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 # 5

Columbus Consolidated Government



Council Meeting



February 10, 2015



Agenda Report # 81





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) FLATBED DUMP TRUCK



It is requested that Council authorize the purchase of one (1) Flatbed Dump

Truck (12,500 GVWR Cab & Chassis, 2015 Ford F-350 Crew Cab, with CTVFB10X96

Dump Body), from Wade Ford (Smyrna, GA), in the amount of $34,628.00, via

Georgia State Contract #99999-SPD-SPD0000039-0003.

The vehicle was approved in the FY15 Budget and will be used by the staff of

the Recycling Division, of the Public Works Department, to deliver and pick up

recycle bins. It is a new vehicle.

Funds are budgeted in the FY15 Budget as follows: Integrated Waste Management

Fund ? Public Works ? Recycling ? Heavy Trucks; 0207-260-3520-RCYL-7723.



* * * * * * * *



(B) FEDERAL REIMBURSEMENT RECOVERY SERVICES

CONTRACT EXTENSION



It is requested that Council approve the contract with Justice Benefits, Inc.,

(JBI) (Dallas, TX), for federal reimbursement recovery services. The services

will be utilized by the Sheriff?s Office to recover federal reimbursements

regarding special circumstance inmates, including: medical expenses, mental

health expenses, translator, transportation expenses, as well as, food and

housing expenses.



Many of the services provided by the Jail are funded directly by local and

state funds when, in fact, some of those services are eligible for Federal

Financial Participation (FFP). In essence, the federal government will

reimburse a percentage of local dollars spent for services currently provided

by the Sheriff?s Department. The vendor will provide professional expertise,

technology and manpower to assist the City in securing the appropriate federal

reimbursements. JBI will perform the following services:



A. Review the policies and procedures used by the County to identify such

additional Federal and other revenue sources, if any, as may be available to

the County through participation in new programs or expansion of existing FFP.

These efforts may include any of the following activities: advising the County

of the reimbursement opportunity, preparing or enhancing the claim, preparing

or assisting with submittal packages, preparing audit files, assisting the

County with submittals, assisting the County should it be audited for claims on

which the Company assisted, or other related federal revenue enhancement

activities.



B. Continually monitor for new opportunities of funding. Whenever a new

federal reimbursement opportunity arises, JBI may notify the County of that

opportunity. JBI will strive to identify and optimize all federal

reimbursement opportunities for the County; but is not obligated to make the

County aware of all possible opportunities and shall have no liability for any

omission to identify the same. Upon the County signing an Initiative with JBI

for the claiming of federal dollars, then JBI will be entitled to compensation

for that Initiative.



Council approved the previous contract extension for one year with the option

to renew for three additional years (per Resolution #77-07). At this time

there is no other known vendor providing these services. Therefore, the vendor

is considered an Only Known Source, per the Procurement Ordinance, Article

3-114.



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

for three (3) additional twelve-month periods.



The vendor will be compensated, twenty-two percent (22%), from new revenues

received by the City that are expressly deemed to be a result of JBI?s efforts.



Revenue funds will be deposited into: General Fund Supported Capital Projects,

Office of Justice-SCAAP; 0508-660-1000-CPGF-4328-22180 -20010. Expenditures

will be paid from: General Fund Supported Capital Projects, Other Purchased

Prof & Tech Services ? Office of Justice-SCAAP,

0508-660-1000-CPGF-6444-22180-20010.



* * * * * * * *



(C) JUVENILE DRUG COURT TREATMENT PROVIDERS ? (ANNUAL CONTRACT) - RFP NO.

11-0011



It is requested that Council authorize the contract with A Way Out, Inc.,

(Columbus, GA), to provide In-Home Counseling to Juvenile Drug Court

participates. It is also requested that Council amend Resolution No. 343-12,

which previously awarded the contract to Betty King (Phenix City) to provide

In-Home Counseling.



Per Resolution No. 343-12, Betty King (Phenix City, AL), was awarded the

contract, on November 27, 2012, to provide treatment for In-Home Counseling.

