Columbus, Georgia

Georgia's First Consolidated Government

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

Council Members

Agenda Item #______



Columbus Consolidated Government

Council Meeting



March 26, 2019



Agenda Report #_____



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) DOUBLE CHURCHES POOL RESURFACING ? RFB NO. 19-0035



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

Pools & Sports Construction, LLC (Atlanta, GA) in the amount of $46,649.00 to

resurface the Double Churches Pool. Time is of the essence; Mayan Pools &

Sports Construction, LLC shall complete the work by May 10, 2019.



The scope of work includes draining and resurfacing the entire pool

(approximately 6908 square feet); perform tile work, if needed; perform all

other required work not listed, in accordance with industry standards for a

municipal public pool; and provide information on chemical levels needed for

the curing process.



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

on the Georgia Procurement Registry. A mandatory site visit was conducted on

February 18, 2019; two (2) contractors were represented at the site visit. Two

bids were received on March 6, 2019. This bid has been advertised, opened and

review. The bidders were:

Bidders Total Bid

Mayan Pools & Sports Construction, LLC

(Atlanta, GA) $46,649.00

Poolside, Inc.

(Roswell, GA) 78,291.00





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

Aquatics ? Operating Materials; 0101-270-4413-AQUT-6728.



* * * * * *



(B) CONTRACT EXTENSION FOR LONG DISTANCE TELEPHONE SERVICES (ANNUAL CONTRACT) ?

RFP NO. 12-0001.



It is requested that Council authorize the extension of the Long Distance

Telephone Services contract with AT&T (Atlanta, GA) for an additional

three-month period. The estimated cost for the three-month extension is

$6,000.00.



Per Resolution No. 50-12, dated February 28, 2012, Council authorized a

five-year contract with AT&T. The contract was due to expire on February 27,

2017; however, in accordance with Article 3-109 (Annual Contracts: Price

Agreement and Service Contracts) of the Procurement Ordinance and at the

request of the Information Technology Department, the contract was extended for

one year, through February 27, 2018.



Per Resolution No. 283-17, dated August 8, 2017, Council authorized an

agreement with AT&T to upgrade the City?s current CCG PRI VoIP telephone system

to a more modern SIP IPFLEX VoIP telephone system. The SIP system will allow

phone services to be delivered via the internet instead of PRI lines. It was

anticipated that it would take approximately six (6) months until the system is

fully implemented. To prevent the long distance services from going to a

higher month-to-month rate before the SIP trunking is completed, Council

authorized the extension of the contract for an additional six (6) months (per

Resolution No. 43-18, dated February 13, 2018).



Resolution No. 379-18, dated October 23, 2018, authorized an additional

six-month extension in order for AT&T to complete the process of porting

telephone numbers. Per the Information Technology Department documents, AT&T

has not completed this process. Therefore, it is necessary to extend the

contract for an additional three (3) month period; Council approval is required

for extensions beyond the one year period.



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

Information Technology ? Long Distance; 0101-210-1000-ISS-6628.





* * * * * *



(C) INFLATABLE OBSTACLE COURSE FOR AQUATIC CENTER

It is requested that Council approve the purchase of a Wibit Inflatable

Obstacle Course from Recreonics (Louisville, KY), in the amount of $32,450.00,

to be used at the Columbus Aquatic Center.

For the first time in many years, the Aquatic Center is fully-staffed. As a

result, special programming activities can be implemented. Wibit is the

manufacturer of inflatable obstacles courses used for various water sport

activities. The obstacle courses come in numerous configurations and are easy

to set up in commercial pools. They offer a healthy, fun way of exercise for

youngsters, teenagers and adults alike. This new programming is expected to

generate additional revenue for the City.

Recreonics is the US distributor for Wibit commercial pool inflatables.

Consequently, the vendor is deemed the only known source for this purchase, per

the Procurement Ordinance, Article 3-114.

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

Aquatics Center ? Operating Materials; 0101 - 270 - 4414 - NATA - 6728.



* * * * * * * * *



(D) TOWER LIGHTS AT RADIO TOWERS



It is requested that Council approve payment to Motorola (Chicago, IL), in the

amount of $108,895.00, for replacing the tower lights at three City radio

towers.



The tower lights at McKee Road, Garfield Road and River Road Towers were out

and had to be replaced. Tower lights are required by FAA for aviation

detection.



