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 # 7



Columbus Consolidated Government

Council Meeting



November 8, 2016



Agenda Report # 59



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) SNACK MACHINE VENDING SERVICES FOR VARIOUS LOCATIONS (ANNUAL CONTRACT) ?

RFP NO. 17-0005



It is requested that Council authorize the execution of a contract with Five

Star Food Service, Inc., (Chattanooga, TN) to provide snack vending machines

and services for various City locations.



Five Star Food Services, Inc., will provide all labor and equipment to provide

the following services, but not limited to:



A. Weekly servicing of vending machines

B. Maintain and/or replace inoperable machines

C. Examine stock and remove outdated/expired product

D. Provide a phone number for customers to call when refunds are required



The initial term of the contract shall be for two (2) 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.



Annual Contract History:



The previous five-year contract was awarded on October 26, 2010 (Resolution No.

379-10) to Five Star Food Services, Inc. (Chattanooga, TN).



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on June 9, 2016. This RFP has been

advertised, opened and evaluated. One proposal was received on August 19, 2016.



The Purchasing Division received two (2) statements of ?No Proposal

Submission?. The Vending Center, Inc. (Birmingham, AL) does not offer this

service as they are a distributor of vending equipment. Old Fashion Foods,

Inc. (Austell, GA) states Columbus is beyond their service area.



In accordance with Section 3-108, Item H of the Procurement Ordinance, the

Purchasing Division performed due diligence by conducting a survey of

non-responsive firms to determine if it was necessary to revise the

specifications to encourage more competition. The following (2) firms were

surveyed:



1. A-Action, Inc.: This vendor had submitted a proposal for the last

contract. An email was sent, for which the vendor did not provide a response.



2. Automatic Vending Service: This vendor had previously submitted emails

expressing interest in submitting a proposal, however when asked why they did

not submit a proposal their response was: ?We have been really busy because we

just recently purchased this business from the previous owner. We have been

working hard to make the accounts we have now better and we have also added a

lot of accounts recently.?

Based on the responses to the survey and ?no proposal submissions?, the

Purchasing Division determined that revisions were not required to the

specifications. The Purchasing Division opened the one (1) proposal received

from the following firm:



Five Star Food Service, Inc. (Chattanooga, TN)



The following events took place after receipt of the proposal:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation/1st Evaluation Meeting 10/4/16 Due to only receiving one proposal, the

Pre-Evaluation and First Evaluation committee meetings were combined. The

Purchasing Manager advised evaluation committee members of the RFP rules and

process. The proposal, which had been previously disbursed to each committee

member to review, was discussed.



Committee members requested clarification of the proposal.

Clarification Request 10/4/16 Request for clarification was forwarded to the vendor.

Clarification Received 10/11/16 The vendor submitted the requested clarification

information, which was forwarded to the Committee.

Evaluation Ballots Sent to Committee 10/14/2016 Evaluation ballots forwarded to voting

committee members.

Recommendation Received 10/19/16 Via email, the committee members unanimously voted to

award to the sole responsive firm.





Evaluation Committee:

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

(1) voting member from the Department of Parks and Recreation, one (1) voting

member from the Department of Public Works/Fleet Management, and one (1) voting

member from the Department of Transportation/METRA. A representative from the

City Manager?s Office served as a non-voting advisor.



Award Recommendation:

The evaluation committee unanimously recommends award of the contract to Five

Star Food Service, Inc., the sole responding firm, as reflected by their

comments provided below:



? Five Star currently provides great service

? Five Star maintains a good variety of snack choices in the vending machines

? Five Star responds quickly when service is needed

? Five Star services machines on a regular basis.



Vendor Experience/Qualifications:

? Five Star Food Service, Inc., has been in operation for 23 years, and their

core business is Vending Services.

? The firm maintains approximately 4000 vending machines throughout the

Southeast.

? The firm is supported by 14 operational centers within the states of

Tennessee, Georgia, and Alabama; and employs approximately 900 team members.



? The team members responsible for supporting the City?s vending operations

are: John Robbins, Scott Hale, Wayne McMillan, and Brady Martin. The industry

experience of these individuals averages 19.5 years each.



Client Work History

o TSYS (Columbus, GA): Contract initiated ?over 10 years ago?



o NCR (Columbus, GA): Contract initiated October, 2009



o Swift Spinning, Inc. (Columbus, GA): Contract initiated September, 1994



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 deposited into the following Revenue Account: General Fund ?

Government Wide Revenue ? Facilities Rental; 0101-0999-1999-REVN-4665.



* * * * * *



(B) ADVISORY AND CONSULTING SERVICES FOR THE COLUMBUS CONSOLIDATED GOVERNMENT

457 DEFERRED COMPENSATION PLAN AND ITS BOARD (ANNUAL CONTRACT) ? RFP NO. 16-0016



It is requested that Council authorize the execution of a contract with The

Bogdahn Group, (Orlando, FL) to provide professional advisory and investment

consulting services for the Columbus Consolidated Government?s 457 Deferred

Compensation Plan.



The Bogdahn Group will provide the following services:

? Provide the City and/or DCP Board with general information relating to the

457 Deferred Compensation Plan.

? Review and analyze service providers? performance. Review and analyze

service providers? quarterly and annual reports.

? Provide the City and/or DCP Board with regular updates on developments

related to Plan?s investments, relevant regulatory issues, including

information on legislative, Department of Labor, and or/IRS matters of

relevance to retirement benefits? plans.

? Provide general information to the City and/or DCP Board, as applicable,

relating to investment concepts such as risk and return, diversification,

dollar cost averaging or different rates of return per asset class.

? Provide the City and/or DCP with generalized education information on various

asset allocation models.

? Assist the City and/or DCP Board with service-related issues with 457 service

providers for the Plan.

? Assist the City and/or DCP Board with objective performance analysis

reporting of investments utilized by Plan versus benchmarks and/or peer group.

? Assist the City and/or DCP Board with review of fees and overall Plan

effectiveness including overall expenses.

? Help the City and/or DCP Board to evaluate the investment choices for the

Plan by assisting with the assessment of investment alternatives proposed by

service providers as applicable.

? Insure service providers? compliance with Columbus Consolidated Government?s

adopted Plan Document.

? Assist the City and/or DCP Board by participating in periodic DCP Board

meetings to present investment performance reporting assessment(s) and to

provide consultative and advisory services.

? Provide the City and/or DCP Board with consultation on evaluation of service

provider alternative(s).

? Assist the City and/or DCP Board with implementation and transition to new

service provider(s).



The initial term of the contract shall be for two (2) years, with the option to

renew for three (2) additional twelve-month periods. The contract renewal will

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



Annual Contract History:



The previous five-month contract was awarded on February 23, 2016 (Resolution

No. 55-16) to Raymond James & Associates, Inc. (Columbus, GA).



The City completed a Request for Proposal to select a sole-provider going

forward for its Deferred Compensation Plan to provide third party

administration, recordkeeping, education and investment management services for

the Plan. VALIC (Boca Raton, FL) was awarded the contract on October 27, 2015

(Resolution No. 305-15).



