Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016

Council Members

Agenda Item #______



Columbus Consolidated Government

Council Meeting



June 18, 2019



Agenda Report #_____



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) FIELD MAINTENANCE EQUIPMENT FOR PARKS AND RECREATION ? GEORGIA

STATEWIDE CONTRACT



On May 28, 2019, Council authorized the purchase of field maintenance equipment

for the Parks and Recreation Department to prepare for the 2019 USA Softball

International Cup. The equipment will be purchased from Jerry Pate Turf &

Irrigation (Atlanta, GA), via Georgia State Contract #99999-SPD-SPD0000102-0014

for a grand total price of $203,162.18, and includes:



Equipment Quantity Unit Price Dealer Prep

& Delivery Total Price

Toro Reelmaster 3100-D w/misc options 4 $33,521.34 $1,340.85 $135,426.21

Toro Turf Aerothatch 1 $4,496.08 $44.96 $4,541.04

Toro Turf Aerator 687 w/misc options 1 $6,202.56 $62.03 $6,264.59

Toro Multi Pro 1750 Sprayer (175 Gallon) w/misc options 1 $34,019.31 $340.19 $34,359.50

Toro Versa Vac Sweeper 1 $22,347.37 $223.47 $22,570.84

$203,162.18



The equipment will be used by staff of the Parks and Recreation Department to

prepare and maintain the softball fields for the 2019 USA Softball

International Cup, to be held in Columbus, GA July 1-7, 2019 at the South

Commons Softball Complex. All of the equipment is new.



Funds are budgeted in the FY19 Budget: [Reelmaster 3100 D - $135,426.21] -

General Fund ? Parks and Recreation ? Park Services ? Off Road Equipment;

0101-270-2100-PSRV-7725.

Funds are budgeted in the FY19 Budget: [Aerothatch, Turf Aerator 687, Multi

Pro 1750 Sprayer , and Versa Vac Sweeper - $67,735.97] - General Fund ? Parks

and Recreation ? Park Services ? Machinery; 0101-270-2100-PSRV-7715.



* * * * * *

(B) INMATE VEHICLE FOR PARKS AND RECREATION ? GEORGIA STATEWIDE CONTRACT



It is requested that Council approve the purchase of an inmate vehicle for the

Parks and Recreation Department from Wade Ford (Smyrna, GA), via Georgia State

Contract #99999-SPD-SPD0000155-0014 in the amount of $46,031.00.



On May 28, 2019, Council authorized the purchase of an inmate vehicle for the

Parks and Recreation Department. The vehicle will be utilized for transporting

inmates, and for work details by providing maintenance and upkeep of the City's

property and greenery. This is new equipment.



Funds are budgeted in the FY19 Budget: General Fund ? Parks and Recreation ?

Park Services ? Light Trucks; 0101-270-2100-PSRV-7722.



* * * * * *

(C) ATHLETIC EQUIPMENT MAINTENANCE/REPAIR SERVICES (ANNUAL CONTRACT) ? RFB NO.

19-0034



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

Ready Fitness (Buford, GA) to provide athletic equipment maintenance/repair

services, on an ?as needed basis?, for the Columbus Police Department and the

Parks and Recreation Department. The Columbus Police Department will contract

for a quarterly cost of $534.00 for Regularly Scheduled Maintenance,

Labor/Repair Rate of $80.00/hr, and Labor/Repair Rate for After Hours/Emergency

Repairs of $80/hr, with Parts at Cost plus 10%, plus Freight. Due to budgetary

restraints, the Parks and Recreation Department will contract only for

Labor/Repair Rate of $80.00/hr on an ?as needed? basis. The departments spent

approximately $16,251.80 during the last contract term for these services.



Maintenance services will be performed on a regular quarterly and systematic

schedule on athletic equipment located in the Public Safety Gym.



Maintenance repairs will be performed on an ?as needed? basis for athletic

equipment housed at City Recreation Centers, including: 29th Street Recreation

Center, Fluellen Recreation Center, Fox Senior Center, Frank Chester Recreation

Center, Gallops Senior Center, Haygood Gym, Northside Recreation Center,

Psalmond Road Recreation Center, and the Shirley Winston Recreation Center.



The contract term will be for two years, with the option to renew for three

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

mutual agreement of the City and the contracted vendor.



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

the Georgia Procurement Registry. One (1) bid was received on May 15, 2019.

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



Regularly Scheduled Maintenance Costs Labor / Repair Rate



VENDORS Police Dept.

(Cost per Month) Parks & Rec

(Cost per Quarter) Hourly Rate After Hours /

Emergency Repairs

(per Hour) Parts at Cost?

( Y / N )

Ready Fitness (Buford, GA) $534.00 $1,262.00 $80.00 $80.00 N

(Cost + 10% + Freight)

Per the RFB General Provisions, Item #8, Receipt of One Sealed Bid, a survey of

vendors was conducted. It was determined that the one bid received was from

the only responsive, responsible bidder.

Ready Fitness has been notified in writing that the Parks and Recreation

Department will not award the Regularly Scheduled Maintenance (Per Quarter) or

the After Hours/Emergency Repairs due to budgetary constraints.



Funds will budgeted each fiscal year for this ongoing expense:

Columbus Police Department: General Fund ? Police ? Support Service ?

Miscellaneous Equipment ? 0101-400-2200-STAF-6519.

Parks and Recreation Department: General Fund ? Parks and Recreation ?

Recreation Services ? Contractual Services ? 0101-270-2400-RECR-6319.

