefore, the contract term

for the addition of the Government Center Complex will be the same.



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

FOLLOWS:

That the City Manager is hereby authorized to amend the annual contract

with Chester?s Barbecue (Columbus, GA) for Concessionaire Services for Parks &

Recreation Sports Facilities, to add Concessionaire Services at the Government

Center Complex. The vendor will operate the cafeteria at their own expense.



____________________



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

held the _________ day of _________________, 2014 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 PURCHASE OF MAINTENANCE, REPAIR &

OPERATIONAL (MRO) SUPPLIES, FROM HD SUPPLY FACILITIES, LTD. (SAN DIEGA, CA),

VIA CONTRACT NUMBER 11019, ADOPTED BY U.S. COMMUNITIES GOVERNMENTAL PURCHASING

ALLIANCE (GPA). HD SUPPLY FACILITIES, LTD WILL BE UTILIZED AS AN ALTERNATE

SOURCE FOR MAINTENANCE, REPAIR & OPERATIONAL (MRO), SUPPLIES PURCHASES FOR

VARIOUS DEPARTMENTS.



WHEREAS, U.S. Communities is the leading national government purchasing

cooperative, providing government procurement resources and solutions to local

and state government agencies, school districts (K-12), higher education

institutes, and nonprofits looking for the best overall supplier government

pricing; and,



WHEREAS, contract number 11019, adopted by U.S. Communities Governmental

Purchasing Alliance, is a cooperative bid available for use by any governmental

entity. The City?s Procurement Ordinance, Article 9-101, authorizes the use of

cooperative purchasing; and,



WHEREAS, the contract will remain in effect through July 31, 2017.



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



That the City Manager is hereby authorized to purchase MRO Supplies

from HD Supply Facilities Maintenance, Ltd. (San Diego, CA) via contract number

11019, adopted by U.S. Communities Governmental Purchasing Alliance (GPA). HD

Supply Facilities Maintenance, Ltd. will be utilized as an alternate source for

MRO supply purchases for various departments. Funds are budgeted each fiscal

year for this ongoing expense: Various Departments ? Operating Materials; 6728.



______________



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

held the _________ day of _____________, 2014 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 EXTENSION OF THE CONSTRUCTION MANAGEMENT

CONTRACT WITH AARON & CLEMENTS (COLUMBUS, GA), FORMERLY NEWTON AARON &

ASSOCIATES, INC., IN THE AMOUNT OF $5,600 PLUS OUT-OF-POCKET EXPENSES, FOR THE

REMAINING 1999 SPLOST EXPENDITURES FOR THE MUSCOGEE COUNTY PUBLIC LIBRARY.



WHEREAS, per Resolution No. 583-02, Council authorized the execution of a

contract with Newton Aaron & Associates, Inc., for construction management

services of the Library. The contract was extended, per Resolution No. 141-10,

to include construction management services for the Asphalt Removal, Grassing

and Plantings project at the Columbus Library; and,



WHEREAS, this proposed extension of the construction management

contract is per authorization from the Muscogee County Library Board meetings

of May 22, 2014 and June 16, 2014; and October 2, 2014 correspondence between

the director of the Chattahoochee Valley Libraries and Aaron & Clements, Inc.



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

FOLLOWS:



That the City Manager is hereby authorized to extend the construction

management contract with Aaron & Clements, Inc. (Columbus, GA), formerly Newton

Aaron & Associates, Inc., in the amount of $5,600 plus out-of-pocket expenses,

for the remaining 1999 SPLOST expenditures for the Muscogee County Public

Library. Funds are budgeted in FY15 Budget, 1999 SPLOST ? MCSD Library Project.



___________________



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

held the _________ day of ____________________, 2014 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 EXTENSION OF THE CONTRACT WITH BATSON-COOK

COMPANY (WEST POINT, GA) FOR ADDITIONAL CONSTRUCTION SERVICES AND FF&E FOR THE

MUSCOGEE COUNTY PUBLIC LIBRARY. BATSON-COOK COMPANY WILL PERFORM CONSTRUCTION

AND PURCHASING ACTIVS IN THE AMOUNT OF $218,421.00.



WHEREAS, the following are the fees for Batson-Cook Company:



? The fee will be 2.5% of the cost of the work

? General office overhead will be 5%

? Labor will be billed based billing rates as dictated by the type of work that

is ongoing; and,



WHEREAS, per Resolution No. 72-03, Council authorized the execution of

a negotiated contract with Batson-Cook Company for construction of the

Library. This proposed extension of the construction management contract is

per authorization from the Muscogee County Library Board meetings of May 22,

2014 and June 16, 2014.



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

FOLLOWS:



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

Batson-Cook Company (West Point, GA) for additional construction services and

FF&E for the Muscogee County Public Library. Batson-Cook Company will perform

construction and purchasing activities in the amount of $218,421.00. Funds are

budgeted in FY15 Budget, 1999 SPLOST ? MCSD Library Project.



_____________________



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

held the _________ day of ___________, 2014 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 EXTENSION OF THE CONTRACT WITH BRODART

BOOKS & LIBRARY SERVICES (WILLIAMSPORT, PA) FOR ADDITIONAL BOOKS AND OTHER

MEDIA FOR THE MUSCOGEE COUNTY PUBLIC LIBRARY IN THE AMOUNT $29,914.17.



WHEREAS, per Resolution No. 69-04, Council authorized the execution of a

negotiated contract with Brodart Books & Library Services for materials and

services for the Library.



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

FOLLOWS:



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

Brodart Books & Library Services (Williamsport, PA) for additional books and

other media for the Muscogee County Public Library in the amount of

$29,914.17. Funds are budgeted in FY15 Budget, 1999 SPLOST ? MCSD Library

Project.



________________________



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

held the _________ day of ____________, 2014 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


Back to List