Betty King has been notified in writing, that the Juvenile Drug Court has

decided not to renew the final year of the contract due to failure to render

the services in accordance with the specifications. Therefore; the contract

will end on February 28, 2015. A Way Out, Inc. was the next highest ranked,

responsive bidder to provide to provide In-Home Counseling. A Way Out, Inc.

has agreed to provide the respective treatment services under the RFP

requirements, for the remaining term of the contract.



The Juvenile Drug Court Program is a voluntary program for juveniles charged

with drug-related non-violent crimes. The Drug Court will empower juvenile

offenders to live drug-free lives and become law-abiding citizens by:

? involving the juvenile's family

? providing intensive court supervision, counseling, school performance

monitoring, and linkage to community resources

? measuring these objectives by drug screens, recidivism rates, school records,

and periodic assessments

? salvaging a life, one juvenile at a time

Funds are budgeted each fiscal year for these ongoing services: Multi-Gov?t

Project Fund ? Police ? ARRA Recovery Jag Grant ? Contractual Services;

0216-400-3400-RJAG-6319. Lost-Public Safety ? Executive ? Crime Prevention

Programs ? Contractual Services; 0102-110-9903-LOST-6319.



* * * * * * * *



(D) PRE-EMPLOYMENT PSYCHOLOGICAL EVALUATION SERVICES (ANNUAL CONTRACT) ? RFP

NO. 15-0016



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

AVS Consulting, LLC, d/b/a Stone, McElroy & Associates (Smyrna, GA) for

pre-employment psychological evaluation services, on an as needed basis.



Stone, McElroy & Associates will provide specialized examinations of

applicants? psychological suitability for a public safety position, which

include, but are not limited, to positions that provide incumbents with arrest

authority or the legal authority to detain and confine individuals. The

contractor will conduct written and verbal assessments of applicants before

providing a written assessment to the Columbus Police Department.

Approximately 70-100 evaluations will be required each year by the Department.



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.



On November 14, 2014, request for proposals postcards were mailed to eighteen

(18) vendors and 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 December 12, 2014 from the

following two (2) offerors:



AVS Consulting, LLC d/b/a Stone, McElroy & Associates (Smyrna, GA)

?Stephen J. Sampson, PhD. (Buckhead, GA)

?Dr. Stephen Sampson did not provide the required Client Work History, Contract

Signature Page, Business License, E-Verify/GSICA Affidavit and W-9 Form. Dr.

Sampson provided the omitted information within the two (2) day time period

wherein he had to respond. However, after the Evaluation Committee reviewed

and discussed the proposal, the voting members of the Evaluation Committee

deemed the proposal non-responsive. The decision was based on the fact that

although Dr. Sampson addressed Qualifications & Experience, Service Plan, and

Client Work History, the proposal did not adequately address key components of

the sections that were specified in the Request for Proposal. The inadequately

addressed components, which were necessary for the evaluation process,

consisted of:



? Detailed description of experience in providing the services described in the

RFP specifications.

? Proof of membership in Psychology or Psychiatry professional.

? The proposed manner/methods that will be utilized to satisfy the requirements

of the RFP specifications.

? A sample of the complete testing packet for the proposed pre-employment

screening.

? An estimated timeline for completion of the services.



The remaining proposal was reviewed by the Evaluation Committee, which

consisted of representatives from Columbus Police Department and Human

Resources Department. A representative from the Information Technology

Department and an additional representative from Columbus Police Department

served as non-voting advisors.



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: Police ?

Administrative Services ? Other Employee Benefits; 0101-400-2800-ADMS-6268.



* * * * * *



(E) PAVEMENT MARKING SERVICES (ANNUAL CONTRACT) - RFB NO. 15-0019



It is requested that Council approve the purchase of pavement marking services

from Peek Pavement Marking, Inc., (Columbus, GA). The department has budgeted

$200,000.00 for pavement marking services for the first year of this contract.

The contractor will perform pavement marking services, on an as needed basis,

on City streets in accordance with the Federal Manual of Uniform Traffic

Control Devices, or as specified by the Traffic Engineer or appointed agent.



The contract period is for one (1) year, with the option to renew for four (4)

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

of the City and the Contractor.