* * * * * *

(D) WORK UNIFORMS (ANNUAL CONTRACT) ? RFB NO. 19-0006



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

work uniforms from Golden Standard Uniform Company (Atlanta, GA) for the

estimated contract value of $62,589.00, GEW, Inc. (Columbus, GA) for the

estimated contract value of $17,280.14 and All American Uniforms (Columbus, GA)

for the estimated contract value of $4,630.00, on an ?as needed basis?, for the

annual total estimated contract value of $84,499.14. The uniforms will be

utilized by the following City Departments: METRA, Public Works, Engineering,

Civic Center and other Departments, as needed.



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

renew for three (3) additional twelve-month periods. Contract renewal will be

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



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

the Georgia Procurement Registry. Five (5) bids were received on January 30,

2019. This bid has been advertised, opened and reviewed. The bidders were:



Cintas

(Columbus, GA) Aramark*

(Salem, VA) Golden Standard Uniform Co.

(Atlanta, GA) GEW Inc.

(Columbus, GA) All American Uniform

(Columbus, GA)



REVISED Section I. METRA: 19,321.65 6,515.74 No Bid 16,198.34 18,332.00

REVISED Section II. Public Works: 120,985.30 83,543.40 62,589.00 88,398.50 81,775.00

REVISED Section III. Engineering: 4,721.25 3,062.70 5,154.75 4,824.90 4,630.00

Section IV. Civic Center: 1,405.20 1,499.40 597.00 1,081.80 1,920.00

VENDOR TOTAL BID: $ 146,433.40 $ 94,621.24 $ 68,340.75 $ 110,503.54 $ 106,657.00

TOTAL AWARD BY VENDOR: $ 62,589.00 $ 17,280.14 $ 4,630.00

*Letter sent to vendor on February 25, 2019, requesting missing items. Vendor

did not reply and therefore deemed non-responsive to this bid.



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

Departments - Uniforms; 6781.



* * * * * *



(E) CHANGE ORDER 2 FOR MELROSE DRIVE, BOXWOOD BOULEVARD & DECATUR STREET BRIDGE

REPLACEMENTS ? RFB NO. 17-0028



It is requested that Council authorize the execution of Change Order 2 with

Southeastern Site Development, Inc. (Newnan, GA) in the amount of $119,410.80

for the Melrose Drive, Boxwood Boulevard & Decatur Street Bridge Replacements.



The initial scope of the project included removal and replacement of three (3)

bridges over Lindsey Creek, which are located on Melrose Drive, Boxwood

Boulevard, and Decatur Street, and one (1) replacement of bridge decking

located on Waterford Road. The intent was to award the four (4) bridge

projects to one contractor; however, the total bids exceeded the amounts

budgeted. Per Resolution No. 92-17, Southeastern Site Development, Inc. was

awarded a contract for Boxwood Boulevard Bridge replacement and Kiewit

Infrastructure South Co. was awarded a contract for the Waterford Road Bridge

retrofit.



Southeastern Site Development, Inc. was also the low bidder for the Decatur

Street and Melrose Drive bridge replacements. The Contractor agreed to hold

their pricing for the Decatur Street and Melrose Drive bridges until funding

became available. Through Change Order 1 and per Resolution No. 184-18,

Council awarded the Decatur Street and Melrose Drive Bridge replacements to

Southeastern Site Development, Inc.



Change Order 2 is necessary to complete the bridge replacements at Boxwood

Boulevard, Melrose Drive and Decatur Street. The major items include a

temporary road to provide access to emergency services vehicles while the

Decatur Street Bridge was being replaced, a 6? waterline bypass to maintain

water services while Melrose Drive Bridge was being replaced, additional 20?

water main on Melrose Drive, and additional asphalt work on all three bridges.



Document Description Amount

Original Contract Boxwood Boulevard Bridge Replacement 996,852.75

Change Order 1 Decatur Street and Melrose Drive Bridge Replacements 2,501,570.73

Change Order 2 Temporary road to provide access to emergency services vehicles

while the Decatur Street Bridge was being replaced, a 6? waterline bypass to

maintain water services while Melrose Drive Bridge was being replaced,

additional 20? water main on Melrose Drive, and additional asphalt work on all

three bridges. 119,410.80

New Contract Amount $ 3,617,834.28





Funding is available in the FY19 Budget: 0510-660-7000-TSPL-7661-65001-20140;

T-SPLOST Fund-Capital Projects ? T-SPLOST ? General Construction ? Boxwood

Bridge, 0508-660-3000-CPPF-7661-24017-20180; Special Projects - Capital

Projects Fund ? Capital Projects ? Paving Fund Supported Capital Projects ?

General Construction ? Melrose Bridge, 0540-695-2126-TXRB-7661-53050-20140;

1999 Sales Tax Project Fund ? 1999 SPLOST- 99 SPLOST Road/Bridge/Street ?

General Construction ? Melrose Drive Bridge Replacement,

0508-660-3000-CPPF-7661-24018-20180; Special Projects - Capital Projects Fund ?

Capital Projects ? Paving Fund Supported Capital Projects ? General

Construction ? Decatur Street Bridge, and 0508-660-3000-CPPF-7661-21083-20140;

Special Projects - Capital Projects Fund ? Capital Projects ? Paving Fund

Supported Capital Projects ? General Construction ? Decatur Street Bridge

Replacement

* * * * * * * *

(F) PAYMENT FOR LOCAL PHONE SERVICE BILLING



It is requested that Council approve payment to AT&T for local phone service

billing in the approximate amount of $25,000, per month; for account numbers:

706-003-7470-470, approximately $5,500.00 per month, and account numbers

706-003-8869-869, approximately, $18,500.00 per month.



This local phone service billing includes the following: Ambulance service,

T-1 lines, the actual phone number blocks, (prefix 225 and 653 etc?), analog

fax lines, and other analog lines, and includes connections to places like the

landfills and other specialized buildings.



