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 # 6



Columbus Consolidated Government

Council Meeting



June 23, 2015



Agenda Report # 129



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) CAMERAS ? RFB NO. 15-0028



It is requested that Council authorize the purchase of two-hundred-fifty (250)

point-and-shoot cameras (Canon PowerShot ELPH160) from 17th Street Photo

Supply, Inc. (New York, NY), at a unit price of $101.40, for a total price of

$25,350.00.



The cameras will be used by officers of the Columbus Police Department.



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

the Georgia Procurement Registry. Seven bids were received on June 3, 2015.

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



OPTION 2: POINT AND SHOOT CAMERAS

SUBMISSION REQUIREMENTS Manufacturer/Make/Model UNIT COST TOTAL COST

(250 UNITS)

17th Street Photo Supply, Inc.

(New York, NY) Canon PowerShot ELPH160 $101.40 $25,350.00

E-Logic, Inc. (Washington, D.C.) Canon PowerShot ELPH135 $115.00 $28,750.00

B&H Photo Video

(New York, NY) Canon PowerShot ELPH160 Camera 0137C001 $125.65 $31,412.50

Midwest Photo Exchange (MPEX)

(Columbus, OH) Nikon S3700 $163.38 $40,845.00

MAXSUR

(Liberty Hill, TX) Canon PowerShot ELPH170 $179.97 $44,992.50

PCMG, Inc.

(Chantilly, VA) Nikon S6200 $254.00 $63,500.00

Applied Concepts, Inc.

(Plano, TX) Google/Applied Concepts, Inc. $999.00 $249,750.00



Funds are budgeted in the FY15 Budget, per Resolution 117-15, as follows:

General Fund ? Police ? Support Services ? Operating

Materials;0101-400-2200-STAF-6728. * * * * * * * *

(B) LANDSCAPE MATERIAL (ANNUAL CONTRACT) - RFB NO. 15-0031



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

landscape material on an ?as needed? basis, from Bloomers Lawn Garden & More,

LLC. (Columbus, GA), for the estimated contract value of $61,750.00.



The landscape material will consist of approximately 1,000 bales of pine straw,

10,000 bales of long leaf pine straw, 4,000 bales of wheat straw and 4,000

bales of hay. The estimated quantities are based on the using department?s

prior usage. The departments may purchase more or less of the estimated

quantity. Public Services and Park Services will use the landscape material

in flower beds located in City parks and for erosion control mulch. This

contract may also be utilized by any other City agencies requiring the goods

and services. The contract period will be for two (2) years, with the option

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



Departments will order landscape materials in bulk by the tractor-trailer load,

with the vendor?s trailer remaining at the delivery site until the next order.

The vendor will also be required to deliver landscape materials to various work

sites as needed. The landscape materials provided shall be clean, fresh,

tightly baled and free of sticks, stones, leaves and other debris.



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

Georgia Procurement Registry. Three bids were received on June 3, 2015. This

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



Description/Vendor Bloomers Lawn Garden

(Opelika, AL) *Top Quality Straw, Inc.

(Opelika, AL) John Deere Landscapes

(Cleveland, OH)

1. Pine straw

Est. Qty ? 1,000 Unit Price: $3.25

Total Price: $3,250.00 Unit Price: $3.50

Total Price: $3,500.00 Unit Price: $10.50

Total Price: $3,758.00

2. Long Leaf Pine Straw

Est. Qty ? 10,000 Unit Price: $ 3.25

Total Price: $32,500.00 Unit Price: $ 3.50

Total Price: $35,000.00 Unit Price: $ 10.50

Total Price: $37,506.00

3. Wheat Straw

Est. Qty ? 4,000 Unit Price: $3.25

Total Price: $13,000.00 Unit Price: $3.75

Total Price: $15,000.00 Unit Price: $6.50

Total Price: $26,000.00

4. Hay

Est. Qty ? 4,000 Unit Price: $3.25

Total Price: $13,000.00 Unit Price: NB

Total Price: Unit Price: $6.50

Total Price: $26,000.00

Contract Award Amount $61,750.00 $53,500.00* $93,265.00



*Vendor did not bid on all items.