Bid postcard invitations were mailed to one hundred and forty-six vendors and

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

Georgia Procurement Registry. One bid was received on January 14, 2015. This

bid has been advertised, opened and reviewed. The bidder was:

Vendor Estimated Bid Amount

Peek Pavement Marking, Inc. (Columbus, GA) *$3,997,211.00



*NOTE: The vendor bid on numerous anticipated line-items, with estimated usage

quantities, per the bid specifications. The grand total of all the vendor?s

line items equal to $3,997,211.00. However, usage of the contract will be

contingent upon the need for specific line-items and the department?s budget

for pavement marking services. This bid is devised to provide the department

with unit pricing for items, as needed.



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

Engineering - Highways & Road ? Engineering-Highways & Roads-Road Maintenance

Materials; 0203-250-2200-ROAD-6726.



* * * * * *



(F) PLUMBING & IRRIGATION SUPPLIES (ANNUAL CONTRACT) - RFB NO. 15-0017



It is requested that Council approve the purchase of plumbing and irrigation

supplies from West Georgia Plumbing Supply, (Columbus, GA) on an ?as needed?

basis, for the estimated annual contract value of $73,714.45. Plumbing and

Irrigation Supplies will be used for maintenance and installation at city

facilities.



The contract period shall be for two years with the option to renew for three

additional periods.



Bid postcard invitations were mailed to seventy-seven vendors and bid

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

Georgia Procurement Registry. Four bids were received on January 14. This bid

has been advertised, opened and reviewed. The bidders were: (See attachment

tab below)





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

Public Services - Other Maintenance/Repairs ? Building Maintenance ? Parks &

Recreation; Building Maintenance - Public Safety; Building Maintenance ?

General Government; 0101-260-3710-REPA-6527, 6528, 6529.



* * * * * *



(G) COPIER RENTAL SERVICES (ANNUAL CONTRACT)



It is requested that Council approve the contract for copier rental services

with Ricoh Americas Corporation via U. S. Commodities contract number

4400003732. The Contractor will provide, repair, and maintain copiers, as well

as, provide all other expendable supplies, excluding paper. The US Communities

contract term with Ricoh Americas Corporation is February 11, 2013 through June

30, 2016, with the option to renew for six (6) additional 1 year periods.



On February 22, 2011, per Resolution Number 89-11, Council approved the City?s

contract with IKON Business Solution, now doing business as RICOH, for copier

rental and maintenance services, for two years, with an automatic renewal for

three (3) additional twelve-month periods. The City is in the fourth year of

the contract. Currently, some departments are in need of major technology

upgrades to their copiers. However, at the time the City?s contract was

awarded, the departments selected copiers that will not support the upgrades

that are now needed. Since the City leases the copiers, and we are in the

latter years of the contract, it is not financially feasible for the City, or

the vendor, to provide new copiers under the current contract, without

increasing the rental fees substantially. As a solution, Ricoh is recommending

to bring the City under the umbrella of their US Communities Contract (which

they were awarded after the inception of their contract with the City). The

benefits of updating to the US Communities contract include the following:



1. The US Communities Contract is a publicly bid contract specifically for

government, education and nonprofit entities. Over 95,000 local, city and

state entities purchase off of this contract to meet their copier and printer

needs without having to go through the rigorous process of bidding. This

contract was nationally negotiated for either leasing or purchasing

equipment/software. The City is a member of US Communities and the RFP, #

2000000264, issued by US Communities meets the City?s Procurement

requirements. Here is a partial listing of some of the numerous Georgia

entities currently utilizing the contract: City of Albany, City of Americus,

City of Atlanta, City of Buford, City of Rome, City of Roswell, City of

Savannah, Gwinnett County, Cobb County, Harris County, University of Georgia,

and Columbus State University.



2. Upgrading to the US Communities contract will now, rather than waiting 17

months when the City?s contract ends, allow departments that are desperate for

technology upgrades, like printing/scanning and faxing, the ability to get

exactly what they need. Currently, some copiers used by department cannot

accommodate the new technology. The upgrade will also allow departments that

do not have the right fit copier, volume wise, to get exactly what they need

from a production standpoint. This will also save time and funds regarding

how some departments are currently accomplishing various tasks. Additionally,

this contract includes color copiers; the City?s current contract does not

include color copiers.