Resolution #202-03 authorized the purchase of a telephone system upgrade from

AT&T (formerly Bellsouth/BSFS) via a five-year lease contract, while also

renewing the contract with the vendor for a ten (10) year period to guarantee

the current rate for the phone system. That 10-year contract has expired.

Consequently, approval for the continued payments is required.



Funds will be budgeted in the appropriate fiscal years for local telephone

service: General Fund - Information Technology ? Telephone;

0101-210-1000-ISS-6621.



* * * * * * * *

(G) ANNUAL MAINTENANCE: DISASTER RECOVERY RECORDING FOR THE REAL ESTATE

COMPUTER SYSTEM

It is requested that Council approve the payment to Tyler Technologies (Dallas,

TX), in the amount of $12,380.60, for the annual maintenance of disaster

recovery recording for the Real Estate Computer System utilized by the Clerk of

Superior Court. This payment covers the disaster recovery recording for the

period for the period July 1, 2019 ? June 30, 2020.

Per Resolution #104-11, Council approved the purchase of the Real Estate

Computer system from Tyler Technologies. Tyler Technologies developed the

software; they are the only company that can offer maintenance on the

software. Therefore, the vendor is considered an Only Known Source, per

Section 3-114 of the Procurement Ordinance.

Funds are budgeted in the FY20 Budget: General Fund ? Information Technology ?

Software Lease; 0101 ? 210 ? 1000 ? ISS ? 6541.

* * * * * * * *

(H) ANNUAL TAG READER MAINTENANCE FOR POLICE DEPARTMENT

It is requested that Council approve the payment to Selex-ES, Inc. (Greensboro,

NC), in the amount of $10,725.00 for annual maintenance for tag readers. The

payment will cover the period from 7/1/2019 ? 6/30/2020.



The tag reader is an image-processing technology used to identify vehicles by

their license plates. The Police Department mounts the system on pursuit

vehicles to expedite the identification of stolen cars, expired car tags and

wanted individuals.



The original purchase of the tag readers was approved by Council per Resolution

#133-15 and the purchase was made from Madden & Associates. Selex-ES, Inc. is

associated with Madden and Associates. The Police Department has paid for the

maintenance of the tag readers since the original purchase.



Funds are budgeted in the FY20 Budget: General Fund ? Police ? Support

Services ? Miscellaneous Equipment Maintenance; 0101 ? 400 ? 2200 ? STAF ? 6519.

* * * * * * * *

(I) STATE MANDATED SOLID WASTE DISPOSAL FEES



It is requested that Council authorize payment to the Georgia Department of

Natural Resources for state mandated solid waste disposal fees in the amount of

$54,540.75. The fee is based on the total amount of solid waste disposed in a

year. A total of 74,205.10 tons of solid waste was disposed, at Pine Grove

Landfill, between January 1, 2018 and December 31, 2018.



Funds are budgeted in the FY19 Budget: Integrated Waste Management Fund -

Public Services - Pine Grove Landfill ? State Mandated Waste Dump Fees;

0207-260-3560-PGRO-9208.

* * * * * * * *

(J) INMATE HOUSING SERVICES



It is requested that Council approve payment to the Harris County Board of

Commissioners, in the amount of $20,310.00, for housing Muscogee County inmates

at the Harris County Jail.

When requested, due to safety or security concerns, some inmates will be housed

in outside facilities. These requests typically involve an inmate that may be a

witness in a case where other inmates are involved in the same case; or where

the inmate poses a significant security threat.

Funds are budgeted in the FY19 Budget: General Fund ? Sheriff ? Jail ? Other

Purchased Services; 0101 ? 550 ? 2600 ? JAIL ? 6699.

* * * * * * * *

(K) GARBAGE TRUCK REPAIR

It is requested that Council approve payment to Rush Truck Center (Columbus,

Georgia), in the amount of $29,103.95 for the repair of a 2004 Peterbilt

Garbage Truck, Vehicle #6974.

This garbage truck was inspected, and it was determined the equipment needed a

new engine. This equipment is used by the Waste Collection Division to collect

residential household waste.

Rush Truck Center was selected to perform the repair because they are the only

certified Peterbilt Repair Center in the local area for this type of heavy duty

equipment.

Funds are budgeted in the FY19 Budget: Integrated Waste Fund - Public Works -

Solid Waste Collection - Auto Parts and Supplies; 0207-260-3510-GARB-6721.



* * * * * * * *

(L) PHARMACEUTICAL AGREEMENT FOR FIRE & EMS

It is requested that Council approve the pharmaceutical agreement with The

Medical Center, Inc., d/b/a/ Piedmont Columbus Regional Midtown (Columbus, GA)

to provide pharmacy services for the Fire & EMS Department. The Department

must have this agreement in place in order to re-new their EMS License with the

Georgia Department of Public Health. The agreement term is twenty-five (25)

months and is renewable in conjunction with the Fire & EMS License renewal.

The pharmacy services include the provision of pharmaceutical supplies, i.e.,

Morphine, pain medications, Cardiac Medications, IV fluids, etc?.. These

supplies are used to restock the ambulance pouch kits and drug boxes when they

have depleted supplies after certain emergencies. This process is used to

ensure the ambulances have all the needed supplies for the next required

response.

The City will pay for the supplies in accordance with the agreement in the form

of a Dispensing Fee for the actual service of replenishing the pouch kit and

drug box. The price per pouch kit shall be $16; pouch kits contain more

commonly used medications, i.e. diabetic meds, etc...that are replenished more

often. The price per drug box shall be $25.00 per box, which includes cardiac,

seizure and controlled substance meds that are replenished less frequently.

For the drugs, IV fluids and products within the pouch and box, the City will

pay the same amount Piedmont paid for the items.

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

Fire & EMS ? Logistics/Support ? Pharmacy Services; 0101 ? 410 ? 3610 ? LOGI ?

6323.



