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 #______



Columbus Consolidated Government

Council Meeting



March 22, 2016



Agenda Report #_____



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department









(A) EMPLOYEE SERVICE AWARD PINS (ANNUAL CONTRACT) ? RFB NO. 16-0025



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

employee service award pins from J. Brandt Recognition (Fort Worth, TX) for the

estimated annual contract amount of $6,631.91.



The employee service award pins will be purchased on an ?as needed basis?, by

the Human Resources Department. The employee service award pins will be given

to employees 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 specifications were posted on the web page of the Purchasing Division, and

the Georgia Procurement Registry. Six bids were received on February 24,

2016. 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.



* * * * * *

(B) FORD S12 TRANSIT WAGON 12/15 PASSENGER VAN ? GEORGIA STATEWIDE CONTRACT



It is requested that Council authorize the purchase of one (1) Ford S12 Transit

Wagon 12/15 Passenger Van, from Wade Ford (Smyrna, GA), in the amount of

$30,243.00, via Georgia State Contract # SPD 99999-SPD00000115.



This van will be used as an administrative vehicle by staff of the Columbus

Police Department for transporting students in the DARE program. It is a

replacement vehicle.



Funds are budgeted in the FY16 Budget as follows: $27,034.29 ? General Fund ?

Police ? Support Services ? Light Trucks; 0101-400-2610-STAF-7722, and

$3,208.71 ? County Drug Abuse Treatment Fund ? Police ? County Drug Abuse

Treatment/Ed ? Light Trucks; 0224-400-2610-CDRG-7722.



* * * * * *

(C) REPLACEMENT PLAYGROUND EQUIPMENT ? NATIONAL JOINT POWERS ALLIANCE CONTRACT



It is requested that Council approve the purchase of replacement playground

equipment from Miracle Recreation Company d/b/a Hasley Recreation, Inc.,

(Flowery Branch, GA), in the amount of $299,904.93. The purchase will be

accomplished by Cooperative Purchase, via National Joint Powers Alliance, NJPA,

Contract #022113-LTS.



The replacement playground equipment will be installed at the following

playground locations: Pop Austin, Benning Park, Britt David, and Theo McGee.

The vendor has designed equipment concepts for each location to include:

various climbers, slides, activity decks and skill stations. The four

playgrounds were selected because the current equipment is out of date and

Parks and Recreation can no longer purchase replacement parts from the

manufacturer. These playgrounds are on the City?s priority list for

replacement due to the aged equipment located in the low to-moderate income

areas in Columbus, GA. The design concept for each location is attached below:







The purchase will be accomplished by cooperative purchase via Request for

Proposal (RFP) Contract #022113, initiated by the National Joint Powers

Alliance (NJPA), whereby PlayPower, Inc., was one of the successful vendors

contracted to provide Playground and Recreation Related Equipment, Supplies

Accessories and Supplies. The contract, which commenced April 23, 2013 is good

through April 23, 2017. The National Joint Powers Alliance is a Service

Cooperative created by Minnesota Statute 123A.21. This statute was created in

1978 and revised in 1995 to allow participating governmental and municipal

agencies to reduce the cost of purchased goods by leveraging their combined

purchasing power. The RFP process utilized by National Joint Powers Alliance

meets the requirements of the City?s Procurement Ordinance; additionally,

cooperative purchasing is authorized per Article 9-101 of the Procurement

Ordinance. The purchase will be made through Miracle/Hasley Recreation, who is

a division of PlayPower.



After analyzing HUD's financial system it was determined there was CDBG funding

from Fiscal Year 2014 that had not been utilized, with a portion expended by

May 2, 2016. Park improvements are eligible CDBG expenditures and the four

parks identified are in need of major upgrades. Therefore, the purchase will

be funded by Community Development Block Grant (CDBG) funds.



* * * * * *

(D) UPGRADE OF FINANCE/PAYROLL/BUDGET/HUMAN RESOURCES SYSTEM



It is requested that Council approve the purchase of the CGI Advantage 360

(SaaS Solution ? Software as a Service) upgrade of the Finance/Payroll/Budget

and Human Resources System from CGI (Fairfax, VA). The cost includes: an

Annual SaaS Subscription fee in the amount of $459,126 for 10 years (which

replaces the current annual maintenance fee paid by Information Technology),

and implementation cost paid as follows: FY16-$60,000, FY17-$764,067,

FY18-$764,067 and FY19-$764,067.