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

Parks and Recreation ? Park Services ? Operating Materials,

0101-270-2100-PSRV-6728; Paving Fund-Public Works - Right Of Way Maintenance -

Horticulture/Landscaping Supplies, 0203-260-3120-ROWM-6727; Integrated Waste

Management Fund - Public Services - Pine Grove Landfill -

Horticulture/Landscaping Supplies, 0207-260-3560-PGRO-6727.





* * * * * * * *

(C) DUMP TRUCK RENTAL (ANNUAL CONTRACT) - RFB NO. 15-0029



It is requested that Council approve the contract for the rental of

approximately 10 tandem dump trucks from Norwood Trucking, Inc. (Waverly Hall,

GA), for the estimated contract value of $25,000.00. The estimated contract

value is based on the amount the department has budgeted for the rental of dump

trucks.



The vendor will provide trucks and operators, on an ?as needed basis,? which

will be used when City trucks are being serviced, or if an unforeseen project

arises. Public Services will rent the trucks for approximately ten weeks per

contract year. The contract period will be for two (2) years, with the option

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



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

Georgia Procurement Registry. Two bids were received on May 20, 2015. This

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



Hourly Cost Weekly Cost

(Per Unit) (Per Unit)

Norwood Trucking, LLC (Waverly Hall, GA) $ 60.00 $ 2,400 (40 hrs)

D.A.T. Trucking, Inc. (Smith, AL) $ 64.00 $ 2,560 (40 hrs)



Funds are budgeted each fiscal year for this ongoing expense: Sewer Fund -

Public Works ? Sewer Maintenance ? Equipment Rental/Lease;

0202-260-3210-SWRM-6543; Paving Fund ? Public Works ? Right of Way Maintenance

? Equipment Rental/Lease; 0203-260-3120-ROWM-6543.



* * * * * *



(D) CONSULTING AND INSURANCE BROKER SERVICES FOR PROPERTY AND CRIME INSURANCE

(ANNUAL CONTRACT) ? RFP NO. 15-0029



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

Edgewood Partners Insurance Center (EPIC Insurance Brokers & Consultants)

(Duluth, GA) for consulting and insurance brokerage services to represent

Columbus Consolidated Government in various insurance markets.



EPIC Insurance Brokers & Consultants will provide the following services:



? Perform the services necessary to replace insurance coverage expiring on June

30, 2015.



? Prepare an annual retention fund analysis forecast.



? Act as the liaison and advocate for the City with carrier underwriters and

claims staff.



? Prepare insurance coverage specifications and make recommendations for

changes.



? Provide all carrier quotations and reveal commission rates (if applicable)

received with detailed recommendation on the proposals.



? Prepare and present an annual report describing coverage, exposure, and

premium charges with recommendations outlining options to contain costs without

sacrificing coverage for potential catastrophic loss.



? Verify the accuracy and adequacy of policies and coverage.



? Assess insurance company stability, solvency, and service records.



? Provide written interpretation of coverage when required.



? Assist with ascertaining replacement cost value for property.



? Assist with reporting requirement from carriers.





The initial term of the contract shall be for one year, with the option to

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

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



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

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

Proposals were received on May 29, 2015 from the following six (6) offerors:



Edgewood Partners Insurance Center (EPIC Insurance Brokers &

Consultants) (Duluth, GA)

Arthur J. Gallagher Risk Management Services, Inc. (Atlanta, GA)

Hamby & Aloisio, Inc. (Atlanta, GA)

J. Smith Lanier & Co. (Columbus, GA)

JP West, Inc. (Smyrna, GA)

Yates, Woolfolk & Turner Insurance (Columbus, GA)



Proposals were reviewed by the Evaluation Committee, which consisted of

representatives from the Internal Auditors Office, Human Resources Department

and Engineering Department. A representative from the Finance Department

served as a non-voting advisor.