Motorola is the manufacturer of the City?s radio system. Consequently, the

vendor is deemed the only known source for this purchase, per the Procurement

Ordinance, Article 3-114.

Funds are budgeted in the FY19 Budget as follows:

$59,995.86 ? LOST/Infrastructure ? Public Works ? Infrastructure/LOST ?

Professional Services ? Radio System Maintenance; 0109 ? 260 ? 9901 ? MNTN ?

6311 ? 98002 ? 20140

$48,899.14 ? General Fund ? Miscellaneous ? Non-Categorical ? Capital

Expenditures/Over $5,000; 0101 ? 590 ? 3000 ? NCAT ? 7761.



* * * * * * * * *



(E) BODY WORN CAMERAS ? PQ No. 19-0005

It is requested that Council authorize the purchase of one hundred sixty (160)

Pro-Vision BodyCam BC-300 body worn cameras from Pro-Vision Video Systems, Inc.

(Byron Center, MI), in the amount of $300.00 per camera, for a total cost of

$48,000.00.

Pro-Vision Video Systems, Inc., was the awarded vendor for PQ No. 19-0005, Body

Worn Cameras from which nineteen (19) units were purchased at a unit cost of

$301.00, and a total extended cost of $5,719.00. The original purchase per the

PQ was below the $10,000.00 threshold required for Council Approval.

The vendor has agreed to protect the bid pricing for additional purchases made

in the FY19 budget year (July 1, 2018 through June 30, 2019.) Due to the

increased number of cameras being requested at this time, the shipping and

handling portion of the unit cost has decreased. The vendor has agreed to

provide the additional units as follows:



Description Qty Unit Cost Extended Cost

Pro-Vision BodyCam BC-300 160 300.00 $48,000.00



Total Extended Cost: $48,000.00



The body worn cameras will be used by the Officers of the Columbus Police

Department.

Funds are budgeted in the FY19 Budget as follows: OLOST ? Police ? Public

Safety-LOST ? Capital Expend-Under $5,000.00; 0102-400-9900-LOST-7763.

* * * * * * * * *



(F) TRAFFIC INCIDENT MANAGEMENT SERVICES (ANNUAL CONTRACT) ? RFP NO. 19-0001



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

Columbus Towing & Recovery, Inc. (Columbus, GA) for Traffic Incident Management

Services on an as-needed basis. The estimated contract value is $34,000.00

annually, and the recommended vendor?s cost proposal is within the budgeted

amount. Traffic Incident Management Services (TIMS) is vehicular road services

typically and commonly provided by wrecker/towing services. Vehicles shall

include all self-propelled vehicles, including two-wheel, three-wheel vehicles,

which are defined as a motor vehicle in Ga. Code 40-1-1 (Motor Vehicle

Law-Definitions). Columbus Towing & Recovery will also provide towing services

for City vehicles requiring road assistance.



Columbus Towing & Recovery, Inc. will provide the following services:



? Road services, winching, and towing for passenger autos, small vans, pickup

trucks, motorcycles, and any other vehicles not exceeding two tons for private

owned vehicles.



? Negotiate fees for private owned vehicles exceeding two tons.



? Provide, at no cost, towing of first twenty (20) city vehicles in a calendar

month.



? Provide road and towing services for City vehicles two (2) through five (5)

tons.



? Provide road and towing services for City vehicles exceeding five (5) tons.



? Provide all equipment necessary to perform required services.



? Competent administrative, support, driver personnel on a 24-hour per day

basis.



? Maintain a record system that towed vehicles are accurately and uniquely

identified, and release of towed vehicle is made to the rightful owner/agent.



? Provide proper storage of towed vehicles.





Annual Contract History:

The previous five-year contract was awarded to Columbus Towing & Recovery, Inc.

on November 26, 2013 (Resolution No. 366-13).





RFP Advertisement and Receipt of Proposals:

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

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

advertised, opened and evaluated. Two proposals were received on October 5,

2018 from the following firms:



Columbus Towing & Recovery, Inc. (Columbus, GA)

Griffin & Griffin Towing, Inc. (Columbus, GA)



The following events took place after receipt of the proposals.



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 10/29/18 The Purchasing Manager advised evaluation committee

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

overview. Proposals were distributed to each committee member to review. The

committee determined additional pricing was required from both vendors.

Additional Pricing Requested 11/28/19 Additional pricing was requested from both vendors.