During the transition period, Raymond James & Associates reviewed fund line-up

for all 457 Service Providers, assisted the City in evaluating the investment

choices for the plan by assisting with the assessment of investment

alternatives as applicable; established quarterly reports of plan performance,

reviewed quarterly performance reports, ensured compliance with CCG Plan

Document for all 457 vendors, and participated in vendor meetings as requested



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on April 6, 2016. This RFP has been

advertised, opened and evaluated. Proposals were received on April 29, 2016

from the following vendors:



The Bogdahn Group (Orlando, FL)

Summit Strategies Group (St. Louis, MO)

Cafaro Greenleaf (Red Bank, NJ)

Raymond James & Associates, Inc. (Columbus, GA)

Pensionmark Financial Group (St. Simons Island, GA)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 06/20/2016 The Purchasing Manager advised evaluation committee

members of the RFP rules and process, and provided an overview.



Proposals were disbursed to each committee member for review. Committee members

provided availability for 1st Evaluation meeting.

First Evaluation Meeting 07/26/2016 Committee discussed proposals from all vendors. No

additional clarifications were requested in regard to proposals. Voting

members stated they were ready to complete evaluation forms.



Committee members tentatively scheduled 2nd Evaluation meeting.

Evaluation Forms Sent to Committee 07/26/2016 Evaluation forms forwarded to voting

committee members

Evaluation Forms/Results 07/28/2016 Evaluation forms were completed and returned to Purchasing

for compilation results. The results were sent to the Evaluation Committee

members.

Second Evaluation Meeting 08/02/2016 Committee discussed scoring and short-listed the

top 2 ranked vendors, Summit Strategies Group and The Bogdahn Group, for

presentations.



Committee requested that letters be sent to Summit Strategies Group and The

Bogdahn Group outlining information to be included within their presentation,

and requesting additional information.

Presentations 08/29/2016 Presentations were scheduled for Summit Strategies Group

and The Bogdahn Group; however, Summit Strategies Group withdrew their proposal

from consideration.



Following the presentation by The Bogdahn Group, the Committee discussed the

presentation, but were not prepared to vote until the references were checked

for the vendor.

Telephonic Reference Checks 09/07/2016-09/14/2016 Telephonic reference checks were made

to three of the references.

Recommendation received 09/28/2016 Via email, the committee members unanimously voted to

award to the highest ranked vendor.

Request for Price Negotiation received 10/18/2016 An request was made via email to

request a ?best and final offer? from The Bogdahn Group, the recommended vendor.

Price Negotiation Completed 10/19/2016 The Bogdahn Group agreed to negotiate their price

that was acceptable to both parties.





Evaluation Committee:

The proposals were reviewed by the Evaluation Committee, which consisted of (1)

voting member from the Human Resources Department, (1) voting member from the

IT Department, and (1) voting member from the Deferred Compensation Board. A

representative from the Human Resources Department served as non-voting

advisor, and (1) representative from the Finance Department served as a

non-voting advisor.



Award Recommendation:

The evaluation committee deemed the proposal from The Bogdahn Group most

responsive to the RFP specifications. Therefore, the Evaluation Committee, as

reflected by their comments provided below, recommends award of the contract to

The Bogdahn Group based on evaluator comments below:



? The Bogdahn Group proposal scored very well.

? The Bogdahn Group has an excellent history of providing consulting advisory

services.

? The Bogdahn Group submitted reasonable pricing for services.

? The Bogdahn Group?s in-person interview (presentation) inspired further

confidence.

? The Bogdahn Group reference checks references all gave them the highest in

recommendations and validated our expectations.

Vendor Experience/Qualifications:

The Bogdahn Group (TBG) has provided investment advisory services since the

firm?s inception in 2000. It is an independent, employee owned investment

consulting firm that advises over 500 institutional clients with $60 billion of

assets nationwide.



? The Bogdahn Group is registered as an investment advisor with the Securities

and Exchange Commission under the Investment Advisors Act of 1940.

? The Bogdahn Group employs 68 full-time professionals from a variety of

educational and professional backgrounds, including 33 investment consultants.

Investment consultants average 20 years of experience, and include: 14 CFA?

Charterholders, 2 CIPM Charterholders, 3 CAIA Charterholders, and 24 advanced

degree holders.

? The Bogdahn Group is structured as a 100% employee-owned limited liability

company. It has no parent or affiliated companies, and no economically

beneficial relationships with any bank, broker/dealer, investment manager,

insurance company, actuary or other vendor.

? The Bogdahn Group is headquartered in Orlando, FL, but also has offices in

Chicago, IL; Pittsburgh, PA; Tulsa, OK; Cleveland, OH; and Detroit, MI. All

offices provide investment consulting services.

? The Bogdahn Group currently provides investment consulting services to 49

public defined contribution plans.

Client Work History

o City of West Palm Beach (West Palm Beach, FL) ? Deferred Compensation Plan

for General Employees and consulting on Defined Benefit Plan.



o Town of Hilton Head Island (Hilton Head Island, SC) ? Deferred Compensation

Plan

o Macon-Bibb County Fire and Police Department Employees? Retirement System

(Macon, GA) ? Defined Benefit Plan

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 are budgeted in the FY17 Budget: General Fund -Human Resources ?

Employee Benefits ? Consulting; 0101-220-2100-BENE-6315.



* * * * *



(C) GYM FLOOR REPAIRS, STRIPPING & SEALING (Annual Contract) ? RFB No. 17-0012



It is requested that Council approve the annual contract for gym floor repairs,

stripping and sealing from AllSport Court Maintenance (Gainesville, FL) for the

estimated annual contract value of $46,136.00.



The contractor will perform necessary maintenance services to recondition the

gym floors, including stripping/sealing and drum sanding the wood gym flooring

for the Parks & Recreation Department. The maintenance services will be

performed, on an ?as needed basis,? at: Comer Gym, 29th Street Gym, North

Columbus Recreation Center, Shirley Recreation Center, Frank D. Chester

Recreation Center, Northside Recreation Center, Psalmond Road Recreation

Center, Pop Austin Recreation Center, Carver Park Recreation Center. As well

as, stripping and refinishing the stage area at Comer gym and the aerobic

flooring at Psalmond Road Recreation Center, Shirley Recreation Center and

Northside Recreation Center.



The contract period is for two years, with the option to renew for three

additional twelve-month periods. Renewal is contingent upon the mutual

agreement of the City and the Contractor.



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

the Georgia Procurement Registry. Seven (7) bids were received on September

30, 2016. This bid has been advertised, opened and reviewed. The bidders were:





Vendors Bid Amount

AllSport Court Maintenance (Gainesville, FL)

Flooring Installers Network (Lawrence, GA)

Stevens Gymnasiums, Inc. (Roswell, GA)

Gym Masters (Searcy, AZ)

Ram Enterprises, Inc. (Montgomery, AL)

Athletic Specialties & Construction, Inc.

(Murrayville, GA)

Bone Hardwood Flooring, LLC (Columbus, GA) $46,136.0 0

$55,688.50

$61,420.00

$64,030.00

$67,200.00

$73,860.00



$100,838.00





Funds are budgeted each fiscal year for this ongoing expense: General Fund ?

Parks & Recreation ? Recreation Services ? Contractual Services,

0101-270-2400-RECR-6319.