The City is utilizing the 3.7 version of the CGI Finance system, which includes

Accounting, Purchasing, Accounts Payable, Fixed Assets and Accounts

Receivables. Budget is using Version 5.40.03.10 (Brass) for budget

preparation. However, the Budget application has completely changed from BRASS

to Performance Budgeting. Payroll and Human Resources is utilizing the 2.3.2

version, which is still housed on the Mainframe.

The current version of software available from the vendor is 3.10. In the

past, budget constraints have hindered the City from upgrading when new

versions of the software were released. However, we have reached a point where

it is imperative that the system is upgraded for the following reason: 1) the

server housing the Finance system is well beyond its useful life; 2) a new

server would require an upgrade to the latest version of the software (version

3.10). The current version (3.7) would not be compatible with a new server; 3)

various functions within the current system are not integrated; 4) the

Information Technology Department?s plan to move all programs off of the

mainframe, namely Payroll and Human Resources; and 5) The version of the

software under which Human Resources, Payroll and Budgeting operate are no

longer supported for upgrade.

Upgrading to CGI Advantage 360 (SaaS Solution ? Software as a Service) will

involve a 10-year commitment with overall cost savings and will provide

enhancements, such as:



-The system will be hosted and managed by the vendor.

-The upgrade will bring all functions up to the current version

-New versions of the software are included, as they become available from the

Vendor

-Increase functionality and self-service capabilities

-Eliminate dependency on aging infrastructure

-Includes Disaster Recovery and back-ups.



The implementation project will span from April 2016 ? December 2017. The

various functions will be upgraded and implemented per a staggered schedule.

The Finance Management portion of the project will begin May 1, 2016, and the

Performance Budgeting portion of the project will start August 1, 2016. The

live date for Performance Budgeting is scheduled for November 2016, and the

live date for Finance Management is scheduled for January 2017. The Human

Resources portion of the project will begin February 2017, with a scheduled

live date of October 2017.

Funding in the amount of $459,126 is available in the FY16 Budget for the

Annual SaaS Subscription fee in the Information Technology Budget. Funding in

the amount of $60,000 is available in the FY16 Budget, for the Implementation

cost, in Special Project/Capital Project Fund ? LGFS/GHRS Conversion/Implement

Project; Fund 0508 ? Project # 22187.



The project will be further funded as follows: The Annual SaaS Subscription

fee of $459,126 will be budgeted annually, for the remaining nine (9) years, in

the appropriate fiscal year in the Information Technology Budget. The

remaining Implementation cost will be budgeted as follows: FY17-$764,067,

FY18-$764,067 and FY19-$764,067 in OLOST-Technology and Special Project/Capital

Project Fund ? LGFS/GHRS Conversion/Implement Project; Fund 0508 ? Project #

22187.



* * * * * *



(E) VENDOR NAME CHANGE FOR ROOFING CONSULTING SERVICES (ANNUAL CONTRACT) ? RFP

NO. 11-0021



It is requested that Council amend Resolution #247-11 (approved July 12, 2011)

to change the name of one of the awarded contractors, Arid Consulting

Corporation (Byron, GA) to Edifice Consulting, Inc. (Byron, GA), to continue

providing roofing consulting services.



Arid Consulting Corporation was the secondary vendor for roofing consulting

services. As of January 31, 2015, all corporate shares of Arid Consulting

Corporation were acquired by Edifice Consulting, Inc., as documented by the

attorney for Edifice Consulting, Inc. The services provided will remain the

same per the RFP specifications.



The contract commenced on July 12, 2011 for one (1) year with the option to

renew for four (4) additional twelve-month periods. The contract is currently

in the last contract period, expiring July 11, 2016.