Additional Pricing Received 11/29/18 Additional pricing was received from both vendors.

1st Evaluation Meeting 12/03/18 Committee members discussed the proposals and additional

pricing, and determined clarifications, reference checks with Georgia State

Proposal and site visits were required for both firms.

Clarification Requested 12/12/18 Requests for clarification were forwarded to both firms.

Clarification Received 12/17/18 Clarification responses received.

Site Visit at Griffin & Griffin 01/10/19 The Evaluation Committee inspected the vendor?s

lots and equipment.

Site Visit at Columbus Towing 01/11/19 The Evaluation Committee inspected the vendor?s

lots and equipment.

Reference Checks 01/16/19 A Buyer from the Purchasing Department and a committee member

from the Police Department performed telephone reference checks on both vendors

with Georgia State Patrol, with whom both vendors are on a rotation-basis

contract.

2nd Evaluation Meeting 01/18/19 The committee discussed the results of the reference

checks and site visits, and determined additional clarification was not

required.

Evaluation Forms Sent 01/18/19 Evaluation forms were forwarded to voting committee

members.

Evaluation Results 01/28/19 Evaluation forms were completed and returned to Purchasing

for compilation results.

Recommendation 02/05/19 The tabulation of evaluations were forwarded to the

Evaluation Committee members for review and recommendation; the committee

unanimously recommended award to Columbus Towing & Recovery, the

highest-ranking vendor.





Evaluation Committee:

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

of a voting member from the Police Department, a voting member from Columbus

Fire & EMS and a voting member from the Public Works Department. A

representative from the Marshal?s Office, a representative from the Sheriff?s

Office and a representative from METRA Transit System served as non-voting

advisory members.





Award Recommendation:

The evaluation committee deemed the proposal from Columbus Towing & Recovery,

Inc. most responsive to the RFP specifications. Therefore the Evaluation

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

the contract to Columbus Towing & Recovery, Inc. for the following reasons:



? Columbus Towing & Recovery has extensive experience to meet the requirements

of this contract. Based on information submitted on staff/personnel, Columbus

Towing & Recovery has a cumulative total of 130 years of experience doing this

form of work.



? The history of the vendor?s last three (3) clients is superior, with them

providing services to each one for 10+ years. Their lot has more than enough

space for the required 400 cars and it has more than the required lighting.



? The vendor?s experience in providing quality service to the City of Columbus.



Vendor Experience/Qualifications:

? The president of Columbus Towing & Recovery was on the Board of Directors of

the Towing and Recovery Association of Georgia (TRAG) for fifteen years.



? One employee of Columbus Towing & Recovery is a certified Master Tower in

light, medium and heavy towing/recovery operations.



? Columbus Towing & Recovery is certified as a drug-free workplace by the State

Board of Workers? Compensation.



? Listed below are the last three (3) clients for which Columbus Towing &

Recovery has provided similar services:



o G & P Heavy Truck (Columbus, GA) Open-ended Contract

Towing and hauling of heavy trucks and equipment.



o Techmanics Diesel Open-ended Contract

Towing and hauling of heavy vehicles, equipment and buses.



o Georgia State Patrol (Manchester Post) Rotation Contract

Towing and storing large and small vehicles from traffic incidents (arrests,

accidents, etc.). Primary tower for heavy truck wrecks and situations

requiring special equipment. This contract renews annually.



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.



Towing charges for vehicles of citizens will be billed to the owner of the

vehicles. Funding to cover towing services for City vehicles is budgeted each

fiscal year for this on-going expense: Various Departments ? Auto Parts and

Supplies; 6721; General Fund - Police - Motor Transport ? Motor Transport -

Other Purchased Services, 0101-400-3230-MOTR-6699; Transportation Fund -

Transportation FTA ? METRA FTA (UMTA) ? Vehicle Operation & Maintenance,

0751-610-2400-MFTA-6516.







Emergency Purchase ? Information Only

( 1 ) CLIMB AND INSPECTION SERVICE FOR RIVER ROAD RADIO TOWER:



On March 7, 2019, the Engineering Department reported that the radio tower on

River Road was included in the area impacted by a tornado on Sunday, March 3,

2019. Several of the trees were damaged during the storm and guide wires were

hit by the falling trees.



Staff and Motorola representatives feel that due to the wind loads during the

storm, the structure should have a climb and inspection. This will provide

information on the structural integrity of the tower and equipment. The cost

was estimated at $10,000.