3. Allows access to the best software technology. If a department wishes to

add a software that will give them the ability to scan and edit documents, for

example, or to be able to highlight documents or OCR them, this software is on

the contract and can be leased as part of the agreement.



4. The purchase of specialized staples will no longer be required. The current

contract requires departments to purchase specialized staples to be used with

the copier. Those staples are included in the US Communities Contract at no

additional cost.



5. Departments will no longer have the need to buy separate fax machines and

separate printers or desktop scanners, as all devices will have these standard

features. This will reduce the cost of expensive toner cartridges and will

also eliminate the need for Information Technology to work on these devices, as

they will part of Ricoh?s responsibility.



6. Under Ricoh?s US Communities contract the City?s per copy cost will be

reduced from .0069 to .006 for black and white copies. This equates to a

savings of approximately $1,000 per month for the rental fee. The City?s

entire fleet of copiers will be replaced with new copiers, so each department?s

monthly rental fee will increase by approximately $40 per month. The per copy

savings will help offset some of the expected increase in the rental fees.



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

departments ? Copier Charges; 6632.



* * * * * * * *



(H) AERIAL & GROUND LADDER INSPECTION & TESTING SERVICES (ANNUAL

CONTRACT) ? RFB NO. 15-0016



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

Diversified Inspections/ITL (Phoenix, AZ), to provide aerial and ground ladder

inspection and testing services to the Columbus Fire & EMS Department for the

estimated annual contract value of $6,695.00. The contract term will be for

one (1) year, with the option to renew for four (4) additional twelve-month

periods. Contract renewal is contingent upon the mutual agreement of the City

and the contracted vendor.



The Contractor shall furnish all labor, materials, supplies, supervision and

transportation to provide inspection and testing services on aerial and ground

ladders for Columbus Fire & EMS Department in accordance with the latest

edition of NFPA Standard 1911 for aerial ladders and 1932 for ground ladders.

This test shall be conducted during the month of November each year before the

prior year?s test expires.



Request for bid postcard invitations were mailed to thirty-one (31) vendors and

specifications were posted on the webpage of the Purchasing Division and the

Georgia Procurement Registry. Four bids were received on January 14, 2015.

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





Diversified Inspection/ITL (Phoenix, AZ) $ 6,695.00

Consolidated Fleet Services, Inc. (Searcy, AZ) $ 6,950.00

Badger Fire Inspection, LLC (Clintonville, WI) $7,286.00

Underwriters Laboratories (Northbrook, IL) $14,350.00



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

Fire & EMS ? Fire/EMS Special Operation ? Operating Materials;

0101-410-2600-SPCO-6728.



?ITEM A?



A RESOLUTION



NO. _____



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) FLATBED DUMP TRUCK

(12,500 GVWR CAB & CHASSIS, 2015 FORD F-350 CREW CAB, WITH CTVFB10X96 DUMP

BODY), FROM WADE FORD (SMYRNA, GA), IN THE AMOUNT OF $34,628.00, VIA GEORGIA

STATE CONTRACT #99999-SPD-SPD0000039-0003.



WHEREAS, the new vehicle was approved in the FY15 Budget and will be

used by the staff of the Recycling Division, of the Public Works Department, to

deliver and pick up recycle bins.

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



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

dump truck (12,500 GVWR Cab & Chassis, 2015 Ford F-350 Crew Cab, with

CTVFB10X96 Dump Body), from Wade Ford (Smyrna, GA), in the amount of

$34,628.00, via Georgia State Contract #99999-SPD-SPD0000039-0003. Funds are

budgeted in the FY15 Budget as follows: Integrated Waste Fund ? Public Works ?

Recycling ? Heavy Trucks; 0207-260-3520-RCYL-7723.





__________________





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 A CONTRACT WITH JUSTICE BENEFITS, INC., (JBI) (DALLAS,

TX), FOR FEDERAL REIMBURSEMENT RECOVERY SERVICES.



WHEREAS, the vendor will provide professional expertise, technology and

manpower to assist the City in securing the appropriate federal reimbursements;

and,



WHEREAS, the vendor will be compensated, twenty-two percent (22%), from

new revenues received by the City that are expressly deemed to be a result of

Justice Benefits, Inc., (JBI) efforts; and,



WHEREAS, Council approved the previous contract extension for one year

with the option to renew for three additional years (per Resolution #77-07).