The City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the RFP process, there is no formal opening due to the

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

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

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

The cost information has been submitted to the City Manager in a separate memo

for informational purposes.



Funds are budgeted each fiscal year for this ongoing service: Risk Management

Fund ? Human Resources ? Unfunded Claims ? Property & Casualty Insurance;

0860-220-3830-RISK-6611.



* * * * * *



(E) ELEVATOR MAINTENANCE SERVICES (ANNUAL CONTRACT) ? RFB NO. 12-0038



It is requested that Council approve the contract with Georgia Elevator Company

d/b/a Elevator Service Company (Columbus, GA) to provide elevator maintenance

services for the estimated annual contract value of $63,672.00. Georgia

Elevator Company d/b/a Elevator Service Company (Columbus, GA) will provide

maintenance services for passenger, freight, and inmate elevators located at

the Government Center, Muscogee County Jail, Public Safety Complex, Golden

Park, Civic Center, South Commons Softball Stadium, Government Center Annex

Building, Trade Center, Government Center Parking Garages, Citizen Service

Center and the Recycling Center, as well as, any elevators that may be added to

the contract. The services will be performed on a regular and systematic

schedule.



Georgia Elevator Company d/b/a Elevator Service Company will replace the

current contractor, Mowrey Elevator Company of Florida, Inc., (Marianna, FL),

who was awarded the contract per Resolution #165-12 on June 12, 2012. The

first term of the contract expires on June 30, 2015, and the City will not

exercise its option to renew the contract with Mowrey Elevator Company of

Florida, Inc., ending the contract effective June 30, 2015.

The City is not renewing the contract with Mowrey due to some recent elevator

failures and other contractual deficiencies, including the following:

? Mowrey does not have a licensed mechanic living in the Columbus, GA area, as

required by the contract.



? Mowrey is not providing 8 hours per week, 32 hrs per month of preventive

maintenance at the Government Center, as required by the contract.



? Mowrey has not had a Certified Technician in the Government Center building

for at least 6 weeks, as required by the contract.



? Mowrey?s Certified Mechanics have failed to be onsite within 30 minutes for

elevator failures, as required by the contract.



Mowrey Elevator Company was notified of the issues and the non-renewal/contract

cancellation in writing on June 12, 2015.



Consequently, in an effort to prevent any delays with elevator maintenance

services, the Purchasing Division sent Georgia Elevator Company d/b/a Elevator

Service Company City, the second lowest, responsive bidder, a written request

to assume the remaining years of the contract. Georgia Elevator Company d/b/a

Elevator Service Company (Columbus, GA) has provided written confirmation to

assume the remaining terms of the contract at their original bid prices, in

addition to the cost of elevators that were added after the contract

commenced. The annual cost is as follows:



QUANTITY

LOCATION

MONTHLY MAINTENANCE COST

ANNUAL MAINTENANCE COST

7 Government Center

$2,119.66

$25,435.92



2

Civic Center

$128.14

$1,537.68



4

Cities Parking Garages

$258.09

$3,097.08



1

South Commons Softball Stadium

$64.08

$768.96



1

Golden Park

$64.08

$768.96



1

Government Center Annex Building

$64.08

$768.96



5

Public Safety Complex

$386.78

$4,641.36



4

Muscogee County Jail

$407.86

$4,894.32



3

Muscogee County Jail

$305.87

$3,670.44



6

Trade Center

$670.36

$8,044.32

The following locations were added after the contract began contract:

3 Citizen Service Center $345.00 $4,140.00

2 Parking Garage

$238.00 $2,856.00

1 Aquatic Center 139.00 $1,668.00

1 Recycle Center $115.00 $1,380.00

TOTAL ESTIMATED CONTRACT VALUE $63,672.00





The current term of the contract will end on June 30, 2015. Georgia Elevator

Company d/b/a Elevator Service Company will assume the three remaining

twelve-month terms of the contract on July 1, 2015. The contract will be

awarded for one year with the option to renew for two additional twelve-month

periods. Contract renewal will be contingent upon the mutual agreement of the

City and the Contractor.