Motorola is the provider of the City?s radio system, and they will perform the

inspection.



The City Manager approved the emergency purchase on March 7, 2019.



Funding is available in the Engineering Department?s Radio Division Operation

Budget.



****************



( 2 ) REPLACEMENT OF CHEVROLET TAHOE PURSUIT VEHICLE FOR POLICE

DEPARTMENT



On March 1, 2019, the Police Department reported that a 2012 Chevrolet Tahoe

pursuit vehicle was a total loss after being involved in a traffic crash on

01-23-2019. The vehicle was struck head on while at the intersection of 14th.

Street and Veteran?s Parkway. The police vehicle was not at fault for the crash

and the other vehicle is insured Metropolitan Group Property Insurance Company.



The vehicle is assigned to the Bureau of Patrol Services, Traffic Division.

This vehicle is an assigned vehicle for Sergeant Chris Anderson who is also a

supervisor for the unit. The unit responds to all traffic fatalities and

serious traffic incidents in Columbus/Muscogee County. The replacement for

this vehicle and any damaged emergency equipment is imperative.



The replacement vehicle will be purchased via Georgia Statewide Contract #

99999-ES40199409-0002 from Hardy Chevrolet (Dallas, GA), in the amount of

$33,439.00.



The City Manager approved the emergency purchase on March 7, 2019.



Funding is available: General Fund ? Police ? Motor Transport ? Automobiles;

0101 - 400 - 3230 - MOTR ? 7721.







?ITEM A?





A RESOLUTION



NO._________





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH MAYAN POOLS &

SPORTS CONSTRUCTION, LLC (ATLANTA, GA) IN THE AMOUNT OF $46,649.00 TO RESURFACE

THE DOUBLE CHURCHES POOL. TIME IS OF THE ESSENCE; MAYAN POOLS & SPORTS

CONSTRUCTION, LLC SHALL COMPLETE THE WORK BY MAY 10, 2019.



WHEREAS, the scope of work includes draining and resurfacing the entire

pool (approximately 6908 square feet); perform tile work, if needed; perform

all other required work not listed, in accordance with industry standards for a

municipal public pool; and provide information on chemical levels needed for

the curing process.



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

FOLLOWS:



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

Mayan Pools & Sports Construction, LLC (Atlanta, GA) in the amount of

$46,649.00 to resurface the Double Churches Pool. Time is of the essence;

Mayan Pools & Sports Construction, LLC shall complete the work by May 10,

2019. Funds are budgeted in the FY19 Budget: General Fund ? Parks and

Recreation ? Aquatics ? Operating Materials; 0101-270-4413-AQUT-6728.



___________________________



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 EXECUTION OF THE LONG DISTANCE TELEPHONE

SERVICES CONTRACT WITH AT&T (ATLANTA, GA) FOR AN ADDITIONAL THREE-MONTH

PERIOD. THE ESTIMATED COST FOR THE THREE-MONTH EXTENSION IS $6,000.00.



WHEREAS, per Resolution No. 50-12, dated February 28, 2012, Council

authorized a five-year contract with AT&T. The contract was due to expire on

February 27, 2017; however, in accordance with Article 3-109 (Annual

Contracts: Price Agreement and Service Contracts) of the Procurement Ordinance

and at the request of the Information Technology Department, the contract was

extended for one year, through February 27, 2018; and,



WHEREAS, per Resolution No. 283-17, dated August 8, 2017, Council

authorized an agreement with AT&T to upgrade the City?s current CCG PRI VoIP

telephone system to a more modern SIP IPFLEX VoIP telephone system. The SIP

system will allow phone services to be delivered via the internet instead of

PRI lines. It was anticipated that it would take approximately six (6) months

until the system is fully implemented. To prevent the long distance services

from going to a higher month-to-month rate before the SIP trunking is

completed, Council authorized the extension of the contract for an additional

six (6) months (per Resolution No. 43-18, dated February 13, 2018); and,



WHEREAS, Resolution No. 379-18, dated October 13, 2018, authorized an

additional six-month extension in order for AT&T to complete the process of

porting telephone numbers. Per the Information Technology Department

documents, AT&T has not completed this process. Therefore, it is necessary to

extend the contract for an additional three (3) month period; Council approval

is required for extensions beyond the one year period.