At this time there is no other known vendor who provides these services.

Therefore, the vendor is considered an Only Known Source, per the Procurement

Ordinance, Article 3-114; and,



WHEREAS, the contract term shall be for one year, 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 extend the contract with

Justice Benefits, Inc., (JBI), to provide federal reimbursement recovery

services. Revenue funds will be deposited into: General Fund Supported

Capital Projects, Office of Justice-SCAAP; 0508-660-1000-CPGF-4328-22180

-20010. Expenditures will be paid from: General Fund Supported Capital

Projects, Other Purchased Prof & Tech Services ? Office of Justice-SCAAP,

0508-660-1000-CPGF-6444-22180-20010.



___________



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 THE CONTRACT WITH A WAY OUT, INC., (COLUMBUS,

GA) TO PROVIDE IN-HOME COUNSELING TO JUVENILE DRUG COURT PARTICIPATES. IT IS

ALSO REQUESTED THAT COUNCIL AMEND RESOLUTION NO. 343-12, WHICH AWARDED THE

CONTRACT TO BETTY KING TO PROVIDE IN-HOME COUNSELING.



WHEREAS, per Resolution No. 343-12, Betty King was awarded the

contract, on November 12, 2012 to provide treatment for In-Home Counseling.

Betty King been has notified in writing, that the Juvenile Drug Court has

decided not to renew the final year of the contract due to failure to render

the services in accordance with the specifications. Therefore; the contract

will end on February 28, 2015; and,



WHEREAS, A Way Out, Inc. was the next highest ranked, responsive bidder

to provide to provide In-Home Counseling. A Way Out, Inc., has agreed to

provide the respective treatment services under the RFP requirements, for the

remaining term of the contract.



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

FOLLOWS:

I

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

with A Way Out, Inc., (Columbus, GA) to provide In-Home Counseling to Drug

Court participates. Funds are budgeted each fiscal year for these ongoing

services: Multi-Gov?t Project Fund ? Police ? ARRA Recovery Jag Grant ?

Contractual Services; 0216-400-3400-RJAG-6319. Lost-Public Safety ? Executive

? Crime Prevention Programs ? Contractual Services; 0102-110-9903-LOST-6319.



II

Resolution # 343-12 is hereby amended.



__________________



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 AVS

CONSULTING, LLC, D/B/A MCELROY & ASSOCIATES FOR PRE-EMPLOYMENT PSYCHOLOGICAL

EVALUATION SERVICES AS-NEEDED BASIS.



WHEREAS, an RFP was administered (RFP No. 15-0061) and proposals were received

from two offerors; and,



WHEREAS, the proposal submitted by AVS Consulting, LLC d/b/a McElroy &

Associates was evaluated most responsive to the RFP; and,



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

renew for four additional twelve-month periods. Contract renewal 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 AVS Consulting, LLC d/b/a Stone, McElroy & Associates (Smyrna,

GA) for pre-employment psychological evaluation services on an as needed

basis. Funds are budgeted each fiscal year for this ongoing service: Police ?

Administrative Services ? Other Employee Benefits; 0101-400-2800-ADMS-6268.



______________________



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 PURCHASE OF PAVEMENT MARKING SERVICES, ON AN AS

NEEDED BASIS, FROM PEEK PAVEMENT MARKING, INC., (COLUMBUS, GA) FOR THE TOTAL

ESTIMATED CONTRACT VALUE OF $3,997,211.00. CONTRACT VALUE IS BASED ON THE

GRAND TOTAL OF THE VENDOR?S PRICING ON NUMEROUS LINE ITEMS. TRAFFIC

ENGINEERING HAS BUDGETED $200,000.00, ANNUALLY, FOR PAVEMENT MARKING SERVICES.