* * * * * *



(F) AQUATIC FACILITY MANAGEMENT OF THE COLUMBUS AQUATIC CENTER (ANNUAL

CONTRACT) ? RFP NO. 15-0023



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

American Pool Service of Georgia (Alpharetta, GA) for facility management of

the Columbus Aquatic Center, for forty-five (45) hours per week. The services

will include staffing, water maintenance, supervision and programming, and

management of the Pro Shop and Concessions.



The initial term of the contrast will be for one (1) year with the option to

renew for nine (9) additional twelve-month periods. Contract renewal will be

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



Annual Contract History:

The previous ten-year contract with USA Pools (Roswell, GA) was awarded on

February 12, 2013 (Resolution No. 49-13). On June 18, 2013, Council

authorized USA Pools to charge fees and charges associated with operations of

the Columbus Aquatic Center, as advised by the Columbus Parks and Recreation

Department (Resolution No. 211-13).



On January 27, 2015, Council authorized the issuance of a ninety (90) day

written notice to cancel the contract with USA Pools, due to the vendor not

performing in accordance with the contract specifications (Resolution No.

19-15). The contract with USA Pools ended on April 27, 2015 and the

Department of Parks and Recreation began managing the Columbus Aquatic Center.



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on February 18, 2015. This RFP has been

advertised, opened and evaluated. Proposals were received on March 20, 2015

from the following vendors:



American Pool Service of Georgia (Alpharetta, GA)

Aquatic Management, Inc. (Atlanta, GA)

Mosiah?s Roots Aqua Serve (Atlanta, GA)

Pool Management, Inc. (Alpharetta, GA)

?Southeast Louisiana Aquatics (SELA) (Baton Rouge, LA)

Standguard Aquatics (Alpharetta, GA)

United Pool Management (Douglasville, GA)



?On February 24, 2016, Southeast Louisiana Aquatics (SELA) officially withdrew

from the RFP process.



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 03/30/15 The Purchasing Manager advised evaluation committee

members of the RFP rules and process. The designee of the Project Manager

provided an overview and expectations of the project. The representative from

the Internal Auditor?s Office discussed the audit process of the outgoing

contractor. Proposals were disbursed to each committee member to review.

1st Evaluation Meeting 04/24/15 Discussed each of the seven proposals received. The

Committee requested clarifications and additional information from each of the

vendors. It was decided that the committee would complete the evaluation forms

if they were satisfied with the clarification responses.

Evaluation forms completed 06/12/15 Evaluation forms were completed and returned to

Purchasing for compilation results.

2nd Evaluation Meeting 07/30/15 Evaluation committee discussed the results and voted to

short-list the two (2) highest ranking firms.

Vendor Presentations 08/19/15 The two (2) short-listed firms provided presentations to the

Evaluation Committee.

3rd Evaluation Meeting / Recommendation received 09/02/15 Evaluation committee voted to

award to highest ranked vendor.

Negotiations 10/29/15 Highest scoring vendor submitted final negotiation

documents.



Proposals were reviewed the Evaluation Committee, which consisted of two voting

members from the Department of Parks and Recreation, and one voting member who

previously served on the Columbus Aquatic Center Advisory Committee during

construction and is a past president of the Hurricane swim team.



The committee also consisted of one additional representative from the

Department of Parks and Recreation, one representative from the Finance

Department, one representative from the Internal Auditors Office and one

representative from the Parks and Recreation Advisory Board, who all served as

non-voting members of the committee. *The representative from the Internal

Auditors Office was a member of the committee until June 19, 2015.





Award Recommendation:

The evaluation committee deemed the proposal from American Pool Service of

Georgia most responsive to the RFP specifications. Therefore the Evaluation

Committee, as reflected by their comments provided below, recommends award of

the contract to American Pool Service of Georgia for the following reasons:



? American Pool Service of Georgia has a strong understanding of the contract

requirements. They addressed several items that are extremely helpful in

running the Columbus Aquatic Center. They have a good marketing plan to try to

increase revenue.

? The firm and its personnel have a fair amount of experience in aquatic

facility management.

? The firm has a good staffing plan; their Lifeguard Safety Monitor plan is

great.

? The upper management of the firm seems to be well established in the aquatic

industry. The additional staff resumes show a lengthy history of work

experience in the aquatics industry.

? The programming aspect of their business plan looks great. The marketing plan

and sample marketing were well thought out and detailed.

