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 # 4



Columbus Consolidated Government

Council Meeting



August 28, 2018



Agenda Report # 21



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) INMATE MEDICAL & PHARMACY SERVICES FOR MUSCOGEE COUNTY JAIL (ANNUAL

CONTRACT) ? RFP NO. 18-0019



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

CorrectHealth Muscogee, LLC (Atlanta, GA) for comprehensive medical and

pharmacy services for inmates incarcerated in the Muscogee County Jail.



CorrectHealth Muscogee, LLC will provide necessary staffing, supplies,

in-clinic contracts, systems, and administration to provide the services at a

level of quality that meets the standards published in the NCCHC Guidelines for

both Jails and Prisons. The medical and pharmacy services shall be provided in

accordance with all state and federal laws and guidelines.



The initial term of this contract 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 Contractors.



Annual Contract History:

The previous five-year contract was awarded on July 23, 2013 (Resolution No.

247-13) to Correctional Healthcare Companies (Nashville, TN).



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on April 6, 2018. This RFP has been

advertised, opened and evaluated. Four proposals were received on May 18, 2018

from the following vendors:



CorrectHealth Muscogee, LLC (Atlanta, GA)

Centurion Detention Health Services (Vienna, VA)

Correct Care Solutions formerly Correctional Healthcare Companies (Nashville,

TN)

Correctional Medical Associates, Inc. (Atlanta, GA)



The following events took place after receipt of proposals:





RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 05/23/18 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 06/06/18 Committee members discussed the proposals and determined

clarifications should be requested from all four (4) firms, and letters of

recommendations should be requested from clients of two (2) firms.

Letters of Recommendation Requested 06/12/18 Requests for letters of recommendation were

forwarded to clients of two (2) firms.

Letters of Recommendation Received and Forward 06/15/18 Letters of recommendation

received from clients of two (2) firms and were forwarded to the committee

members.

Clarification Requested 06/19/18 Requests for clarification were forwarded to the four (4)

firms.

Clarification Received & Forwarded 06/21/18 Clarification responses received from the five

(5) firms and forwarded to the committee members.

Evaluation Forms Sent 06/22//18 Evaluation forms were forwarded to voting committee

members.

Evaluation Forms Return 07/02/18 Evaluation forms were completed and returned to

Purchasing for compilation of results.

Evaluation Results 07/05/18 Evaluation results were forwarded to the Evaluation

Committee for review; the committee unanimously elected to short-list and

interview the three (3) top-rated firm.

Presentation/Interview 07/25/18 The three (3) short-listed firm provided

presentations, which was followed by question/answer sessions with the

committee.

Award Recommendation 07/25/18 Immediately after the last team provided their presentation, a

final ballot was taken of each voting committee member?s preference for award.

By a vote of 2 to 1, the voting committee members recommended award to

CorrectHealth Muscogee, LLC.

Additional Interview 08/21/18 Three (3) additional Muscogee County Sheriff?s Office

advisors, to include upper management, met with CorrectHealth Muscogee, LLC.



Evaluation Committee:

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

two voting members from Muscogee County Sheriff?s Office (MCSO) and one voting

member from the Information Technology Department. Two additional MCSO

representatives and a City Attorney?s Office representative served as

non-voting advisors.



Award Recommendation:

? This vendor has 18 years of experience and currently provides services to

five (5) other agencies similar to our needs at the Muscogee County Jail. Due

to CorrectHealth being a Georgia-based company, the number of providers and

healthcare staff is ideal to our current needs. The accreditations achieved

and maintained are positive attributes our facility would strive to achieve as

well. Our facility is familiar with Diamond Pharmacy, as it is our current

provider for medications and we are satisfied with their services.



? CorrectHealth's recommendation letters were positive, especially Sheriff Tim

Burkhalter's from Rome, GA. I thought it as terrific to see the majority of

clients given by CorrectHealth were long-term clients and existing clients.

Their transition plan was thorough and in great detail. CorrectHealth's cost

proposal is competitive and fair.



? The vendor's president, Dr. Carlo Musso, has a background in emergency

medicine with several hospitals in Georgia, which translates well given the

unique characteristics of inmate medical care. Furthermore, it appears that

several of the vendor's executives are licensed in Georgia and have medical

backgrounds in the state of Georgia, which could be an asset in knowing what

medical problems exist in the population within the state of Georgia.