WHEREAS, the contractor will perform pavement marking services on an ?as needed

basis,? in accordance with the Federal Manual of Uniform Traffic Control

Devices, or as specified by the Traffic Engineer or appointed agent; and,



WHEREAS, the contract period is for one (1) years with 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 purchase pavement marking

services, on an as needed basis, from Peek Pavement Marking, Inc., (Columbus,

GA) for the total estimated contract value of $3,997,211.00. Contract value is

based on the grand total of the vendor?s pricing on numerous line items.

Traffic Engineering has budgeted $200,000.00, annually, for pavement marking

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

Fund - Engineering - Highways & Road ? Engineering-Highways & Roads-Road

Maintenance Materials; 0203-250-2200-ROAD-6726.



_________________________



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 PLUMBING AND IRRIGATION

SUPPLIES FROM WEST GEORGIA PLUMBING SUPPLY, (COLUMBUS, GA) ON AN ?AS NEEDED?

BASIS, FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $73,714.45.



WHEREAS, plumbing and irrigation supplies will be used for maintenance

and installation at city facilities; and,



WHEREAS, the contract period shall be for two years with the option to

renew for three additional periods.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase plumbing and

irrigation supplies from West Georgia Plumbing Supply, (Columbus, GA) on an ?as

needed basis,? for the estimated annual contract value of $73,714.45. Funds

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

Services - Other Maintenance/Repairs ? Building Maintenance ? Parks &

Recreation; Building Maintenance - Public Safety; Building Maintenance ?

General Government; 0101-260-3710-REPA-6527, 6528, 6529.



_____________________



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 EXECUTION OF AN ANNUAL CONTRACT WITH RICOH

AMERICAS CORPORATION, VIA U. S. COMMODITIES CONTRACT NUMBER 4400003732, FOR

COPIER RENTAL SERVICES.



WHEREAS, on February 22, 2011, per Resolution Number 89-11, Council

approved the contract with IKON Business Solution, now doing business as RICOH,

for copier rental and maintenance services for two years, with an automatic

renewal for three (3) additional twelve-month periods; and,



WHEREAS, the City is in the fourth year of its contract with Ricoh.

Currently, some departments are in need of major technology upgrades to their

copiers. However, at the time the City?s contract was awarded, the departments

selected copiers that will not support the upgrades that are now needed. Since

the City leases the copiers, and we are in the latter years of the contract, it

is not financially feasible for the City, or the vendor, to provide new copiers

under the current contract, without increasing the rental fees substantially.

As a solution, Ricoh is recommending to bring the City under the umbrella of

their US Communities Contract (which they were awarded after the inception of

their contract with the City); and,



WHEREAS, under the US Communities contract, the contractor will provide,

repair, and maintain copiers, as well as, provide expendable supplies excluding

copier paper. The US Communities contract term with Ricoh Americas Corporation

is February 11, 2013 through June 30, 2016, with the option to renew for six

(6) additional 1 year 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 RICOH Americas Corporation via U. S. Commodities contract number

4400003732 for copier rental services. Funds are budgeted each fiscal year for

this ongoing expense: Various departments ? Copier Charges; 6632.



_________________________





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 THE EXECUTION OF AN ANNUAL CONTRACT WITH

DIVERSIFIED INSPECTIONS/ITL (PHOENIX, AZ) TO PROVIDE AERIAL AND GROUND LADDER

INSPECTION AND TESTING SERVICES TO THE COLUMBUS FIRE & EMS DEPARTMENT FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $6,695.00.



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

for four (4) additional twelve-month periods. Contract renewal is contingent

upon the mutual agreement of the City and the contracted vendor; and,



WHEREAS, the Contractor shall furnish all labor, materials, supplies,

supervision and transportation to provide inspection and testing services on

aerial and ground ladders for Columbus Fire & EMS Department in accordance with

the latest edition of NFPA Standard 1911 for aerial ladders and 1932 for ground

ladders. This test shall be conducted during the month of November each year

before the prior year test expires.



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 Diversified Inspections/ITL (Phoenix, AZ) to provide aerial and

ground ladder inspection and testing services to the Columbus Fire & EMS

Department for the estimated annual contract value of $6,695.00. Funds are

budgeted each fiscal year for this on-going expense: General Fund ? Fire & EMS

? Fire/EMS Special Operation ? Operating Materials; 0101-410-2600-SPCO-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



Attachments


Back to List