* * * * * * * *



(M) COURSE INSTRUCTORS FOR THE DEPARTMENT OF HUMAN RESOURCES/THE LEARNING

CENTER (ANNUAL CONTRACT) ? RFP NO. 19-0003



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

The Leadership Institute at Columbus State University (Columbus, GA) for

instruction services on an ?as needed? basis. The Contractor will provide

instructors to teach new and innovative training that will be beneficial to

City employees that will include, but not limited to: Business Writing, Meeting

Planning, Documentation, Evaluations and Discipline, Project Management,

Interviewing, Firing and Hiring, Workplace Safety, Sexual Harassment and

Discrimination, Customer Services, as well as Media Relations. The department

has $15,000.00 in the FY20 Budget for this project, and the recommended

vendor?s cost proposal is within the budgeted amount.

The initial term of the contrast 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.



Annual Contract History:

The previous five-year contract was awarded, on August 14, 2012 (Resolution

238-12), to Business Resource Center, a division of the Pastoral Institute

(Columbus, GA).



RFP Advertisement and Receipt of Proposals:

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

Georgia Procurement Registry on September 5, 2018. This RFP has been

advertised, opened and evaluated. Fourteen (14) proposals were received on

October 19, 2018 from the following vendors:



The Leadership Institute at Columbus State University (Columbus, GA)

Fly High Coaching, LLC (Jacksonville, FL)

Taybrok Solutions, LLC (Marietta, GA)

The Business Transformation Co., Inc. (Columbus, GA)

The GoodLife Agency (Detroit, MI)

Daily Works Workforce Solution (Stockbridge, GA)

The Horsley Group (Douglasville, GA)

Teal Talents, Inc. (Coconut Creek, FL)

JH Business Services (Decatur, GA)

Sentinel Security Group (Suffolk, VA)

Sherida Habersham & Associates, LLC (Dublin, GA)

Preyear Advocacy Solutions Team (Moss Point, MS)

Esdras Innovations, Inc. (Atlanta, GA)

Alexander At?ta Associates, Inc. (Conyers, GA)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 01/08/19 The Purchasing Manager advised evaluation committee

members of the RFP rules and process, and the project manager provided an

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

1st Evaluation Meeting 02/05/19 Committee members discussed the proposals; the committee

requested one clarification.

Clarification letter 02/06/19 Letter of clarification sent to vendor.

Extension letters 02/06/19 Letters to extend the Time for Consideration were sent to all

vendors, and agreement received thereof.

Vendor response 02/07/19 Vendor clarification forwarded to Committee

Evaluation Forms Sent 02/20/19 Evaluation forms were forwarded to voting committee

members.

Evaluation Results 05/15/19 Evaluation forms were completed and returned to Purchasing

for compilation results, which were then forwarded to the Evaluation Committee

members for review.

2nd Evaluation Meeting 06/10/19 Committee members discussed evaluation scores and

recommendation.

Award Recommendation 06/10/19 The Evaluation Committee unanimously voted to

award the contract to the top ranked vendor, The Leadership Institute at

Columbus State University (CSU). Committee requested that Purchasing acquire

pricing from CSU for ?Lunch and Learn? (LNL) topics in addition to requesting

their ?Best and Final Offer.?

Letter/Response 06/12/19 A letter was sent to CSU requesting ?Best and Final

Offer? as well as pricing for LNL topics. CSU forwarded their response along

with pricing for LNL?s.

Committee Approval 06/13/19 Committee unanimously approved to proceed with the

recommendation to Council.



Evaluation Committee:

The proposals were reviewed by the Evaluation Committee, which consisted of one

(1) voting member from the Inspections & Codes Department, one (1) voting

member from the Solicitor General?s Office, one (1) voting member from the

Human Resources Department, and one (1) advisory member from the Human

Resources Department.



Award Recommendation:

The Evaluation Committee deemed the top ranked proposal as responsive to the

RFP specifications. Therefore, the Evaluation Committee, as reflected by their

comments provided below, recommends award of the contract for the following

reasons:



? The Leadership Institute at Columbus State University

o CSU?s Leadership Institute qualifications, credentials, and experience are

excellent. The client work history is extensive, having provided services for

large companies, governmental and quasi-governmental agencies.

o Directly correlated the classes they can provide with what was asked in RFP.

Additional classes provided gives HR other options for training. The courses

range from employee development to supervisory skills reinforcement.

Individual may receive college credit hours.

o Most varied group of instructors. Many times, it is good to have many

different voices providing instruction. Also, do not have to worry about

cancellations with people available.



Vendor Qualifications/Experience:

? The Leadership Institute at Columbus State University:

o The Leadership Institute at Columbus State University has been in business

since 2005. It is a university-based consulting group providing expertise and

training in leadership development, team building, assessments, and strategic

planning.

o Columbus State University is a Southern Association of Colleges and Schools

(SACS) accredited university and part of the University System of Georgia.

o The faculty at CSU?s Leadership Institute specialize in facilitating change

management, people development, driving for results, enhancing business acumen,

and relationship building through developed communication skills.

o All facilitators hold a Masters degrees or higher in their areas of expertise.

o The Leadership Institute at Columbus State University has provided similar

services to Phoebe Health Systems (Albany, GA), Georgia Association of

Convention and Visitor Bureaus (Augusta, GA), Columbus Water Works (Columbus,

GA), National Management Resources (LaGrange, GA), and Brasfield & Gorrie

(Birmingham, AL).



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

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

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

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

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

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

Therefore, the evaluation results and cost information has been submitted to

the City Manager in a separate memo for informational purposes.



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

- Human Resources ? Human Resources ? Consulting Services,

0101-220-2100-HRDR-6315; General Fund - Human Resources ? Human Resources ?

Contractual Services, 0101-220-1000-HRDR-6319.