Funds will be budgeted each fiscal year for this ongoing expense: General Fund

- Facilities Maintenance ? Service Contracts, 0101-260-2700-MNTN-6513.



* * * * * *



(F) LAPTOPS WITH VEHICLE MOUNTS



It is requested that Council approve the purchase of (28) Lenovo ThinkPad

Notebooks with (14) vehicle mounts, (28) travel adapters and (28) service

agreements from Cpak Technology Solutions (LaGrange, GA), in the amount of

$49,722.68 via Georgia State Contract #99999-SPD-T20120702-0005.



The laptops are replacement toughbooks for inspectors in both the Inspection &

Codes Department (14) and the Engineering Department (14). The original

toughbooks were purchased in 2008 and are beyond their useful life.



Funds are available in the FY15 Budget: Community Development ? Inspections &

Code Enforcement ? Computer Equipment, 010-240-2200-INSP-7751; Sewer Fund ?

Engineering ? Drainage ? Computer Equipment, 0202-250-2300-DRAN-7751; Paving

Fund ? Engineering ? Highways & Roads ? Computer Equipment,

0203-250-2200-ROAD-7751; Engineering ? Traffic Engineering ? Computer

Equipment, 0101-250-2100-TRAF-7751; and Engineering ? Radio Communications ?

Computer Equipment, 0101-250-3100-RADI-7751.

* * * * * *



(G) PICK-UP TRUCK AND SEDAN ? GEORGIA STATEWIDE CONTRACT



It is requested that Council authorize the purchase of one (1) pick-up truck

(2016/Ford F250/Regular Cab/V8/Long Bed 4X4/? ton), in the amount of

$30,435.00, and one (1) mid-size sedan (2016/Ford Fusion S/Mid Size Sedan/4

Door), in the amount of $17,740.00, for a total amount of $48,175.00, from

Allan Vigil Ford (Morrow, GA), via Georgia State Contract

#99999-SPD-ES40199373-002.



These vehicles will be used by the Columbus Fire & EMS. The truck will be used

to pull rescue boats and trailers. The car will be used as an administrative

vehicle by the staff of the training division. They are both replacement

vehicles.



Funds are available in the FY15 Budget: General Fund ? Fire ? Fire/EMS

Operations ? Light Trucks; 0101 ? 410 ? 2100 ? FOPR ? 7722; General Fund ? Fire

? Fire/EMS Special Operations ? Automobiles; 0101 ? 410 ? 2600 ? SPCO ? 7721.



* * * * * *



(H) COLUMBUS WATER WORKS MEMORANDUM OF AGREEMENT FOR US27/280 SR 1/520 PR

115/CUSTER ROAD INTERCHANGE IMPROVEMENTS



It is requested that Council authorize a Memorandum of Agreement with Columbus

Water Works for engineering and design work required for sewer relocation

associated with the Custer Road Interchange Improvements Project. The

Agreement requires the City to reimburse Columbus Water Works in an amount not

to exceed $38,000.00 for fees associated with the engineering design.



Columbus Water Works agrees to deliver the following items, listed below, to

the City?s contracted roadway engineer, Wolverton and Associates, Inc, for

incorporation into the overall roadway design and construction for the project:



-Complete electronic plans a details

-Probable Cost of Construction

-Complete Sanitary Sewer Specification Section 660 ? Sanitary Sewers (A

Special Provision specification to be included with other GDOT roadway

conditions).



This is a Transportation Investment Act (TIA) Project. Funds are budgeted in

the FY15 Budget: T-SPLOST Fund ? Capital Projects ? T-SPLOST ? US 27 Custer

Interchange; 0510 ? 660 ? 7000 ? T-SPLOST ? 60003 ? 20140.









?ITEM A?