* * * * * * * *

(D) PROFESSIONAL SERVICES FOR REMEDIATION OF ENVIRONMENTAL HAZARDOUS

CHEMICALS/WASTE (ANNUAL CONTRACT) ? RFP NO. 17-0001



It is requested that Council authorize the annual contract for professional

services for remediation of environmental hazardous chemicals/waste with KAM,

Inc. (Columbus, GA) as the Primary Contractor, and Global Solutions and

Logistics, LLC d/b/a Alexanders Industrial Services (Phenix City, AL) as the

Secondary Contractor. The contract requires the Contractor to provide

professional consulting and construction services, on an ?as needed basis?, for

the remediation and disposal of environmental hazardous chemicals and waste,

such as: acids/bases, cyanide wastes, dry cleaning wastes, formaldehyde, heavy

metals, ignitable wastes, ink sludges, lead-acid batteries, pesticides,

preserving agents, reactives, spent solvents, and plating wastes.



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

contacted first. The services of the Secondary Contractor will be required in

instances when the Primary Contractor is unavailable.



If a person or party creates an incident that requires the remediation and/or

disposal of environmentally hazardous chemicals or waste, and the responsible

person or party does not reimburse the awarded contractor for the

remediation/disposal services, then Columbus Consolidated Government will not

be held responsible for payment.



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 KAM, Inc. was awarded on February 8, 2011

(Resolution No. 73-11). The contract was extended for the current contractor

through September 30, 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 June 27, 2016. This RFP has been

advertised, opened and evaluated. Proposals were received on July 29, 2016

from the following vendors:



KAM, Inc. (Columbus, GA)

Global Solutions and Logistics, LLC d/b/a Alexanders Industrial Services

(Phenix City, AL)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Held Agenda/Action

Pre-Evaluation Meeting

08/26/2016 The Purchasing Manager 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 for review. Committee members

provided availability for 1st Evaluation meeting.

1st Evaluation Meeting 09/13/2016 Discussed each of the two (2) proposals received.

Committee members directed Purchasing to contact both proposers regarding a

change to the specifications allowing for the recommendation of a Primary and a

Secondary Contractor, as well as, to get various clarifications from each

vendor.

2nd Evaluation Meeting 10/04/2016 Discussed clarification responses and decided it would

be in the best interest of the City to recommend award for a Primary and a

Secondary Contractor. No additional clarifications were requested in regard to

proposals. Voting members stated they were ready to complete evaluation forms.

Evaluation Forms Sent to Committee 10/04/2016 Evaluation forms forwarded to voting

committee members.

Evaluation Forms/Results 10/18/2016 Evaluation forms were completed and returned to Purchasing

for compilation results. The results were sent to the Evaluation Committee

members.

Recommendation received 10/19/2016 Via email, the committee members voted to recommend

award to the highest ranked vendor, KAM, Inc., as the Primary Contractor; and

Alexanders Industrial Services as the Secondary Contractor.



Evaluation Committee:

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

one representative from Engineering, one representative from Fire/EMS, and one

representative from Public Works, who served as voting members. The committee

also consisted of one representative from Engineering, one representative from

the Columbus Office of Homeland Security, and one representative from Public

Works, who served as non-voting advisory members.



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 KAM, Inc. (Columbus, GA) to

be most responsive to the RFP specifications, as the Primary Contractor, based

on evaluator comments below:



? KAM, Inc. and its subcontractors are well-qualified for this job. This

vendor has more than 25 years of work in this field. They have years of

experience mitigating spills for the Columbus Consolidated Government.

Excellent quality of work and responsiveness.

? KAM?s service plan is flexible in that they stated if a quick response was

needed for 55-gallon drum pickup/transport, they would respond immediately.

? KAM, Inc. offers a response time of 1? hours with management response within

1 hour. They offer this response 24/7 year round.

? KAM?s work history is very complete, with clients, dates, project name and

size, and dollar value. This complete listing instills confidence in a

reviewer of the record keeping and project accountability being done.



Vendor(s) Experience and Qualifications:



KAM, Inc. (Primary Contractor)

KAM, Inc. was organized as a corporation in 1988 and is engaged full time as an

environmental remediation contractor. Their experience ranges from the cleanup

of overturned tankers, underground storage tank removal, petroleum in situ

remediation systems, pond closures, landfill construction, closure and

maintenance.



? Key Personnel:

o Tony Wright, Partner/Senior Vice President

o Michael Morris, Senior Project Superintendent

o Bradley D. Wright, Project Engineer

o Ronnie Rehburg, Senior Project Superintendent

? Client Work History: This is a brief listing of various types of projects.

o Federated Insurance: Overturned tractor chemical release. [2016]

o WestRock: Ash Pond ? Removal of approximately 320,000 cy of ash. [2015]

o Arcadis: Petroleum remediation system installation. [2015]

o Georgia Power: Various transformer oil releases. [2015]

o Atmos Energy: Lead contaminated soil excavation/disposal. [2015]

o Cargill/Environ: Excavation and disposal of approximately 90,000 cy of

pesticide contaminated soils. [2014/2015]

o CH2M Hill: Petroleum remediation system installation. [2013/2014]

o Geosyntec: Dry Cleaners remediation. [2013]

o S&ME/Six Flags: Underground storage tank removal. [2013]

o WestRock: Cell #6 landfill liner construction. [2012]



The evaluation committee deemed the proposal from Alexanders Industrial

Services (Phenix City, AL) to be most responsive to the RFP specifications, as

the Secondary Contractor, based on evaluator comments below:



? Alexanders Industrial Services is qualified in the mitigation of hazardous

materials spills.

? Alexanders Industrial Services service plan is outlined well, and getting the

service done in a timely manner is a good attribute.

? Alexanders Industrial Services response time meets the requirements.



Alexanders Industrial Services (Secondary Contractor)

Global Solutions and Logistics, d/b/a Alexanders Industrial Services was

incorporated in the State of Alabama in 2010 and has been providing

transportation and disposal of hazardous chemicals and waste, and full

remediation services since its inception.



? Key Personnel:

o Loren David Alexander, Owner

o Jhonalan Kimbell, Division Manager

o Jeffrey K. Pace, Environmental Health and Safety Officer

o Eric J. VanDenBerghe



? Client Work History/References:

o Knauf Insulation

o International Paper

o Kemira Chemicals

o Exide Technologies

o Russell County EMA Director

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

Fire Department - Special Operations - Other Purchased Services;

0101-410-2600-SPCO-6699 and other funding sources as needed.



(E) IN-SERVICE TRAINING WORKSHOP SERVICES FOR COMMUNITY SCHOOLS PROGRAM (ANNUAL

CONTRACT) ? RFP NO. 17-0002



It is requested that Council authorize the annual contract with Kennesaw State

University (Kennesaw, GA) to provide in-service training workshops for the

personnel of the Community Schools Program, to include Child and Youth

Development; Safety, Health and Nutrition of Children; and Mandatory Reporting

and Identification of Indicators of suspected abuse and neglect, in compliance

with the Council on Accreditation.



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 Kennesaw State University was awarded on

July 26, 2011 (Resolution No. 267-11), to provide in-service training workshops

for the personnel of the Community Schools Program.



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on June 27, 2016.



This RFP has been advertised, opened and evaluated. Proposals were received on

July 29, 2016 from the following vendors:



Kennesaw State University (Kennesaw, GA)

Trinity Training & Facilitation (Stockbridge, GA)

Wilson?s Garden of Hope (Augusta, GA)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Held Agenda/Action

Pre-Evaluation Meeting

8/26/2016 The Purchasing Manager advised evaluation committee members of the RFP

rules and process. Project Heads provided overview and expectations of the

contracted vendor(s).