?ITEM A?

A RESOLUTION

NO. _________

A RESOLUTION AUTHORIZING THE PURCHASE OF FIELD MAINTENANCE equipment

for the Parks and Recreation Department to prepare for the 2019 USA Softball

International Cup. the equipment will be purchased from Jerry Pate Turf &

Irrigation (Atlanta, GA), via Georgia State Contract #99999-SPD-SPD0000102-0014

for a grand total price of $203,162.18, AND includes:



Equipment Quantity Unit Price Dealer Prep

& Delivery Total Price

Toro Reelmaster 3100-D w/misc options 4 $33,521.34 $1,340.85 $135,426.21

Toro Turf Aerothatch 1 $4,496.08 $44.96 $4,541.04

Toro Turf Aerator 687 w/misc options 1 $6,202.56 $62.03 $6,264.59

Toro Multi Pro 1750 Sprayer (175 Gallon) w/misc options 1 $34,019.31 $340.19 $34,359.50

Toro Versa Vac Sweeper 1 $22,347.37 $223.47 $22,570.84

$203,162.18



WHEREAS, the equipment will be used by staff of the Parks and

Recreation Department to prepare and maintain the softball fields for the 2019

USA Softball International Cup, to be held in Columbus, GA July 1-7, 2019 at

the South Commons Softball Complex. All of the equipment is new.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase field

maintenance equipment for the Parks and Recreation Department to prepare for

the 2019 USA Softball International Cup. The equipment will be purchased from

Jerry Pate Turf & Irrigation (Atlanta, GA), via Georgia State Contract

#99999-SPD-SPD0000102-0014 for a Grand Total price of $203,162.18, and includes:



Equipment Quantity Unit Price Dealer Prep

& Delivery Total Price

Toro Reelmaster 3100-D w/misc options 4 $33,521.34 $1,340.85 $135,426.21

Toro Turf Aerothatch 1 $4,496.08 $44.96 $4,541.04

Toro Turf Aerator 687 w/misc options 1 $6,202.56 $62.03 $6,264.59

Toro Multi Pro 1750 Sprayer (175 Gallon) w/misc options 1 $34,019.31 $340.19 $34,359.50

Toro Versa Vac Sweeper 1 $22,347.37 $223.47 $22,570.84

$203,162.18



Funds are budgeted in the FY19 Budget: [Reelmaster 3100 D - $135,426.21] -

General Fund ? Parks and Recreation ? Park Services ? Off Road Equipment;

0101-270-2100-PSRV-7725.

Funds are budgeted in the FY19 Budget: [Aerothatch, Turf Aerator 687, Multi

Pro 1750 Sprayer, and Versa Vac Sweeper - $67,735.97] - General Fund ? Parks

and Recreation ? Park Services ? Machinery; 0101-270-2100-PSRV-7715.

___________________________



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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor

________________________________________________________________________________

________________________________________________________________________________

__________

?ITEM B?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) INMATE VEHICLE for the

Parks and Recreation Department from WADE FORD (SMYRNA, GA), via Georgia State

Contract #99999-SPD-SPD0000155-0006 IN THE AMOUNT OF $46,031.00.



WHEREAS, on May 28, 2019, Council authorized the purchase of an inmate

vehicle for the Parks and Recreation Department. The vehicle will be utilized

for transporting inmates, and for work details by providing maintenance and

upkeep of the City's property and greenery. This is new equipment.



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

FOLLOWS:



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

vehicle for the Parks and Recreation Department from Wade Ford (Smyrna, GA),

via Georgia State Contract #99999-SPD-SPD0000155-0006 in the amount of

$46,031.00. Funds are budgeted in the FY19 Budget: General Fund ? Parks and

Recreation ? Park Services ? Light Trucks; 0101-270-2100-PSRV-7722.

___________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM C?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF an annual contract with READY FITNESS

(BUFORD, GA) to provide ATHLETIC EQUIPMENT maintenance/ REPAIR services on an

?as needed basis?, for the Columbus Police Department and the Parks and

Recreation Department. The Columbus Police Department will contract for a

quarterly cost of $534.00 for Regularly Scheduled Maintenance, Labor/Repair

Rate of $80.00/hr, and Labor/Repair Rate for After Hours/Emergency Repairs of

$80/hr with Parts at Cost plus 10%, plus Freight. Due to budgetary restraints,

the Parks and Recreation Department will contract only for Labor/Repair Rate of

$80.00/hr on an ?as needed? basis. the DEPARTEMENTS SPENT APPROXIMATELY

$16,251.80 DURING THE LAST CONTRACT TERM FOR THESE SERVICES.



WHEREAS, the maintenance services will be performed on a regular monthly and

systematic schedule on athletic equipment located in the Public Safety Gym.

Maintenance repairs will be performed, on an ?as needed? basis, for athletic

equipment housed at City Recreation Centers, including: 29th Street Recreation

Center, Fluellen Recreation Center, Fox Senior Center, Frank Chester Recreation

Center, Gallops Senior Center, Haygood Gym, Northside Recreation Center,

Psalmond Road Recreation Center, and the Shirley Winston Recreation Center; and,



WHEREAS, the contract term will be for two years, with the option to renew for

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

mutual agreement of the City and the contracted vendor.



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 Ready Fitness (Buford, GA) to

provide athletic equipment maintenance/repair services on an ?as needed basis?,

for the Columbus Police Department and the Parks and Recreation Department.

The Columbus Police Department will contract for a quarterly cost of $534.00

for Regularly Scheduled Maintenance, Labor/Repair Rate of $80.00/hr, and a

Labor/Repair Rate for After Hours/Emergency Repairs of $80/hr, with Parts at

Cost plus 10% plus Freight. Due to budgetary restraints, the Parks and

Recreation Department will contract only for Labor/Repair Rate of $80.00/hr on

an ?as needed? basis. The departments spent approximately $16,251.80 during

the last contract term for these services. Funds will budgeted each fiscal

year for this ongoing expense:

Columbus Police Department: General Fund ? Police ? Support Service ?