A RESOLUTION



NO. _________



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO-HUNDRED-FIFTY (250)

POINT-AND-SHOOT CAMERAS (CANON POWERSHOT ELPH160) FROM 17TH STREET PHOTO

SUPPLY, INC. (NEW YORK, NY), AT A UNIT PRICE OF $101.40, FOR A TOTAL PRICE OF

$25,350.00.



WHEREAS, the cameras were approved in the FY15 Budget. They will be used by

officers of the Columbus Police Department.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase

two-hundred-fifty (250) point-and-shoot cameras (Canon PowerShot ELPH160) from

17th Street Photo Supply, Inc. (New York, NY), at a unit price of $101.40, for

a total price of $25,350.00. Funds are budgeted in the FY15 Budget, per

Resolution 117-15, as follows: General Fund ? Police ? Support Services ?

Operating Materials; 0101-400-2200-STAF-6728.



__________________



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

held the______ day of ____________, 2015 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 AN ANNUAL CONTRACT FOR THE PURCHASE OF LANDSCAPE

MATERIAL, ON AN ?AS NEEDED? BASIS, FROM BLOOMERS LAWN GARDEN & MORE, LLC,

(COLUMBUS, GA) FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $61,750.00.



WHEREAS, Public Services and Park Services will use the landscape material in

flower beds located in City parks and for erosion control mulch; and,



WHEREAS, this contract may also be utilized by any other City agencies

requiring the goods and services; and,



WHEREAS, the contract period will be for two (2) years, with the option to

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



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



That the City Manager is hereby authorized to enter in to annual

contract to purchase landscape material, on an ?as needed? basis, from Bloomers

Lawn Garden & More, LLC, for the estimated annual contract value of

$61,750.00. Funds are budgeted each fiscal year for this on-going expense:

General Fund - Parks and Recreation ? Park Services ? Operating Materials,

0101-270-2100-PSRV-6728; Paving Fund-Public Works - Right Of Way Maintenance -

Horticulture/Landscaping Supplies, 0203-260-3120-ROWM-6727; Integrated Waste

Management Fund - Public Services - Pine Grove Landfill -

Horticulture/Landscaping Supplies, 0207-260-3560-PGRO-6727.

______________________________



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

the _________ day of ____________, 2015 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 AN ANNUAL CONTRACT FOR THE RENTAL OF

APPROXIMATELY 10 TANDEM DUMP TRUCKS FROM NORWOOD TRUCKING, INC. (WAVERLY HALL,

GA), FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $25,000.00.



WHEREAS, the vendor will provide trucks and operators, on an ?as needed basis,?

which will be used when City trucks are being serviced, or if an unforeseen

project arises; and,



WHEREAS, Public Works will rent the trucks for approximately ten weeks per

contract year; and,



WHEREAS, the contract period will be for two (2) years, with the option to

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



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



That the City Manager is hereby authorized to enter into a contract for

the rental of approximately 10 tandem dump trucks, on an ?as needed? basis,

from Norwood Trucking, Inc., for the estimated contract value of $25,000.00.

Funds are budgeted each fiscal year for this ongoing expense: Sewer Fund -

Public Works ? Sewer Maintenance ? Equipment Rental/Lease;

0202-260-3210-SWRM-6543; Paving Fund ? Public Works ? Right of Way Maintenance

? Equipment Rental/Lease; 0203-260-3120-ROWM-6543.



________________



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

the _________ day of ____________, 2015 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 EXECUTION OF AN ANNUAL CONTRACT WITH

EDGEWOOD PARTNERS INSURANCE CENTER (EPIC INSURANCE BROKERS & CONSULTANTS)

(DULUTH, GA) FOR CONSULTING AND INSURANCE BROKERAGE SERVICES TO REPRESENT

COLUMBUS CONSOLIDATED GOVERNMENT IN VARIOUS INSURANCE MARKETS.