Committee decided to meet again on September 15, 2016.

1st Evaluation Meeting 09/15/2016 Discussed each of the three proposals received.

Committee members voiced questions, needing vendor clarification from each

proposer.

Clarifications sent 09/21/2016 Clarification requests were sent to vendors.

Clarification responses forwarded 10/03/2016 Vendor responses to clarifications were

forwarded to committee members via email. Voting members agreed they were

ready to complete the evaluation forms.

Evaluation forms 10/04/2016 Evaluation forms forwarded to all voters.

Evaluation forms completed 10/14/2016 Evaluation forms were completed and returned to Purchasing for compilation

results.

Evaluation Results 10/25/2016 Results were sent to Evaluation Committee members.

Recommendation received 10/25/2016 Evaluation committee voted to award to highest ranked

vendor.



Evaluation Committee:

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

two representatives from Parks and Recreation, and one representative from the

City Manager?s Office, who served as voting members. The committee also

consisted of one non-voting advisory member from Parks and Recreation.



Award Recommendation:

The evaluation committee deemed the proposal from Kennesaw State University,

most responsive to the RFP specifications. Therefore, the Evaluation

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

the contract to Kennesaw State University for the following reasons:



? Kennesaw State University qualifications/experience were very outlined,

providing a detailed description of each trainer. Personnel is highly trained

and educated.

? Kennesaw State University is Bright from the Start certified. They also have

a history that includes workshops at various college programs. They have worked

on the level of school districts and seem more geared towards children. This

fits in accordance with the nature of what our staff does. They are also

experienced with Columbus Consolidated Government and youth in Columbus.

? Kennesaw State University has a service plan that is tailored to meet the

needs of our program.

? The costs presented by Kennesaw State University are appropriate and fair,

and well within budgeted amount for this training.



Vendor(s) Experience and Qualifications:

Kennesaw State University was founded in 1963, and is a unit of the University

System of Georgia. The A.L. Burruss Institute of Public Service and Research at

Kennesaw State University was created in 1988, and provides expert consulting

and assistance across a broad range of policy areas to governmental entities at

various levels, as well as, non-profit organizations.



? Key Personnel:

o Dr. Barbara Blake ? Has more than 20 years of experience working in community

health nursing, including practicing as a school health nurse and school health

educator.

o Dr. Joya Carter Hicks ? Is a professor in the special education teacher

preparation program within the Department of Inclusive Education at Kennesaw

State University, and has been an instructor, researcher and trainer in the

fields of multi-cultural and inclusive education for several years.

o Dr. Raynice Jean-Sigur ? Is an Associate Professor of Early Childhood

Education in the Department of Elementary and Early Childhood Education at

Kennesaw State University, instructing pre-service teachers in the areas of

pre-school curriculum, child growth and development and multi-cultural

education. She is a Bright from the Start certified educator.

o Ms. Robbi Scheuer ? Is a registered and licensed dietitian and nutritionist

in the Atlanta area.

? Client Work History:

o Columbus Consolidated Government (Columbus, GA)

o Muscogee County School District (Columbus, GA)

o Marietta City Schools (Marietta, GA)

o 21st Century Community Learning Center (CCLC) (Douglasville, GA)

o Atlanta Public Schools (Atlanta, 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 are budgeted each fiscal year for this ongoing expense: Multi-Govt

Project Fund -Parks & Recreation -U.S. Army CYS Strong Program

-Education/Training, 0216-270-3575-ASPY-6601.



* * * * * *



(F) DODGE CHARGER POLICE PURSUIT VEHICLES ? RFB NO. 17-0022



It is requested that Council authorize the purchase of twenty (20) 2017 Dodge

Charger police pursuit vehicles from Akins Ford, LLC (Winder, GA), at a unit

cost of $24,130.00, for a total cost of $482,600.00.



The vehicles were approved in the 2017 Budget and will be used by patrol

officers of the Columbus Police Department. These are replacement units.



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

the Georgia Procurement Registry on September 21, 2016. Four (4) bids were

received on October 19, 2016. This bid has been advertised, opened and

reviewed. The bidders were:







VENDORS YEAR MANUFACTURER/MODEL UNIT PRICE TOTAL PRICE

(20 UNITS)

Akins Ford, LLC

(Winder, GA) 2017 Dodge Charger Police $24,130.00 $482,600.00

Don Jackson Chrysler Dodge Jeep Ram

(Union City, GA) 2017 Chrysler Dodge Charger LDDE48 $24,768.00 $495,360.00

Ginn Chrysler Jeep Dodge LLC

(Covington, GA) 2017 FCA Dodge Chrysler Police LDDE48 $26,845.00 $536,900.00

AutoNation CDJR Pembroke Pines

(Pembroke Pines, FL) 2017 FCA Corp. Dodge Charger LDDE48 * *

1AutoNation CDJR Pembroke Pines failed to provide pricing with their bid

submittal.



Funds are budgeted in the FY17 Budget as follows: LOST-Public Safety Fund ?

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



* * * * * * *



(G) FLATBED DUMP TRUCKS ? GEORGIA STATEWIDE CONTRACT



It is requested that Council approve the purchase of three (3) 10' Crew Cab

Flatbed Dump Trucks in the amount of $39,688.00 per unit, for a total price of

$119,064.00; from Wade Ford (Smyrna, GA), via Georgia State Contract

#99999-SPD-SPD0000039-0003.



The vehicles will be used by crews of the Urban Forestry and Beautification

Division to travel to and from work sites; and one (1) vehicle will be used by

the Street Division manager to transport crew members and equipment to and from

worksites while conducting City business. These are replacement vehicles.



Funds are budgeted in the FY17 Budget as follows: Paving Fund ? Public Works ?

Right of Way Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722.



* * * * *

(H) CHEVROLET TAHOE POLICE PURSUIT VEHICLES ? GEORGIA STATEWIDE CONTRACT



It is requested that Council approve the purchase of two (2) Chevrolet Tahoe

police pursuit vehicles in the amount of $33,638.00 per unit, for a total price

of $67,276.00, from Hardy Chevrolet (Dallas, GA), via Georgia State Contract

#99999-SPD-ES40199409-0002.



The vehicles will be used by patrol officers of the Columbus Police

Department. These are replacement vehicles.



Funds are budgeted in the FY17 Budget as follows: LOST-Public Safety Fund ?

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



* * * * *



(I) MACON ROAD FIRE TRAINING CENTER ? RFB No. 17-0020



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

with Graddy Construction, Inc. (Columbus, GA) in the amount of $748,000.00 for

construction of the Macon Road Fire Training Center.



The work consists of, but is not limited to the following major elements: 1)

Site Work: To complement Fire Station 9 on Macon Road. Site work to include

earth fill, excavations, grading, paving, drainage, utilities, soil erosion

control, roadways, concrete pads, etc. 2) Fire Training Tower: Columbus

Consolidated Government has purchased a prefabricated 5-story tower to be

constructed by others, coordinated by the successful bidder, on the site.