? In regards to the service plan, there are several positive ideas the vendor

presents. The vendor proposes medication distribution only two (2) times a

day, and given the fact that we currently conduct three (3) medication

distributions, this would lighten the burden on security staff. The vendor

also specifies that medical grievances will be responded to within five (5)

days, we are currently facing difficulties with current vendor responding to

medical grievances in an acceptable time frame. The vendor also states that

annual performance reviews are conducted with their staff, which shows the

vendor is committed to maintaining the desired inmate medical care. Vendor

provides an in-depth 7-week transition plan but states that it can be

compressed to three (3) to four (4) weeks if necessary. This shows that the

vendor is flexible with the desires of the client, which is looked upon

positively.



Vendor Experience/Qualifications:



? CorrectHealth Muscogee, LLC (CorrectHealth) is a physician owned and operated

correctional healthcare company that was organized in June 2000.



? Currently services five (5) agencies that have a capacity of over 1,000

inmates. The company has provided services to nearly 20,000 maximum, medium,

and minimum security; pre-release; and transitional inmates in over sixty (60)

prisons and jails.



? The company has approximately 350 providers and healthcare staff in Georgia

alone.



? In the company?s 18-year history, they have successfully achieved and

maintained Medical Association of Georgia (MAG), American Correctional

Association (ACA) and National Commission on Correctional Health Care (NCCHC)

accreditations and reaccreditations in many of their facilities.



? Numerous CorrectHealth staff members have achieved the distinction of

becoming Certified Correctional Health Professionals through NCCHC. The

company also has five (5) accreditation surveyors for NCCHC and MAG on their

staff, all of whom are available to consult at any CorrectHealth facility.



? The founder and president of CorrectHealth is a former emergency medicine

physician, and is licensed in Georgia, Florida, Louisiana and Tennessee.



? Listed below are the last three (3) agencies for which CorrectHealth has

provided similar services:



o Chatham County Detention Center (Savannah, GA) 09/01/2016 - present

Comprehensive inmate medical, mental health and dental services. The facility

has an 1800 inmate capacity and was MAG accredited in October 2017.



o Jefferson Parish Detention Center (Gretna, AL) 01/01/2016 - present

Comprehensive inmate medical, mental health and dental services. The facility

has a 1200 inmate capacity and was NCCHC accredited in October 2017.



o Douglas County Detention Center (Douglasville, GA) 12/01/2010 - present

Comprehensive inmate medical, mental health and dental services. The facility

has an 875 inmate capacity and was MAG accredited in June 2012.



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 ongoing expense: General Fund

? Sheriff ? Medical ? Consulting, Medical Services-Inmates and Pharmacy

Services; 0101-550-2650-MEDD-6315, 6320 and 6323.



* * * * * *



(B) INMATE MEDICAL & PHARMACY SERVICES FOR MUSCOGEE COUNTY PRISON

(ANNUAL CONTRACT) ? RFP NO. 18-0022



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

CorrectHealth Muscogee, LLC (Atlanta, GA) for comprehensive medical and

pharmacy services for inmates incarcerated in the Muscogee County Prison.



CorrectHealth Muscogee, LLC will provide necessary staffing, supplies,

in-clinic contracts, systems, and administration to provide the services at a

level of quality that meets the standards published in the NCCHC Guidelines for

both Jails and Prisons. The medical and pharmacy services shall be provided in

accordance with all state and federal laws and guidelines.



The initial term of this contract 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 Contractors.



Annual Contract History:

The previous five-year contract was awarded on August 27, 2013 (Resolution No.

279-13) to Correctional Healthcare Companies (Nashville, TN)



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on April 13, 2018. This RFP has been

advertised, opened and evaluated. Five proposals were received on May 22, 2018

from the following vendors:



CorrectHealth Muscogee, LLC (Atlanta, GA)

Centurion Detention Health Services (Vienna, VA)

Correct Care Solutions, formerly Correctional Healthcare Companies (Nashville,

TN)

Correctional Medical Associates, Inc. (Atlanta, GA)

Southern Health Partners (Chattanooga, TN)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 06/05/18 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 06/27/18 Committee members discussed the proposals and determined

clarifications should be requested from all five (5) firms.

Clarification Requested 06/28/18 Requests for clarification were forwarded to the five (5)

firms.

Clarification Received 07/13/18 Clarification responses received from the five (5) firms.

Clarification Forwarded 07/13/18 Clarification Responses forwarded to the committee

members.

Evaluation Forms Sent 07/13/18 Evaluation forms were forwarded to voting committee

members.

Additional Clarification Requested 07/27/18 A committee member required additional

clarification from one (1) vendor before completing the evaluation form for

said vendor.

Additional Clarification Received 07/27/18 Clarification response received from the one

(1) vendor.

Clarification Forwarded 07/30/18 Clarification Response forwarded to the committee members.