WHEREAS, an RFP was administered (RFP 15-0029) and proposals were received from

six offerors; and,



WHEREAS, the proposal submitted by Edgewood Partners Insurance Center

(EPIC Insurance Brokers & Consultants) met all proposal requirements and was

evaluated most responsive to the RFP; and,



WHEREAS, the contract period will be for one (1) year with the option to renew

for four (4) additional twelve-month periods.



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



That the City Manager is hereby authorized to execute an annual

contract with Edgewood Partners Insurance Center (EPIC Insurance Brokers &

Consultants) (Duluth, GA) for consulting and insurance brokerage services to

represent Columbus Consolidated Government in various insurance markets. Funds

are budgeted each fiscal year for this ongoing service: Risk Management Fund ?

Human Resources ? Unfunded Claims ? Property & Casualty Insurance;

0860-220-3830-RISK-6611.



_________________



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

held the ______ day of ______________, 2015 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 AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH

GEORGIA ELEVATOR COMPANY D/B/A ELEVATOR SERVICE COMPANY (COLUMBUS, GA) TO

PROVIDE ELEVATOR MAINTENANCE SERVICES FOR THE ESTIMATED ANNUAL CONTRACT VALUE

OF $63,672.00.



WHEREAS, Georgia Elevator Company d/b/a Elevator Service Company (Columbus, GA) will

provide maintenance services for passenger, freight, and inmate elevators

located at the Government Center, Muscogee County Jail, Public Safety Complex,

Golden Park, Civic Center, South Commons Softball Stadium, Government Center

Annex Building, Trade Center, Government Center Parking Garages, Citizen

Service Center and the Recycling Center, as well as, any elevators that may be

added to the contract. The services will be performed on a regular and

systematic schedule; and,



WHEREAS, Mowrey Elevator Company of Florida, Inc., (Marianna, FL), was

awarded the contract per Resolution #165-12 on June 12, 2012; and,



WHEREAS, the first term of the current contract expires on June 30,

2015, and the City will not exercise its option to renew the contract with

Mowrey Elevator Company of Florida, Inc., due to contract deficiencies; and,



WHEREAS, to have uninterrupted elevator service, Georgia Elevator

Company d/b/a Elevator Service Company, the second low bidder, has agreed to

assume the remaining term of the contract; and,



WHEREAS, the current term of the contract will end on June 30, 2015.

Georgia Elevator Company d/b/a Elevator Service Company will assume the three

remaining twelve-month terms of the contract on July 1, 2015. The contract

will be awarded for one year with the option to renew for two 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 Georgia Elevator Company d/b/a Elevator Service Company, to

provide elevator maintenance services for the estimated annual contract value

of $63,672.00. Funds will be budgeted each fiscal year for this ongoing

expense: General Fund - Facilities Maintenance ? Service Contracts,

0101-260-2700-MNTN-6513.



____________________



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

held the _________ day of ______________, 2015 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 PURCHASE OF (28) LENOVO THINKPAD NOTEBOOKS

WITH (14) VEHICLE MOUNTS, (28) TRAVEL ADAPTERS AND (28) SERVICE AGREEMENTS FROM

CPAK TECHNOLOGY SOLUTIONS (LAGRANGE, GA) IN THE AMOUNT OF $57,886.61, VIA

GEORGIA STATE CONTRACT #99999-SPD-T20120702-0005.



WHEREAS, the laptops are replacement toughbooks for inspectors in both the

Inspection & Codes Department (14) and the Engineering Department (14). The

original toughbooks were purchased in 2008 and are beyond their useful life.



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



That the City Manager is hereby authorized to purchase (28) Lenovo

ThinkPad Notebooks with (14) vehicle mounts, (28) travel adapters and (28)

service agreements from Cpak Technology Solutions (LaGrange, GA), in the amount

of $49,722.68 via Georgia State Contract #99999-SPD-T20120702-0005. Funds are

available in the FY15 Budget: Community Development ? Inspections & Code

Enforcement ? Computer Equipment, 010-240-2200-INSP-7751; Sewer Fund ?