General Contractor?s work will include coordination, site prep, concrete on

slab work, concrete footings and rebar, concrete work within the 5-story tower,

and utility work and connections to Owner provided and installed gas props,

etc. 3) Control Room: Concrete slab on grade, load bearing masonry walls with

brick veneer, steel roof trusses, metal roofing, approximately 500 sf of new

construction for a control room with toilets and shower. Work includes all

civil, paving, landscaping, mechanical, electrical and plumbing.



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

Georgia Procurement Registry on September 13, 2016. Three (3) bids were

received on October 26, 2016. This bid has been advertised, opened and

reviewed. The bidders were:



Contractors Total Unit Price Bid DBE

Participation

Graddy Construction, Inc. (Columbus, GA) $ 748,000.00 1.7%

Freeman & Associates, Inc. (Columbus, GA) 768,500.00 2.6%

River City Contracting (Columbus, GA) ?782,143.00 12.2%



? The submittal from River City Contracting did not include a Non-Collusion

Affidavit. Therefore, the bid from River City Contract was deemed

non-responsive and did not receive further consideration for award.



Funds are available in the FY17 Budget: Special Projects-Capital Projects Fund

? Capital Projects ? General Fund Supported Capital Project ? General

Construction ? Burn Building; 0508-660-1000-CPGF-7661-22941-20150.



* * * * * *



(J) CHEROKEE AVENUE RETAINING WALL REPAIRS ? RFB No. 17-0023



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

with Cline Service Corp. (Columbus, GA) in the amount of $399,995.00 for

retaining wall repairs at Cherokee Avenue.



The scope of work includes providing repairs to the eastern canal retaining

wall at Cherokee Avenue. The roadway reconstruction shall be performed in

accordance with GDOT Standard Specifications for Construction of Transportation

Systems, 2013 Edition. Cline Service Corp. shall comply with the FEMA contract

provisions.



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

Georgia Procurement Registry on September 28, 2016. Four (4) bids were

received on October 26, 2016. This bid has been advertised, opened and

reviewed. The bidders were:



Contractors Total Unit Price Bid DBE

Participation

Cline Service Corp. (Columbus, GA) $ 399,955.00 0%

Southeastern Site Development, Inc. (Newnan, GA) 434,007.43 10%

Earth-Scapes, Inc. (Phenix City, AL) 446,463.00 9%

JHC Corporation (Peachtree City, GA) 504,880.00 10%



Funds are budgeted in the FY17 Budget: Special Projects-Capital Projects Fund

? Capital Projects ? Sewer Fund Supported Capital Projects ? Drainage/Street

Improvements ? Cherokee Retaining Wall Repairs; 0508-660-2000-CPSF-7622 -

21129-20170.



* * * * * *

(K)(1) FIRE APPARATUS WITH LOOSE EQUIPMENT FOR FIRE/EMS (DELAYED)



It is requested that Council approve the purchase of the following fire

apparatus from Fireline, Inc., (Winder, GA), for the total amount of

$2,959,342.00:



Three (3) E-ONE 1500 GPM Side Mount Rescue Pumper with 1030 Gallon Booster Tank

Mounted on a New 2017 Custom E-ONE Typhoon Cab & Chassis, ($403,000 each)

$1,209,960.00

One (1) E-ONE 2000 GPM 100? Straight Aerial (Quint) with 300 Gallon Booster

Tank Mounted on a New 2017 Custom E-ONE Cyclone II Cab & Chassis 869,721.00

One (1) E-ONE 20? Non Walk In Rescue Truck Mounted on a New 2017 Custom E-ONE

Cyclone II Cab & Chassis 642,804.00

Loose Equipment for five (5) vehicles to be determined for each vehicle.

Examples of loose equipment include: Self Contained Breathing Apparatus (SCBA),

Extra SCBA cylinders, Thermal Imaging Camera (TIC), Multiple ladders of

different lengths, Fire Hose 1", 3", 5", Deck gun and accessories, nozzles, etc.

300,000.00

Grand Total before Pre-Payment Discount $3,022,485.00

Minus Discount for 100% Pre-Payment -81,278.00

Total Truck and Equipment Purchase Amount 2,941,207.00

100% Performance Bond 18,135.00

GRAND TOTAL PRE-PAY AMOUNT $2,959,342.00



This is new equipment approved in the FY17 Budget. The department is in need

of these vehicles due to the age, mileage and multiple repairs needed for the

current fleet.



To accomplish this purchase, the Department of Fire & EMS is participating in

Contract No. FS12-15 administered by the Houston-Galveston Area Council

cooperative purchasing program (HGACBuy). The contract covers the period from

December 1, 2015 ? November 30, 2017. As a unit of local government, HGACBuy

strives to make the governmental procurement process more efficient by

establishing competitively priced contracts for goods and services, and

providing the customer service necessary to help its members achieve their

procurement goals. The cooperative bid was administered by the aforementioned

organization to be extended and guaranteed to any and all units of local

governments and public safety agencies. All contracts available to

participating members of HGACBuy have been awarded by virtue of a public

competitive procurement process compliant with state statutes. All units of

local government, including non-profits providing governmental services, are

eligible to become participating members of HGACBuy. The procurement process

administered by HGACBuy meets the procurement requirements of Columbus

Consolidated Government. The City?s Procurement Ordinance, Article 9-101,

?Cooperative Purchasing Authorized,? allows for participation in this Bid.

E-One is one of the awarded manufactures on the contract, for fire apparatus,

as well as, the loose equipment, under the same contract. FireLine, Inc., is

the authorized dealer in Georgia for E-One.



Funds are budgeted in the GMA Direct Lease Program.





(K)(2) GMA LEASE AGREEMENT FOR FIRE APPARATUS WITH LOOSE EQUIPMENT FOR FIRE/EMS

(DELAYED)



It is requested that Council authorize the City Manager to execute a Supplement

Lease, under the

GMA Direct Lease Program, for the purchase of Fire apparatus with loose

equipment, for the total amount of $2,959,342.00, as cited in (K)(1) above.



* * * * * *

(L) REFRIGERATION EQUIPMENT AND INSTALLATION SERVICES FOR WALK-IN COOLERS AND

FREEZERS AT MUSCOGEE COUNTY JAIL



It is requested that Council approve the purchase of refrigeration equipment

and installation services from Terry Miller Service Company (Columbus,

Georgia), in the amount of $35,600.00, for the kitchen at the Muscogee County

Jail.



The vendor will install new refrigeration equipment for the walk-in coolers and

freezers in the Jail Kitchen as follows:

-Install new evaporator coils in the left and right walk-in coolers

-Install new evaporator coils in the left and right walk-in freezers

-Install new refrigerant 404 in each unit

-Install new condensers on the roof for each walk-in cooler and each

walk-in freezer.

-New refrigerant copper lines for each unit

-Roofing materials included

-Crane

-Labor

-Freight included

-One-year warranty on all parts



The coolers and freezers are 32 years old. These units have a refrigerant in

them that is being phased out and will not be available soon.

Terry Miller Service Company was approved to perform emergency repairs, under

$25,000, on the boxes and doors of the coolers and freezers. Since the vendor

will already be on site, the Public Works/Facilities Maintenance Division saw

the opportunity to make additional needed repairs to bring the units up to

date. While repairs are made, the contractor will provide a refrigerant

trailer to store the food.