? The firm?s cost proposal is realistic and is in line with costs associated

with managing the Columbus Aquatic Center.



Vendor Experience/Qualifications:

? On Guard, Inc. was formed in 1992 and partnered with American Pool

Enterprises (Owing Mills, MD) and became American Pool Service of Georgia.

? American Pool Service of Georgia has access to the resources of American Pool

Enterprises, which is the largest commercial swimming pool management, swimming

pool maintenance, swimming pool construction and recreational facility

management operation in the United States. The resources include strong cash

flow, solid insurance, multiple layers of expertise and accountability, and an

in-house marketing department.

? American Pool Service of Georgia is a full service commercial pool management

company that provides staffing, service, chemicals, repairs and renovations for

commercial aquatic facilities in Georgia and four (4) other states.

? Currently, American Pool Service of Georgia manages over 200 aquatic

facilities and employs 600 pool managers, instructors, head lifeguards,

lifeguards, supervisors, gate attendants and pool technicians.

? Certifications for American Pool Service of Georgia are taught in-house with

Red Cross instructors and Certified Pool Operator instructors.

? Auditing and in-service is performed in-house with Red Cross instructors

employed by American Pool Service of Georgia.

? Client History includes:

o Fitness International (34 indoor aquatic facilities in the Atlanta area)

o Corvias (formerly Picerne Military Housing)

Through the Military Housing Privatization Initiative (MPHI), Corvias partners

with the Army in the ownership of homes on military installations. American

Pool Service of Georgia manages (13) aquatic facilities and employees over

(210) lifeguards at the following locations:

? Fort Riley, KS

? Fort Sill, OK

? Fort Polk, LA

? Fort Rucker, AL

o Big Canoe Property Owners Association (Jasper, GA)

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

? Parks and Recreation ? Aquatics ? Contractual Services;

0101-270-4413-AQUT-6319.











?ITEM A?



A RESOLUTION

NO.________



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR THE PURCHASE OF EMPLOYEE

SERVICE AWARD PINS FROM J. BRANDT RECOGNITION (FORT WORTH, TX), ON AN ?AS

NEEDED BASIS,? FOR THE ESTIMATED ANNUAL CONTRACT AMOUNT OF $6,631.91.



WHEREAS, the employee service award pins will be purchased on an ?as

needed basis?, by the Human Resources Department. The employee service award

pins will be given to employees 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 from J. Brandt Recognition for the estimated annual contract amount

of $6,631.91. 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 _________________, 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 Buck 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 ONE (1) FORD S12 TRANSIT WAGON

12/15 PASSENGER VAN, FROM WADE FORD (SMYRNA, GA), IN THE AMOUNT OF $30,243.00,

VIA GEORGIA STATE CONTRACT # SPD 99999-SPD00000115.





WHEREAS, this vehicle will be used by staff of the Columbus Police

Department as an administrative vehicle for transporting students in the DARE

program. It is a replacement vehicle.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) Ford S12

Transit Wagon 12/15 Passenger Van, from Wade Ford (Smyrna, GA), in the amount

of $30,243.00. Funds are budgeted in the FY16 Budget as follows: $27,034.29 ?

General Fund ? Police ? Support Services ? Light Trucks;

0101-400-2610-STAF-7722, and $3,208.71 ? County Drug Abuse Treatment Fund ?

Police ? County Drug Abuse Treatment/Ed ? Light Trucks; 0224-400-2610-CDRG-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 Buck 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 PURCHASE OF REPLACEMENT PLAYGROUND

EQUIPMENT FROM MIRACLE RECREATION COMPANY D/B/A HASLEY RECREATION, INC.,

(FLOWERY BRANCH, GA), IN THE AMOUNT OF $299,904.93. THE PURCHASE WILL BE

ACCOMPLISHED BY COOPERATIVE PURCHASE, VIA NATIONAL JOINT POWERS ALLIANCE, NJPA

CONTRACT #022113-LTS.