Miscellaneous Equipment ? 0101-400-2200-STAF-6519.

Parks and Recreation Department: General Fund ? Parks and 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 _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor

?ITEM D?

A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING AN ANNUAL CONTRACT FOR THE PURCHASE OF WORK

UNIFORMS FROM GOLDEN STANDARD UNIFORM COMPANY (ATLANTA, GA), FOR THE ESTIMATED

CONTRACT VALUE OF $62,589.00, GEW, INC. (COLUMBUS, GA), FOR THE ESTIMATED

CONTRACT VALUE OF $17,280.00 AND ALL AMERICAN UNIFORMS (COLUMBUS, GA) FOR THE

ESTIMATED CONTRACT VALUE OF $4,630.00; ON AN ?AS NEEDED? BASIS, FOR THE TOTAL

ESTIMATED ANNUAL CONTRACT VALUE OF $$84,499.14.



WHEREAS, the uniforms will be utilized by the following City Departments:

METRA, Public Works, Engineering, Civic Center and other Departments, as

needed; and,



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

for three additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



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

FOLLOWS:



That the City Manager is hereby authorized to enter into an annual

contract to purchase work uniforms from Golden Standard Uniform Company

(Atlanta, GA), for the estimated contract value of $62,589.00, GEW, Inc.

(Columbus, GA), for the estimated contract value of $17,280.00, and All

American Uniforms (Columbus, GA), for the estimated contract value of

$4,630.00; on an ?as needed? basis, for the total estimated annual contract

value of $84,499.14. Funds are budgeted each fiscal year for this on-going

expense: Various Departments - Uniforms; 6781.

___________________________



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

held the______ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor

?ITEM E?

A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER 2 WITH

SOUTHEASTERN SITE DEVELOPMENT, INC. (NEWNAN, GA) IN THE AMOUNT OF $119,410.80

FOR THE MELROSE DRIVE, BOXWOOD BOULEVARD AND DECATUR STREET BRIDGE REPLACEMENTS.



WHEREAS, per Resolution No. 92-17, Southeastern Site Development, Inc. was

awarded a contract for Boxwood Boulevard Bridge replacement and Kiewit

Infrastructure South Co. was awarded a contract for the Waterford Road Bridge

retrofit; and,



WHEREAS, through Change Order 1 and per Resolution No. 184-18, Council awarded

the Decatur Street and Melrose Drive Bridge replacements to Southeastern Site

Development, Inc.; and,



WHEREAS, Change Order 2 is necessary to complete the bridge replacements at

Boxwood Boulevard, Melrose Drive and Decatur Street. The major items include a

temporary road to provide access to emergency services vehicles while the

Decatur Street Bridge was being replaced, a 6? waterline bypass to maintain

water services while Melrose Drive Bridge was being replaced, additional 20?

water main on Melrose Drive, and additional asphalt work on all three bridges.



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



That the City Manager is hereby authorized to execute Change Order 2 with

Southeastern Site Development, Inc. (Newnan, GA) in the amount of $119,410.80

for the Melrose Drive, Boxwood Boulevard and Decatur Street Bridge

Replacements. Funding is available in the FY19 Budget: Funding is available

in the FY19 Budget: 0510-660-7000-TSPL-7661-65001-20140; T-SPLOST Fund-Capital

Projects ? T-SPLOST ? General Construction ? Boxwood Bridge,

0508-660-3000-CPPF-7661-24017-20180; Special Projects - Capital Projects Fund ?

Capital Projects ? Paving Fund Supported Capital Projects ? General

Construction ? Melrose Bridge, 0540-695-2126-TXRB-7661-53050-20140; 1999 Sales

Tax Project Fund ? 1999 SPLOST- 99 SPLOST Road/Bridge/Street ? General

Construction ? Melrose Drive Bridge Replacement,

0508-660-3000-CPPF-7661-24018-20180; Special Projects - Capital Projects Fund ?

Capital Projects ? Paving Fund Supported Capital Projects ? General

Construction ? Decatur Street Bridge, and 0508-660-3000-CPPF-7661-21083-20140;

Special Projects - Capital Projects Fund ? Capital Projects ? Paving Fund

Supported Capital Projects ? General Construction ? Decatur Street Bridge

Replacement

_____________________________



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

held the______ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM F?

A RESOLUTION

NO. _________

A RESOLUTION AUTHORIZING PAYMENT TO AT&T FOR LOCAL PHONE SERVICE

BILLING IN THE APPROXIMATE AMOUNT OF $25,000, PER MONTH; FOR ACCOUNT NUMBERS:

706-003-7470-470, APPROXIMATELY $5,500.00 PER MONTH, AND ACCOUNT NUMBERS

706-003-8869-869, APPROXIMATELY, $18,500.00 PER MONTH.



WHEREAS, local phone service billing includes the following: Ambulance

service, T-1 lines, the actual phone number blocks, (prefix 225 and 653 etc?),

analog fax lines, and other analog lines, and includes connections to places

like the landfills and other specialized buildings; and,



WHEREAS, Resolution #202-03 authorized the purchase of a telephone system

upgrade from AT&T (formerly Bellsouth/BSFS) via a five-year lease contract,

while also renewing the contract with the vendor for a ten (10) year period to

guarantee the current rate for the phone system. That 10-year contract has

expired. Consequently, approval for the continued payments is required.