Funds are available in the FY17 Budget: General Fund-Public Works-Other

Maintenance & Repairs-Building Maintenance-Public Safety; 0101 ? 260 ? 3710 ?

REPA ? 6528.

* * * * * *

(M) SOUND SYSTEM FOR COLUMBUS CIVIC CENTER

It is requested the Council approve the purchase of a sound system for the

Columbus Civic Center from Columbus Tape and Video (Columbus, GA), in the

amount of $13,819.49, to be funded from the Friends of Columbus Account for the

Civic Center.



The current Bose sound system utilized in the Civic Center arena was in

installed in November 2014 at the request of the Columbus Cottonmouths. The

system was installed by Columbus Tape and Video, under the supervision of the

Operations Division, and was to be installed for a temporary period.



The temporary system was needed to overcome the poor quality of the original

sound system installed when the Civic Center was constructed in 1996. The

original sound system had gone beyond its useful life and was inoperable

without sinking a considerable amount of money into the problem. (From 2011 to

2014 the Civic Center spent more than $25,000 to fix issues - including blown

amps, etc.). A new sound system would cost in excess of $250,000.



Upon completion of the temporary sound system install for the Cottonmouths, the

Civic Center received numerous requests from the Columbus Lions, Rodeos, Harlem

Globetrotters, MCSD Graduations, and others to utilize the 'new' sound

package. To enhance the experience at these events, the Civic Center

management allowed Columbus Tape and Video to work with the building users to

utilize the system at a cost to the user.



Now that the system has become an integral part of these events, the Civic

Center desires to purchase the ?temporary? system to ensure quality and

financial control going forward. Columbus Tape and Video has agreed to a

depreciated purchase cost of $13,819.49.



Council approval is required because this purchase will be funded from the

Friends of Columbus Account for the Civic Center.



?ITEM A?

A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH FIVE STAR FOOD

SERVICES, INC. (CHATTANOOGA, TN), TO PROVIDE SNACK VENDING MACHINE SERVICES FOR

VARIOUS CITY LOCATIONS.



WHEREAS, an RFP was administered (RFP No. 17-0005) and one (1) proposal was

received; and,



WHEREAS, in accordance with Section 3-108, Item H of the Procurement Ordinance,

the Purchasing Division performed due diligence by conducting a survey of

non-responsive firms to determine if it was necessary to revise the

specifications to encourage more competition. Based on the responses to the

survey, the Purchasing Division determined that revisions were not required; and



WHEREAS, the proposal submitted by Five Star Food Service, Inc., met all

proposal requirements; and,



WHEREAS, the term of this contract shall be for two (2) years, with the option

to renew for three (3) consecutive twelve-month periods. Contract renewal will

be based upon the vendor?s service during the previous contract term and 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 enter into a contract with Five

Star Food Service, Inc., to provide snack vending machine services for various

City locations. Revenue from the vending machine(s) will be deposited in the

following Revenue Account: General Fund ?Government Wide Revenue ? Facilities

Rental; 0101-0999-1999-REVN-4665.

______________



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 Davis voting __________.

Councilor Garrett 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 EXECUTION OF A CONTRACT WITH THE BOGDAHN GROUP

(ORLANDO, FL), TO PROVIDE PROFESSIONAL ADVISORY AND INVESTMENT CONSULTING

SERVICES FOR THE COLUMBUS CONSOLIDATED GOVERNMENT?S 457 DEFERRED COMPENSATION

PLAN.



WHEREAS, an RFP was administered (RFP No. 16-0016) and five (5) proposals were

received; and,



WHEREAS, the proposal submitted by The Bogdahn Group met all proposal

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



WHEREAS, the term of this contract shall be for two (2) years, with the option

to renew for three (3) consecutive 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 enter into an annual contract

with The Bogdahn Group to provide professional advisory and investment

consultant services. Funds are budgeted in the FY17 Budget: General Fund

-Human Resources ? Employee Benefits ? Consulting; 0101-220-2100-BENE-6315.



_______________



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 Davis voting __________.

Councilor Garrett 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 Gym Floor REPAIRS, STRIPPING &

SEALING ON AN ?AS NEEDED? BASIS, FROM ALLSPORT COURT MAINTENANCE (GAINESVILLE,

FL) FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $46,136.00.



WHEREAS, the contractor will perform necessary maintenance services to

recondition the gym floors, including stripping/sealing and drum sanding the

wood gym flooring for the Parks & Recreation Department. The maintenance

services will be performed, on an ?as needed basis,? at: Comer Gym, 29th

Street Gym, North Columbus Recreation Center, Shirley Recreation Center, Frank

D. Chester Recreation Center, Northside Recreation Center, Psalmond Road

Recreation Center, Pop Austin Recreation Center, Carver Park Recreation Center.

As well as, stripping and refinishing the stage area at Comer Gym and the

aerobic flooring at Psalmond Road Recreation Center, Shirley Recreation Center

and Northside Recreation Center, and;



WHEREAS, 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.



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

gym floor repairs, stripping & sealing from AllSport Court Maintenance

(Gainesville, FL) for the estimated annual contract value of $46,136.00. Funds

are budgeted each fiscal year for this ongoing expense: General Fund - Parks &

Recreation ? Recreation Services ? Contractual Services,

0101-270-2400-RECR-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 Davis voting __________.

Councilor Garrett 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 ANNUAL CONTRACT, FOR PROFESSIONAL SERVICES FOR

REMEDIATION AND DISPOSAL OF ENVIRONMENTAL HAZARDOUS CHEMICALS/WASTE WITH KAM,

INC. (COLUMBUS, GA) AS THE PRIMARY CONTRACTOR, AND ALEXANDERS INDUSTRIAL

SERVICES (PHENIX CITY, AL) AS THE SECONDARY CONTRACTOR.



WHEREAS, the City will utilize this contract for the provision of professional

consulting and construction services, on an ?as needed basis?, for the

remediation and disposal of environmental hazardous chemicals and waste. The

department will contact the Primary contractor first. If the Primary

contractor is not available, then the Secondary contractor will be contacted;

and,



WHEREAS, the initial term of the contract 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 to

provide professional services for remediation & disposal of environmental

hazardous chemicals/waste, with KAM, Inc. (Columbus, GA) as the Primary

Contractor, and Alexanders Industrial Services (Phenix City, AL) as the

Secondary Contractor, on an ?as needed? basis. Funds are budgeted each fiscal

year for this ongoing service: General Fund - Fire Department - Special

Operations - Other Purchased Services; 0101-410-2600-SPCO-6699 and other

funding sources as needed.



_________________



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 Davis voting __________.

Councilor Garrett 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 EXECUTION OF AN ANNUAL CONTRACT WITH KENNESAW

STATE UNIVERSITY (KENNESAW, GA) TO PROVIDE IN-SERVICE TRAINING WORKSHOPS FOR

THE PERSONNEL OF THE COMMUNITY SCHOOLS PROGRAM.



WHEREAS, an RFP was administered (RFP 17-0002) and three proposals were

received from qualified offerors; and,



WHEREAS, the proposal submitted by Kennesaw State University met all proposal

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



WHEREAS, the contract term shall be for two years, with an 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 enter into a contract with

Kennesaw State University to provide in-service training workshops Parks and

Recreation Community School Program Personnel. Funds are budgeted each fiscal

year for this ongoing expense: Multi-Govt Project Fund -Parks & Recreation

-U.S. Army CYS Strong Program -Education/Training, 0216-270-3575-ASPY-6601.