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

FOLLOWS:



That the City Manager is hereby authorized to extend the Long Distance

Telephone Services contract with AT&T (Atlanta, GA) for an additional

three-month period. The estimated cost for the three-month extension is

$6,000.00. Funds are budgeted each fiscal year for this ongoing expense:

General Fund ? Information Technology ? Long Distance; 0101-210-1000-ISS-6628.

___________________________



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 PURCHASE OF A WIBIT INFLATABLE OBSTACLE

COURSE FROM RECREONICS (LOUISVILLE, KY), IN THE AMOUNT OF $32,450.00, TO BE

USED AT THE COLUMBUS AQUATIC CENTER.

WHEREAS, for the first time in many years, the Aquatic Center is

fully-staffed. As a result, special programming activities can be

implemented. Wibit is the manufacturer of inflatable obstacles courses used

for various water sport activities. The obstacle courses come in numerous

configurations and are easy to set up in commercial pools. They offer a

healthy, fun way of exercise for youngsters, teenagers and adults alike. It is

expected this new programming will generate additional revenue for the City;

and,

WHEREAS, Recreonics is the US distributor for Wibit commercial pool

inflatables. Consequently, the vendor is considered the only known source for

this purchase, per the Procurement Ordinance, Article 3-114.

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

FOLLOWS:



That the City Manager is hereby authorized to purchase of a Wibit

Inflatable Obstacle Course from Recreonics (Louisville, KY), in the amount of

$32,450.00, to be used at the Columbus Aquatic Center. Funds are budgeted in

the FY19 Budget: General Fund ? Parks and Recreation ? Aquatics Center ?

Operating Materials; 0101 - 270 - 4414 - NATA - 6728.

___________________________



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 PAYMENT TO MOTOROLA (CHICAGO, IL), IN THE

AMOUNT OF $108,895.00, FOR REPLACING THE TOWER LIGHTS AT THREE CITY RADIO

TOWERS.



WHEREAS, the tower lights at McKee Road, Garfield Road and River Road Towers

were out and had to be replaced. Tower lights are required by FAA for aviation

detection; and,



WHEREAS, Motorola is the manufacturer of the City?s radio system.

Consequently, the vendor is deemed the only known source for this purchase, per

the Procurement Ordinance, Article 3-114.

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

FOLLOWS:



That the City Manager is hereby authorized to make payment to Motorola

(Chicago, IL), in the amount of, $108,895.00, for replacing the tower lights at

three City radio towers. Funds are budgeted in the FY19 Budget as follows:

$59,995.86 ? LOST/Infrastructure ? Public Works ? Infrastructure/LOST ?

Professional Services ? Radio System Maintenance; 0109 ? 260 ? 9901 ? MNTN ?

6311 ? 98002 ? 20140

$48,899.14 ? General Fund ? Miscellaneous ? Non-Categorical ? Capital

Expenditures/Over $5,000; 0101 ? 590 ? 3000 ? NCAT ? 7761.

___________________________



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 PURCHASE OF ONE HUNDRED SIXTY (160)

PRO-VISION BODYCAM BC-300 BODY WORN CAMERAS FROM PRO-VISION VIDEO SYSTEMS, INC.

(BYRON CENTER, MI), IN THE AMOUNT OF $300.00 PER CAMERA, FOR THE TOTAL AMOUNT

OF $48,000.00.



WHEREAS, Pro-Vision Video Systems, Inc., was the awarded vendor for PQ

No. 19-0005, to provide nineteen (10) Body Worn Cameras for the Columbus Police

Department at a cost of $301.00 per unit; and,



WHEREAS, the original purchase per the PQ was below the $10,000.00

threshold required for Council approval; and,



WHEREAS, the lower unit cost for this purchase is due to a reduction in

the shipping and handling portion of the unit cost.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one hundred sixty (160)

Pro-Vision BodyCam BC-300 body worn cameras from Pro-Vision Video Systems, Inc.

(Byron Center, MI), in the amount of $300.00 per camera, for the total amount

of $48,000.00. Funds are budgeted in the FY19 Budget as follows: OLOST ?

Police ? Public Safety-LOST ? Capital Expend-Under $5,000.00;

0102-400-9900-LOST-7763.