WHEREAS, the replacement playground equipment will be installed at the

following playground locations: Pop Austin, Benning Park, Britt David, and Theo

McGee. The vendor has designed equipment concepts for each location to

include: various climbers, slides, activity decks and skill stations; and,



WHEREAS, the four playgrounds were selected because the current equipment is

out of date and Parks and Recreation can no longer purchase replacement parts

from the manufacturer. These playgrounds are on the City?s priority list for

replacement due to the aged equipment located in the low to-moderate income

areas in Columbus, GA.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase replacement

playground equipment from Miracle Recreation Company d/b/a Hasley Recreation,

Inc., (Flowery Branch, GA), in the amount of $299,904.93. The purchase will be

funded by Community Development Block Grant (CDBG) funds.

______________________________



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 Buck 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 THE PURCHASE OF THE CGI ADVANTAGE 360 (SAAS

SOLUTION ? SOFTWARE AS A SERVICE) UPGRADE OF THE FINANCE/PAYROLL/BUDGET AND

HUMAN RESOURCES SYSTEM FROM CGI (FAIRFAX, VA). THE COST INCLUDES: AN ANNUAL

SAAS SUBSCRIPTION FEE IN THE AMOUNT OF $459,126 FOR 10 YEARS (WHICH REPLACES

THE CURRENT ANNUAL MAINTENANCE FEE PAID BY INFORMATION TECHNOLOGY), AND

IMPLEMENTATION COST PAID AS FOLLOWS: FY16-$60,000, FY17-$764,067,

FY18-$764,067 AND FY19-$764,067.



WHEREAS, the City is utilizing the 3.7 version of the CGI Finance system, which

includes Accounting, Purchasing, Accounts Payable, Fixed Assets and Accounts

Receivables. Budget is using Version 5.40.03.10 (Brass) for budget

preparation. However, the Budget application has completely changed from BRASS

to Performance Budgeting. Payroll and Human Resources is utilizing the 2.3.2

version, which is still housed on the Mainframe; and,



WHEREAS, upgrading to CGI Advantage 360 (SaaS Solution ? Software as a Service)

will involve a 10-year commitment with overall cost savings and will provide

enhancements, such as:



-The system will be hosted and managed by the vendor.

-The upgrade will bring all functions up to the current version

-New versions of the software are included, as they become available from the

Vendor

-Increase functionality and self-service capabilities

-Eliminate dependency on aging infrastructure

-Includes Disaster Recovery and back-ups.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase the CGI

Advantage 360 (SaaS Solution ? Software as a Service) upgrade of the

Finance/Payroll/Budget and Human Resources System from CGI. Funding in the

amount of $459,126 is available in the FY16 Budget for the Annual SaaS

Subscription fee in the Information Technology Budget. Funding in the amount

of $60,000 is available in the FY16 Budget, for the Implementation cost, in

Special Project/Capital Project Fund ? LGFS/GHRS Conversion/Implement Project;

Fund 0508 ? Project # 22187.



The project will be further funded as follows: The Annual SaaS Subscription

fee of $459,126 will be budgeted annually, for the remaining nine (9) years, in

the appropriate fiscal year in the Information Technology Budget. The

remaining Implementation cost will be budgeted as follows: FY17-$764,067,

FY18-$764,067 and FY19-$764,067 in OLOST-Technology and Special Project/Capital

Project Fund ? LGFS/GHRS Conversion/Implement Project; Fund 0508 ? Project #

22187.

______________________________



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 Buck 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 AMENDING RESOLUTION NO. 247-11 (APPROVED JULY 12, 2011) TO

CHANGE THE NAME OF ONE OF THE AWARDED CONTRACTORS, ARID CONSULTING CORPORATION

(BYRON, GA) TO EDIFICE CONSULTING, INC. (BYRON, GA), TO CONTINUE PROVIDING

ROOFING CONSULTING SERVICES.



WHEREAS, Arid Consulting Corporation was the secondary vendor for

roofing consulting services. As of January 31, 2015, all corporate shares of

Arid Consulting Corporation were acquired by Edifice Consulting, Inc., as

documented by the attorney for Edifice Consulting, Inc. The services provided

will remain the same per the RFP specifications; and,



WHEREAS, the commenced on July 12, 2011 for one (1) year with the option to renew for

four (4) additional twelve-month periods. The contract is currently in the

last contract period, expiring July 11, 2016.