_____________



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 Davis voting __________.

Councilor Garrett 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 PURCHASE OF TWENTY (20) 2017 DODGE CHARGER POLICE

PURSUIT VEHICLES FROM AKINS FORD, LLC (WINDER, GA), AT A UNIT COST OF

$24,130.00, AND A TOTAL COST OF $482,600.00.



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

patrol officers of the Columbus Police Department. These are replacement

units.



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



That the City Manager is hereby authorized to purchase twenty (20) 2017 Dodge

Charger police pursuit vehicles from Akins Ford, LLC (Winder, GA), at a unit

cost of $24,130.00, and a total cost of $482,600.00.

Funds are budgeted in the FY17 Budget as follows: LOST-Public Safety Fund ?

Police ? Public Safety-LOST ? 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 Davis voting __________.

Councilor Garrett 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 PURCHASE OF THREE (3) 10' CREW CAB FLATBED DUMP

TRUCKS IN THE AMOUNT OF $39,688.00 PER UNIT, FOR A TOTAL COST OF $119,064.00,

FROM WADE FORD (SMYRNA, GA), VIA GEORGIA STATE CONTRACT

#99999-SPD-SPD0000039-0003.



WHEREAS, these vehicles will be used by crews of the Urban Forestry and

Beautification Division to transport crew members and equipment to and from

work sites while conducting City business. These are replacement vehicles.



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



That the City Manager is hereby authorized to purchase three (3) 10' Crew Cab

Flatbed Dump Trucks in the amount of $39,688.00 per unit, for a total cost of

$119,064.00, from Wade Ford (Smyrna, GA). Funds are budgeted in the FY17

Budget as follows: Paving Fund ? Public Works ? Right of Way Maintenance ?

Light Trucks; 0203-260-3120-ROWM-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 Davis voting __________.

Councilor Garrett 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 H?

A RESOLUTION

NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) CHEVROLET TAHOE POLICE PURSUIT

VEHICLES IN THE AMOUNT OF $33,638.00 PER UNIT, FOR A TOTAL PRICE OF $67,276.00,

FROM HARDY CHEVROLET (DALLAS, GA), VIA GEORGIA STATE CONTRACT

#99999-SPD-ES40199409-0002.



WHEREAS, the vehicles will be used by patrol officers of the Columbus Police

Department. 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) Chevrolet Tahoe

police pursuit vehicles in the amount of $33,638.00 per unit, for a total price

of $67,276.00, from Hardy Chevrolet (Dallas, GA). Funds are budgeted in the

FY17 Budget as follows: LOST-Public Safety Fund ? Police ? Public Safety-LOST

? 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 Davis voting __________.

Councilor Garrett 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 I?



A RESOLUTION



NO._______

A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH GRADDY

CONSTRUCTION, INC. (COLUMBUS, GA) IN THE AMOUNT OF $748,000.00 FOR CONSTRUCTION

OF THE MACON ROAD FIRE TRAINING CENTER.



WHEREAS, the scope of work includes site work, the construction of a

pre-fabricated 5-story fire training tower, construction of a control room, and

all civil, paving, landscaping, mechanical, electrical and plumbing.



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



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

with Graddy Construction, Inc. (Columbus, GA) in the amount of $748,000.00 for

construction of the Macon Road Fire Training Center. Funds are budgeted in the

FY17 Budget: Special Projects-Capital Projects Fund ? Capital Projects ?

General Fund Supported Capital Project ? General Construction ? Burn Building;

0508-660-1000-CPGF-7661-22941-20150.



__________________



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 Davis voting __________.

Councilor Garrett 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 J?



A RESOLUTION



NO.______

A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH CLINE

SERVICE CORP. (COLUMBUS, GA) IN THE AMOUNT OF $399,995.00 FOR RETAINING WALL

REPAIRS AT CHEROKEE AVENUE.



WHEREAS, the scope of work includes providing repairs to the eastern canal

retaining wall at Cherokee Avenue. The roadway reconstruction shall be

performed in accordance with GDOT Standard Specifications for Construction of

Transportation Systems, 2013 Edition. Cline Service Corp. shall comply with

the FEMA contract provisions.



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



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

with Cline Service Corp. (Columbus, GA) in the amount of $399,995.00 for

retaining wall repairs at Cherokee Avenue. Funds are budgeted in the FY17

Budget: Special Projects-Capital Projects Fund ? Capital Projects ? Sewer Fund

Supported Capital Projects ? Drainage/Street Improvements ? Cherokee Retaining

Wall Repairs; 0508-660-2000-CPSF-7622 - 21129-20170.



____________________



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 Davis voting __________.

Councilor Garrett 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 K(1)?

A RESOLUTION



NO.______

A RESOLUTION AUTHORIZING THE PURCHASE OF THE FOLLOWING FIRE APPARATUS FROM

FIRELINE, INC., (WINDER, GA), FOR THE TOTAL AMOUNT OF $2,959,342.00:



Three (3) E-ONE 1500 GPM Side Mount Rescue Pumper with 1030 Gallon Booster Tank

Mounted on a New 2017 Custom E-ONE Typhoon Cab & Chassis, ($403,000 each)

$1,209,960.00

One (1) E-ONE 2000 GPM 100? Straight Aerial (Quint) with 300 Gallon Booster

Tank Mounted on a New 2017 Custom E-ONE Cyclone II Cab & Chassis 869,721.00

One (1) E-ONE 20? Non Walk In Rescue Truck Mounted on a New 2017 Custom E-ONE

Cyclone II Cab & Chassis 642,804.00

Loose Equipment for five (5) vehicles to be determined for each vehicle.

Examples of loose equipment include: Self Contained Breathing Apparatus (SCBA),

Extra SCBA cylinders, Thermal Imaging Camera (TIC), Multiple ladders of

different lengths, Fire Hose 1", 3", 5", Deck gun and accessories, nozzles, etc.

300,000.00

Grand Total before Pre-Payment Discount $3,022,485.00

Minus Discount for 100% Pre-Payment -81,278.00

Total Truck and Equipment Purchase Amount 2,941,207.00

100% Performance Bond 18,135.00

GRAND TOTAL PRE-PAY AMOUNT $2,959,342.00



WHEREAS, this is new equipment approved in the FY17 Budget. The department is

in need of these vehicles due to the age, mileage and multiple repairs needed

for the current fleet; and,



WHEREAS, to accomplish this purchase, the Department of Fire & EMS is

participating in Contract No. FS12-15 administered by the Houston-Galveston

Area Council cooperative purchasing program (HGACBuy). The contract covers the

period from December 1, 2015 ? November 30, 2017. As a unit of local

government, HGACBuy strives to make the governmental procurement process more

efficient by establishing competitively priced contracts for goods and

services, and providing the customer service necessary to help its members

achieve their procurement goals. The cooperative bid was administered by the

aforementioned organization to be extended and guaranteed to any and all units

of local governments and public safety agencies. All contracts available to participating members of HGACBuy have been awarded

by virtue of a public competitive procurement process compliant with state

statutes. All units of local government, including non-profits providing

governmental services, are eligible to become participating members of HGACBuy.