Engineering ? Drainage ? Computer Equipment, 0202-250-2300-DRAN-7751; Paving

Fund ? Engineering ? Highways & Roads ? Computer Equipment,

0203-250-2200-ROAD-7751; Engineering ? Traffic Engineering ? Computer

Equipment, 0101-250-2100-TRAF-7751; and Engineering ? Radio Communications ?

Computer Equipment, 0101-250-3100-RADI-7751.



___________________________





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

held the ______ day of ______________, 2015 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 G?



A RESOLUTION



NO.______

A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) PICK-UP TRUCK

(2016/FORD F250/REGULAR CAB/V8/LONG BED 4X4/? TON), IN THE AMOUNT OF

$30,435.00, AND ONE (1) MID-SIZE SEDAN (2016/FORD FUSION S/MID SIZE SEDAN/4

DOOR), IN THE AMOUNT OF $17,740.00, FOR A TOTAL AMOUNT OF $48,175.00, FROM

ALLAN VIGIL FORD (MORROW, GA), VIA GEORGIA STATE CONTRACT

#99999-SPD-ES40199373-0002.



WHEREAS, these vehicles will be used by the Columbus Fire & EMS. The

truck will be used to pull rescue boats and trailers. The car will be used as

an administrative vehicle by the staff of the training division. They are both

replacement vehicles.



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

FOLLOWS:



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

pick-up truck (2016/Ford F250/Regular Cab/V8/Long Bed 4X4/? ton), in the amount

of $30,435.00, and one (1) mid-size sedan (2016/Ford Fusion S/Mid Size Sedan/4

Door), in the amount of $17,740.00, for a total amount of $48,175.00, from

Allan Vigil Ford (Morrow, GA). Funds are available in the FY15 Budget:

General Fund ? Fire ? Fire/EMS Operations ? Light Trucks; 0101 ? 410 ? 2100 ?

FOPR ? 7722; General Fund ? Fire ? Fire/EMS Special Operations ? Automobiles;

0101 ? 410 ? 2600 ? SPCO ? 7721.



______________________________



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

held the _____ day of_____________, 2015 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 H?

A RESOLUTION

NO.______





A RESOLUTION AUTHORIZING A MEMORANDUM OF AGREEMENT WITH COLUMBUS WATER

WORKS FOR ENGINEERING AND DESIGN WORK REQUIRED FOR SEWER RELOCATION ASSOCIATED

WITH THE CUSTER ROAD INTERCHANGE IMPROVEMENTS PROJECT. THE AGREEMENT REQUIRES

THE CITY TO REIMBURSE COLUMBUS WATER WORKS IN AN AMOUNT NOT TO EXCEED

$38,000.00 FOR FEES ASSOCIATED WITH THE ENGINEERING DESIGN.



WHEREAS, Columbus Water Works agrees to deliver the following items,

listed below, to the City?s contracted roadway engineer, Wolverton and

Associates, Inc, for incorporation into the overall roadway design and

construction for the project:



-Complete electronic plans a details

-Probable Cost of Construction

-Complete Sanitary Sewer Specification Section 660 ? Sanitary Sewers (A

Special provision specification to be included with other GDOT roadway

conditions).



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



That the City Manager is hereby authorized to execute a Memorandum of

Agreement with Columbus Water Works for engineering and design work required

for sewer relocation associated with the Custer Road Interchange Improvements

Project. The Agreement requires the City to reimburse Columbus Water Works in

an amount not to exceed $38,000.00 for fees associated with the engineering

design. This is a Transportation Investment Act (TIA) Project. Funds are

budgeted in the FY15 Budget: T-SPLOST Fund ? Capital Projects ? T-SPLOST ? US

27 Custer Interchange; 0510 ? 660 ? 7000 ? T-SPLOST ? 60003 ? 20140.



_________________

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

the _________ day of __________________, 2015 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













Attachments


No attachments for this document.

Back to List