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

FOLLOWS:

That the City Manager is hereby authorized to make payment to AT&T for

local phone service billing in the approximate amount of $25,000, per month;

for account numbers: 706-003-7470-470, approximately $5,500.00 per month, and

account numbers 706-003-8869-869, approximately, $18,500.00 per month. Funds

will be budgeted in the appropriate fiscal years for local telephone service:

General Fund - Information Technology ? Telephone; 0101-210-1000-ISS-6621.

___________________________

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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.

Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM G?

A RESOLUTION

NO. _________

A RESOLUTION AUTHORIZING PAYMENT TO TYLER TECHNOLOGIES (DALLAS, TX), IN

THE AMOUNT OF $12,380.60, FOR THE ANNUAL MAINTENANCE OF DISASTER RECOVERY

RECORDING FOR THE REAL ESTATE COMPUTER SYSTEM UTILIZED BY THE CLERK OF SUPERIOR

COURT. THIS PAYMENT COVERS THE DISASTER RECOVERY RECORDING FOR THE PERIOD FOR

THE PERIOD JULY 1, 2019 ? JUNE 30, 2020.

WHEREAS, per Resolution #104-11, Council approved the purchase of the Real

Estate Computer system from Tyler Technologies. Tyler Technologies developed

the software; they are the only company that can offer maintenance on the

software. Therefore, the vendor is considered an Only Known Source, per

Section 3-114 of the Procurement Ordinance.

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

FOLLOWS:

That the City Manager is hereby authorized to render payment to Tyler

Technologies (Dallas, TX), in the amount of $12,380.60, for annual maintenance

of the disaster recovery recording for the Real Estate Computer System utilized

by the Clerk of Superior Court. This payment covers the disaster recovery

recording for the period for the period July 1, 2019 ? June 30, 2020. Funds

are budgeted in the FY20 Budget: General Fund ? Information Technology ?

Software Lease; 0101 ? 210 ? 1000 ? ISS ? 6541.

___________________________

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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.

Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM H?

A RESOLUTION

NO. _________

A RESOLUTION AUTHORIZING PAYMENT TO SELEX-ES, INC. (GREENSBORO, NC), IN

THE AMOUNT OF $10,725.00 FOR ANNUAL MAINTENANCE FOR TAG READERS. THE PAYMENT

WILL COVER THE PERIOD FROM 7/1/2019 ? 6/30/2020.



WHEREAS, the tag reader is an image-processing technology used to identify

vehicles by their license plates. The Police Department mounts the system on

pursuit vehicles to expedite the identification of stolen cars, expired car

tags and wanted individuals; and,



WHEREAS, the original purchase of the tag readers was approved by Council per

Resolution #133-15 and the purchase was made from Madden & Associates.

Selex-ES, Inc. is associated with Madden and Associates. The Police

Department has paid for the maintenance of the tag readers since the original

purchase. This purchase is considered an Only Known Source, per Section 3-114

of the Procurement Ordinance.

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

That the City Manager is hereby authorized to render payment to payment

to Selex-ES, Inc. (Greensboro, NC), in the amount of $10,725.00 for annual

maintenance for tag readers. The payment will cover the period from 7/1/2019

? 6/30/2020. Funds are budgeted in the FY20 Budget: General Fund ? Police ?

Support Services ? Miscellaneous Equipment Maintenance; 0101 ? 400 ? 2200 ?

STAF ? 6519.

___________________________

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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.

Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting ___________





_____________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor





?ITEM I?

A RESOLUTION

NO. _________

A RESOLUTION AUTHORIZING PAYMENT TO THE GEORGIA DEPARTMENT OF NATURAL

RESOURCES FOR STATE MANDATED SOLID WASTE DISPOSAL FEES IN THE AMOUNT OF

$54,540.75.



WHEREAS, the fee is based on the total amount of solid waste disposed in a

year. A total of 74,205.10 tons of solid waste was disposed, at Pine Grove

Landfill, between January 1, 2018 and December 31, 2018.



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

That the City Manager is hereby authorized to render payment to the

Georgia Department of Natural Resources for state mandated solid waste disposal

fees in the amount of $54,540.75. The fee is based on the total amount of

solid waste disposed in a year. A total of 74,205.10 tons of solid waste was

disposed, at Pine Grove Landfill, between January 1, 2018 and December 31,

2018. Funds are budgeted in the FY19 Budget: Integrated Waste Management

Fund - Public Services - Pine Grove Landfill ? State Mandated Waste Dump Fees;

0207-260-3560-PGRO-9208.

___________________________

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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.

Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting ___________





_____________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM J?

A RESOLUTION

NO. _________



A RESOLUTION AUTHORIZING PAYMENT TO THE HARRIS COUNTY BOARD OF

COMMISSIONERS, IN THE AMOUNT OF $20,310.00, FOR HOUSING MUSCOGEE COUNTY INMATES

AT THE HARRIS COUNTY JAIL.

WHEREAS, when requested, due to safety or security concerns, some

inmates will be housed in outside facilities. These requests typically involve

an inmate that may be a witness in a case where other inmates are involved in

the same case; or where the inmate poses a significant security threat.



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

That the City Manager is hereby authorized to render payment to the

Harris County Board of Commissioners, in the amount of $20,310.00, for housing

Muscogee County inmates at the Harris County Jail. Funds are budgeted in the

FY19 Budget: General Fund ? Sheriff ? Jail ? Other Purchased Services; 0101 ?

550 ? 2600 ? JAIL ? 6699.

___________________________



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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.

Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting ___________





_____________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM K?

A RESOLUTION

NO. _________



A RESOLUTION AUTHORIZING PAYMENT TO RUSH TRUCK CENTER (COLUMBUS,

GEORGIA), IN THE AMOUNT OF $29,103.95 FOR THE REPAIR OF A 2004 PETERBILT

GARBAGE TRUCK, VEHICLE #6974.