The procurement process administered by HGACBuy meets the procurement

requirements of Columbus Consolidated Government. The City?s Procurement

Ordinance, Article 9-101, ?Cooperative Purchasing Authorized,? allows for

participation in this Bid. E-One is one of the awarded manufactures on the

contract, for fire apparatus, as well as, the loose equipment, under the same

contract. FireLine, Inc., is the authorized dealer in Georgia for E-One.



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



That the City Manager is hereby authorized to purchase fire apparatus from

Fireline, Inc., (Winder, GA), for the total amount of $2,959,342.00. Funds are

budgeted in the GMA Direct Lease Program.

__________________



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 Davis voting __________.

Councilor Garrett 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 K(2)?

A RESOLUTION



NO.________



RESOLUTION FOR SUPPLEMENTAL LEASES



A RESOLUTION TO AUTHORIZE AND DIRECT THE CITY MANAGER TO EXECUTE ONE OR MORE

LEASE SUPPLEMENTS FOR A LEASE OR LEASES UNDER THE GMA DIRECT LEASING PROGRAM;

TO DESIGNATE SUCH LEASES AS QUALIFIED TAX-EXEMPT OBLIGATIONS; TO PROVIDE AN

EFFECTIVE DATE; AND FOR OTHER PURPOSES.



WHEREAS, the City has entered into a Master Lease (the ?Master Lease?) dated as

of ______________________, with Georgia Municipal Association, Inc. for the

leasing from time to time of certain equipment, machinery or other personal

property pursuant to Supplemental Leases;



NOW THEREFORE, BE IT RESOLVED OR ORDAINED AS FOLLOWS BY THE GOVERNING BODY OF

THE CITY:



1. The City Manager of the City is hereby authorized and directed

to execute and deliver a Lease Supplement pursuant to the Master Lease to put

into effect one or more leases for Various Fire Apparatus with Loose Equipment

(the ?Leased Property?); said officer of the City is authorized and directed in

the name and on behalf of the City to execute and deliver (i) one or more Lease

Supplements for items of the Leased Property in substantially the form attached

to the Master Lease, with such changes and additions as may be approved by said

officer, and (ii) such other documents as may be deemed by such officer to be

necessary or desirable to effect the purposes hereof or of the Master Lease,

and such execution shall constitute conclusive evidence that the executed

document has been authorized and approved hereby; the aforesaid officer is

further authorized to do all things necessary or appropriate to effectuate the

purposes hereof.



2. ? An appropriation in the City?s current operating budget has

previously been made which shall be sufficient to pay the ?Rentals? and the

?Termination Payment? during the ?Starting Term? under such Lease Supplements;

or



(check box if applicable)



? An appropriation from unappropriated and unreserved funds

in the City?s current operating budget is hereby made for the ?Rentals? and the

?Termination Payment? during the ?Starting Term? under such Lease Supplements,

and the budget of the City is hereby amended to reflect such appropriation to

the extent necessary.



3. The lease or leases contemplated by the said Lease Supplements are hereby

designated ?Qualified Tax-Exempt Obligations? within the meaning of Section

265(b)(3) of the Internal Revenue Code of 1986, as amended, and said officer

shall be authorized to confirm such designation by execution of appropriate

documents in connection therewith.



4. This authorization shall be effective immediately.



CLERK?S CERTIFICATE



The undersigned hereby certifies that he or she is the Clerk of the Columbus,

Georgia (the ?City?), and that the foregoing is a true copy of the ?

Resolution or ? Ordinance [Check One] adopted by the governing body of the

City at a meeting duly held on the_________, 20___, at which a quorum was

present and acting throughout, and that the same has not been rescinded or

modified and is now is in full force and effect. Given under the seal of the

City, this_______, 20______.





(SEAL) __________________________________



Clerk of Council





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 Davis voting __________.

Councilor Garrett 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 L?

A RESOLUTION



NO._______

A RESOLUTION AUTHORIZING THE PURCHASE OF REFRIGERATION EQUIPMENT AND

INSTALLATION SERVICES FROM TERRY MILLER SERVICE COMPANY (COLUMBUS, GEORGIA), IN

THE AMOUNT OF $35,600.00, FOR THE KITCHEN AT THE MUSCOGEE COUNTY JAIL.



WHEREAS, the vendor will install new refrigeration equipment for the walk-in

coolers and freezers in the Jail Kitchen; and,



WHEREAS, the coolers and freezers are 32 years old. These units have a

refrigerant in them that is being phased out and will not be available soon;

and,

WHEREAS, Terry Miller Service Company was approved to perform emergency

repairs, under $25,000, on the boxes and doors of the coolers and freezers.

Since the vendor will already be on site, the Public Works/Facilities

Maintenance Division saw the opportunity to make additional needed repairs to

bring the units up to date. While repairs are made, the contractor will

provide a refrigerant trailer to store the food.

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



That the City Manager is hereby authorized to purchase refrigeration equipment

and installation services from Terry Miller Service Company (Columbus,

Georgia), in the amount of $35,600.00, for the kitchen at the Muscogee County

Jail. Funds are available in the FY17 Budget: General Fund-Public Works-Other

Maintenance & Repairs-Building Maintenance-Public Safety; 0101 ? 260 ? 3710 ?

REPA ? 6528.

_____________



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 Davis voting __________.

Councilor Garrett 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 M?

A RESOLUTION

NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF A SOUND SYSTEM FOR THE COLUMBUS CIVIC

CENTER FROM COLUMBUS TAPE AND VIDEO (COLUMBUS, GA), IN THE AMOUNT OF

$13,819.49, TO BE FUNDED FROM THE FRIENDS OF COLUMBUS ACCOUNT FOR THE CIVIC

CENTER.



WHEREAS, the current Bose sound system utilized in the Civic Center arena was

in installed in November 2014 at the request of the Columbus Cottonmouths. The

system was installed by Columbus Tape and Video, under the supervision of the

Operations Division, and was to be installed for a temporary period. The

temporary system was needed to overcome the poor quality of the original sound

system installed when the Civic Center was constructed in 1996. The original

sound system had gone beyond its useful life and was inoperable without sinking

a considerable amount of money into the problem. (From 2011 to 2014 the Civic

Center spent more than $25,000 to fix issues - including blown amps, etc.). A

new sound system would cost in excess of $250,000; and,



WHEREAS, upon completion of the temporary sound system install for the

Cottonmouths, the Civic Center received numerous requests from the Columbus

Lions, Rodeos, Harlem Globetrotters, MCSD Graduations, and others to utilize

the 'new' sound package. To enhance the experience at these events, the Civic

Center management allowed Columbus Tape and Video to work with the building

users to utilize the system at a cost to the user. Now that the system has

become an integral part of these events, the Civic Center desires to purchase

the ?temporary? system to ensure quality and financial control going forward.

Columbus Tape and Video has agreed to a depreciated purchase cost of

$13,819.49; and,



WHEREAS, Council approval is required because this purchase will be funded from

the Friends of Columbus Account for the Civic Center.



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



That the City Manager is hereby authorized to purchase of a sound system for

the Columbus Civic Center from Columbus Tape and Video (Columbus, GA), in the

amount of $13,819.49, to be funded from the Friends of Columbus Account for the

Civic Center.



__________________





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 Davis voting __________.

Councilor Garrett 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