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



Resolution #247-11 (approved July 12, 2011) is hereby amended to change

the name of one of the awarded contractors, Arid Consulting Corporation (Byron,

GA) to Edifice Consulting, Inc. (Byron, GA), to continue providing roofing

consulting services.



______________________________





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 Buck 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 EXECUTION OF AN ANNUAL CONTRACT WITH

AMERICAN POOL SERVICE OF GEORGIA (ALPHARETTA, GA) FOR FACILITY MANAGEMENT OF

THE COLUMBUS AQUATIC CENTER FOR FORTY-FIVE (45) HOURS PER WEEK.



WHEREAS, an RFP was administered (RFP No. 15-0023) and seven proposal

were received; and,



WHEREAS, the proposal submitted by American Pool Service of Georgia met

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



WHEREAS, the initial term of the contrast will be for one (1) year with

the option to renew for nine (9) 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 American Pool Service of Georgia (Alpharetta, GA) for facility

management of the Columbus Aquatic Center for forty-five (45) hours per week.

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

? Parks and Recreation ? Aquatics ? Contractual Services;

0101-270-4413-AQUT-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 Buck 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

DATE: March 22, 2016

TO: Mayor and Councilors



FROM: Finance Department



SUBJECT: Advertised Bids/RFPs





March 23, 2016

1. Carpet (Annual Contract) ? RFB No. 16-0024

Scope of Bid

Provide carpet (roll and tile) and installation services for various offices at

the Government Center and other City facilities. The products and services

will be procured on an as-needed basis. The contract term shall be for two (2)

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



March 25, 2016

1. Pine Grove Municipal Solid Waste Landfill; Pump Station #1 ? RFB No. 16-0028

Scope of Bid

The Project consists of providing all labor, materials, tools, equipment,

services, and incidentals and performing all Work required to construct

complete in place and ready to operate: new duplex submersible lift station,

new submersible lift station, approximately 140 LF of 4-inch by 8-inch

dual-contained HDPE forcemain, approximately 1,240 LF of 2-inch HDPE forcemain,

220 LF of 8-inch HDPE gravity line, valves, controls, and associated

appurtenances, 250 SY of gravel pavement, removal and replacement of

approximately 25 SY of asphalt pavement, approximately 27 SY of reinforced

concrete pavement, concrete swale, chain-link fence and swing gate, bypass

pumping, selective demolition and repair of existing lift station and

utilities, and erosion and sedimentation control items.



April 6, 2016

1. Inmate Supplies (Annual Contract) ? RFB No. 16-0027

Scope of Bid

Provide inmate clothing, mattresses, mattress covers, linen, toiletries, and

dinnerware to the Consolidated Government of Columbus, Georgia (the City) on an

?as needed? basis. Inmates at Muscogee County Prison and Muscogee County Jail

will use the items. The contract period will be for two years with the option

to renew for three additional twelve-month periods.



2. Security Locking System Maintenance Service for Muscogee County Prison

(Annual Contract) ? RFB No. 16-0030

Scope of Bid

Provide preventive maintenance and/or repair service for the security

locking system at the Muscogee County prison. The contract period will be for

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

periods.



April 8, 2016

1. Property Damage Recovery Services (Annual Contract) ? RFP No. 16-0011

Scope of RFP

Columbus Consolidated Government is seeking proposals for a qualified firm to

identify damaged property; investigate, through various means, the individuals

or party responsible for the damage; and collect on property damage claims on

City highways. The contract term shall be for two (2) years, with the option

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



2. Internet Services (Annual Contract) ? RFP No. 16-0013

Scope of RFP

Columbus Consolidated Government invites proposal submissions from offerors to

provide primary internet services. The services will be replacing the existing

50 Mbps circuit with one of more capacity and to have that circuit be capable

of service delivery to one or more data center locations with the preference

being the Government Center Tower at 100 Tenth Street. The City is seeking at

least one connection point as part of this RFP, with the possibility of a

second connection at Citizens Service Center at 3111 Citizens Way.



The contract term shall be for five (5) years, with the option to renew for (5)

additional twelve-month periods.

Attachments


Back to List