WHEREAS, this garbage truck was inspected, and it was determined the equipment

needed a new engine. This equipment is used by the Waste Collection Division

to collect residential household wastel and,

WHEREAS, Rush Truck Center was selected to perform the repair because they are

the only certified Peterbilt Repair Center in the local area for this type of

heavy duty equipment.

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

That the City Manager is hereby authorized to render payment to Rush

Truck Center (Columbus, Georgia), in the amount of $29,103.95 for the repair of

a 2004 Peterbilt Garbage Truck, Vehicle #6974. Funds are budgeted in the FY19

Budget: Integrated Waste Fund - Public Works - Solid Waste Collection - Auto

Parts and Supplies; 0207-260-3510-GARB-6721.

___________________________



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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.

Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting ___________





_____________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM L?

A RESOLUTION

NO. _________

A RESOLUTION AUTHORIZING THE PHARMACEUTICAL AGREEMENT WITH THE

MEDICAL CENTER, INC., D/B/A/ PIEDMONT COLUMBUS REGIONAL MIDTOWN (COLUMBUS, GA)

TO PROVIDE PHARMACY SERVICES FOR THE FIRE & EMS DEPARTMENT. THE DEPARTMENT

MUST HAVE THIS AGREEMENT IN PLACE IN ORDER TO RE-NEW THEIR EMS LICENSE WITH THE

GEORGIA DEPARTMENT OF PUBLIC HEALTH. THE AGREEMENT TERM IS TWENTY-FIVE (25)

MONTHS AND IS RENEWABLE IN CONJUNCTION WITH THE FIRE & EMS LICENSE RENEWAL.

WHEREAS, the pharmacy services include the provision of pharmaceutical

supplies, i.e., Morphine, pain medications, Cardiac Medications, IV fluids,

etc?.. These supplies are used to restock the ambulance pouch kits and drug

boxes when they have depleted supplies after certain emergencies. This process

is used to ensure the ambulances have all the needed supplies for the next

required response; and,

WHEREAS, the City will pay for the supplies in accordance with the agreement in

the form of a Dispensing Fee for the actual service of replenishing the pouch

kit and drug box. The price per pouch kit shall be $16; pouch kits contain

more commonly used medications, i.e. diabetic meds, etc...that are replenished

more often. The price per drug box shall be $25.00 per box, which includes

cardiac, seizure and controlled substance meds that are replenished less

frequently. For the drugs, IV fluids and products within the pouch and box,

the City will pay the same amount Piedmont paid for the items.

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

That the City Manager and the Chief EMA Director/Fire & EMS are hereby

authorized to enter into a pharmaceutical agreement with The Medical Center,

Inc., d/b/a/ Piedmont Columbus Regional Midtown (Columbus, GA) to provide

pharmacy services for the Fire & EMS Department. The Department must have this

agreement in place in order to re-new their EMS License with the Georgia

Department of Public Health. The agreement term is twenty-five (25) months

and is renewable in conjunction with the Fire & EMS License renewal. Funds

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

EMS ? Logistics/Support ? Pharmacy Services; 0101 ? 410 ? 3610 ? LOGI ? 6323.

___________________________



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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.

Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting ___________





_____________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor

?ITEM M?



A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH THE

LEADERSHIP INSTITUTE AT COLUMBUS STATE UNIVERSITY (COLUMBUS, GA) FOR

INSTRUCTION SERVICES ON AN ?AS-NEEDED? BASIS. THE CONTRACTOR WILL PROVIDE

INSTRUCTORS TO TEACH NEW AND INNOVATIVE TRAINING THAT WILL BE BENEFICIAL TO

CITY EMPLOYEES THAT WILL INCLUDE, BUT NOT LIMITED TO: Business Writing, Meeting

Planning, Documentation, Evaluations and Discipline, Project Management,

Interviewing, Firing and Hiring, Workplace Safety, Sexual Harassment and

Discrimination, Customer Services, as well as Media Relations. The department

has $15,000.00 in the FY20 Budget for this project, and the recommended

vendor?s cost proposal is within the budgeted amount.



WHEREAS, an RFP was administered (RFP No. 19-0003) and fourteen proposals were

received; and,



WHEREAS, the proposal submitted by The Leadership Institute at Columbus State

University (Columbus, GA) met all proposal requirements and was evaluated

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) additional twelve-month periods.



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



That the City Manager is hereby authorized to execute a contract with The

Leadership Institute at Columbus State University (Columbus, GA) for

instruction services on an ?as-needed? basis. The Contractor will provide

instructors to teach new and innovative training that will be beneficial to

City employees that will include, but not limited to: Business Writing, Meeting

Planning, Documentation, Evaluations and Discipline, Project Management,

Interviewing, Firing and Hiring, Workplace Safety, Sexual Harassment and

Discrimination, Customer Services, as well as Media Relations. Funds will be

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

Resources ? Human Resources ? Consulting Services, 0101-220-2100-HRDR-6315;

General Fund - Human Resources ? Human Resources ? Contractual Services,

0101-220-1000-HRDR-6319.





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

_________ day of ____________, 2019 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________

Councilor Barnes voting __________

Councilor Crabb voting __________

Councilor Davis voting __________

Councilor Garrett voting __________

Councilor House voting __________

Councilor Huff voting __________

Councilor Thomas voting __________

Councilor Turner Pugh voting __________

Councilor Woodson voting __________





_______________________________ _____________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



DATE: June 18, 2019

TO: Mayor and Councilors



FROM: Finance Department



SUBJECT: Advertised Bids/RFPs



June 19, 2019

1. Bus Shelters (Annual Contract) ? RFB No. 19-0051

Scope of Bid

METRA is requesting qualified vendors to provide Bus Shelters on an ?as needed?

basis. The contract term will be for three years.

Attachments


No attachments for this document.

Back to List