Evaluation Forms Return 07/30/18 Evaluation forms were completed and returned to

Purchasing for compilation of results.

Evaluation Results 08/01/18 Evaluation results were forwarded to the Evaluation

Committee for review; the committee unanimously elected to short-list and

interview the top-rated firm, CorrectHealth Muscogee, LLC.

Presentation/Interview 08/09/18 The short-listed firm provided a presentation,

which was followed by a question/answer session with the committee.



Evaluation Committee:

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

two voting members from Muscogee County Prison and one voting member from the

Internal Auditor?s Office. One City Attorney?s Office representative served as

non-voting advisor.



Award Recommendation:

? CorrectHealth is highly competitive in the amount of experience and

qualifications of the firm. They are accredited and present a more than

adequate management team. The vendor has experience working with county

prisons that are comparable to this facility.



? CorrectHealth?s work history currently has three county prisons that they

serve: Jackson, Athens-Clarke and Floyd counties as well as a detention

center. CorrectHealth?s experience at these other county facilities would be a

great asset to Muscogee County Prison.



? CorrectHealth?s service plan proposes to conduct intake 24 hours a day, 7

days a week. Sick call will be conducted Monday thru Friday. Nursing

assessments will be received and approved by the Medical Director annually.

CorrectHealth understands the impact of security with sending officers to

off-site appointments and will ensure services are available on-site.



? The vendor submitted the lowest annual contract amount and an excellent

pharmacy management fee.



Vendor Experience/Qualifications:

? CorrectHealth Muscogee, LLC (CorrectHealth) is a physician owned and operated

correctional healthcare company that was organized in June 2000.



? Currently services five (5) agencies that have a capacity of over 1,000

inmates. The company has provided services to nearly 20,000 maximum, medium,

and minimum security; pre-release; and transitional inmates in over sixty (60)

prisons and jails.



? The company has approximately 350 providers and healthcare staff in Georgia

alone.



? In the company?s 18-year history, they have successfully achieved and

maintained Medical Association of Georgia (MAG), American Correctional

Association (ACA) and National Commission on Correctional Health Care (NCCHC)

accreditations and reaccreditations in many of their facilities.



? Numerous CorrectHealth staff members have achieved the distinction of

becoming Certified Correctional Health Professionals through NCCHC. The

company also has five (5) accreditation surveyors for NCCHC and MAG on their

staff, all of whom are available to consult at any CorrectHealth facility.



? The founder and president of CorrectHealth is a former emergency medicine

physician, and is licensed in Georgia, Florida, Louisiana and Tennessee.



? Listed below are the last three (3) agencies for which CorrectHealth has

provided similar services:



o Chatham County Detention Center (Savannah, GA) 09/01/2016 - present

Comprehensive inmate medical, mental health and dental services. The facility

has an 1800 inmate capacity and was MAG accredited in October 2017.



o Jefferson Parish Detention Center (Gretna, AL) 01/01/2016 - present

Comprehensive inmate medical, mental health and dental services. The facility

has a 1200 inmate capacity and was NCCHC accredited in October 2017.



o Douglas County Detention Center (Douglasville, GA) 12/01/2010 - present

Comprehensive inmate medical, mental health and dental services. The facility

has an 875 inmate capacity and was MAG accredited in June 2012.



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 ongoing expense: General Fund

? MCP ? Warden ? Consulting; 0101-420-1000-MCCI-6315.



* * * * * *





(C) ALCOHOL MANAGEMENT SERVICES/COLUMBUS CIVIC CENTER (ANNUAL CONTRACT) ? RFP

NO. 18-0020

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

Ovations Food Services, LP d/b/a Spectra Food Services & Hospitality

(Philadelphia, PA) to provide all equipment and personnel necessary to provide

alcohol (beer/wine/liquor) beverage management services at the Columbus Civic

Center. The alcohol management services shall include the following:

A. Ovations Food Services shall have the exclusive right to sell Alcoholic

Beverages to include: Beer, Wine and Liquor.

B. Ovations Food Services must possess a ?Mixed Drink, Beer, Wine

consumption on premises alcohol beverage license that has been approved to sell

alcohol beverages on Sunday?. This license will be transferred for event dates

at the Civic Center until the new license can be issued (40-60 day process.).

C. Ovations Food Services will have the exclusive right to sell

Alcoholic Beverages on the premises except where the Civic Center has approved

a caterer for a catered private event. During catered events, the host or food

caterer may ask the vendor to serve alcohol as part of the event; however the

percentage identified for the Civic Center must remain intact.