______________________________



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 THE EXECUTION OF AN ANNUAL CONTRACT WITH

COLUMBUS TOWING & RECOVERY, INC. (COLUMBUS, GA) FOR TRAFFIC INCIDENT MANAGEMENT

SERVICES ON AN AS-NEEDED BASIS. THE ESTIMATED CONTRACT VALUE IS $34,000.00

ANNUALLY, AND THE RECOMMENDED VENDOR?S COST PROPOSAL IS WITHIN THE BUDGETED

AMOUNT.



WHEREAS, an RFP was administered (RFP No. 19-0001) and two proposals were

received; and,



WHEREAS, the proposal submitted by Columbus Towing and Recovery, Inc. met all

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



WHEREAS, the term of this contract shall be for five (5) years.



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

FOLLOWS:



That the City Manager is hereby authorized to execute an annual

contract with Columbus Towing & Recovery, Inc. (Columbus, GA) for Traffic

Incident Management Services on an as-needed basis. Towing charges for

vehicles of citizens will be billed to the owner of the vehicles. Funding to

cover towing services for City vehicles is budgeted each fiscal year for this

on-going expense: Various Departments ? Auto Parts and Supplies; 6721; General

Fund - Police - Motor Transport ? Motor Transport - Other Purchased Services,

0101-400-3230-MOTR-6699; Transportation Fund - Transportation FTA ? METRA FTA

(UMTA) ? Vehicle Operation & Maintenance, 0751-610-2400-MFTA-6516.

___________________________



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: March 26, 2019

TO: Mayor and Councilors

FROM: Finance Department

SUBJECT: Advertised Bids/RFPs



March 27, 2019

1. 35-Foot Low-Floor Transit Bus (Annual Contract) ? RFB No. 19-0035

Scope of Bid

The Consolidated Government of Columbus, Georgia is seeking vendors to provide

35-Foot Low-Floor Transit Buses to METRA on an ?as needed? basis. The City

anticipates purchasing approximately 0-3 buses during Fiscal Year 2020 through

Fiscal Year 2023.



The term of this contract shall be for three (3) years.



April 3, 2019

1. Mental Health Services for Muscogee County Jail (Annual Contract) ? RFP No.

19-0017

Scope of RFP

It is the intent of the Columbus Consolidated Government (the city) to enter

into an annual contract with a qualified vendor to provide comprehensive mental

health services to those patients incarcerated within the Muscogee County Jail,

that meet or exceed the requirements of the 8th amendment of the United States

Constitution and are commensurate with the services accessible within our

community. The new contract shall commence on July 1, 2019.



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

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



April 12, 2019

1. Engineering Services for J.R. Allen Parkway / US 80 Corridor Study P.I.

#0016425 ? RFP No. 19-0018

Scope of RFP

The Columbus Consolidated Government is accepting Statements of Qualifications

/ Proposals from qualified firms to provide Professional Services for the J.R.

Allen Parkway / US 80 Corridor Study for the Columbus-Phenix City Metropolitan

Planning Organization. Interested parties must be pre-qualified with the

Georgia Department of Transportation. Information regarding pre-qualifications

can be obtained by contacting the Georgia Department of Transportation

Pre-qualification Office: http://dot.ga.gov/doingbusiness/prequalification.



2. Architectural and Engineering Services for 2nd Avenue Streetscape Study P.I.

#0016424 ? RFP No. 19-0019

Scope of RFP

The Columbus Consolidated Government is accepting Statements of Qualifications

/ Proposals from qualified firms to provide Professional Services for the 2nd

Avenue Streetscape Study for the Columbus-Phenix City Metropolitan Planning

Organization. Interested parties must be pre-qualified with the Georgia

Department of Transportation. Information regarding pre-qualifications can be

obtained by contacting the Georgia Department of Transportation

Pre-qualification Office: http://dot.ga.gov/doingbusiness/prequalification.



April 17, 2019

1. Compact LIDAR (Light Detection and Ranging) Speed Detection Device ? RFB No.

19-0048

Scope of Bid

The Columbus Consolidated Government (the City) is seeking vendors to provide

six (6) compact LIDAR (light detection and ranging) speed detection devices to

be used by Officers of the Columbus Police Department.



April 24, 2019

2. Athletic Equipment Maintenance/Repair Services (Annual Contract) ? RFB No.

19-0034

Scope of Bid

Provide maintenance and repair services for athletic equipment for various

departments of the Columbus Consolidated Government on an ?as needed basis.?



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

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



Attachments


No attachments for this document.

Back to List