D. Alcoholic beverages are to be offered for sale by Ovations Food

Services to the extent permitted by applicable laws, and subject to the

regulations by the Director of the Civic Center. The final decision, as to

whether or not Alcoholic Beverages may be sold at an event, or in a designated

area of the facilities, shall be the sole responsibility of the Director. The

decision to serve or refuse service of Alcoholic Beverage to any individual

shall be the sole responsibility of the Ovations Food Services

E. Ovations Food Services will demonstrate a process of auditing at

each event the amount of alcohol sold, inventory controls and remediation in

the event of loss.

The term of this contract shall be for three (3) years, with the option to

renew for two (2) additional twelve-month periods. Contract renewal will be

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



Annual Contract History:

Previous contract was awarded to Ovations Food Service, LP (Lutz, FL) on

September 9, 2014 per Resolution 289-14.

RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on March 28, 2018. This RFP has been

advertised, opened and evaluated. Proposals were received on April 27, 2018

from the following two (2) vendors:

Ovations Food Services L.P. d/b/a Spectra Food Services & Hospitality

(Philadelphia, PA)

B&B Bartending (Opelika, AL)

The following events took place after receipt of the proposals:

RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation 05/17/18 The Purchasing Manager advised evaluation committee of

the RFP rules and process. The proposals were distributed to committee members

for review. Project Head advised committee of the RFP goal. The next meeting

was scheduled for July 18, 2018.

1st Evaluation 07/18/18 Committee members discussed the proposals from both vendors.

Questions were identified that needed to be sent to both vendors for

clarification.

Clarification Letters 07/23/18 Letters were forwarded to both vendors for clarification

of questions submitted by committee.

Vendor Responses 07/26/18 Vendor responses were provided to committee for review.

Committee members advised that they were ready to begin evaluations.

Evaluation Forms Sent to Committee 08/02/18 Evaluation forms were forwarded to voting

committee members.

Evaluation Forms Completed by Committee Members 08/09/18 Committee members

completed and returned their evaluation forms to Purchasing.

Evaluation Results forwarded to Committee 08/15/18 The Evaluation Results were compiled,

completed and forwarded to Committee members for review and Recommendation.

Recommendation Received 08/15/18 Via email, the committee members unanimously voted to

award to the highest ranked vendor, Ovations Food Services, L.P. d/b/a Spectra

Food Services & Hospitality (Philadelphia, PA).



Evaluation Committee:

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

(1) voting member from The Trade Center, two (2) voting members from The

Columbus Civic Center, one (1) non-voting advisory member from the Revenue

Division, and one (1) non-voting advisory member from The Columbus Civic Center.

Award Recommendation:

? Ovations has provided alcoholic beverage services for the Civic Center since

2014. They have superior service and are always ready to assist. They have a

local office and can meet needs at any time. They have proposed a marketing

plan that will greatly benefit the Civic Center. Spectra has extensive

experience with indoor events and arenas.

? Ovations is willing to make a $25,000.00 capital investment for the

presentation and growth within the food and beverage department. This can also

contribute towards marketing strategies to benefit both parties in the

production, presentation, and selling of food and beverage items. The

investment can assist with modernization of equipment throughout the building

and should increase the quality of guest service.

? Ovations has a team that is supported by years of skilled, communicative, and

dedicated leadership throughout its chain of command. The team is very

familiar with the needs and wants of patrons of Columbus and surrounding

areas. Their dedication goes far and beyond the expectations of many patrons.

For example, at each event a patron can have the choice of a nationally brewed

beer or one of our local breweries, giving our local vendors a chance to

promote their product. Another example is the signature drinks created to

promote each event.

? The organization plan was presented very professionally and provided a great

snap shot on what to expect from the client. All management and team members

who will be involved have had credible years of service in this industry and

are local. Manager, Weezy Wingo, has already been managing the alcohol

services since 2014.

Vendor Experience/Qualifications:

? Ovations Food Services & Hospitality is a food service contractor providing

food, beverage, and related services to sports and recreation facilities in

North America that was founded in 1996.

? The company operates 250 properties, including 57 arenas, 44 convention

centers, and 22 performing arts centers.

? The company has been providing food and beverage services to both the

Columbus Civic Center and the Columbus Georgia Trade and Convention Center

since 2014.

Client Work History:

? Columbus Convention and Trade Center (Columbus, GA): Providing concessions,

catering, alcohol service, and premium services for a total average attendance

of 210,000 guests per year for notable events including ThesCon, Blanchard

Forum, and 2017 Georgia Organics Conference.

? Augusta Entertainment Complex (Augusta, GA): Providing concessions, catering,

alcohol service, merchandise, and premium services for a total average

attendance of 200,000 guests per year for celebrity concerts, bands, and beer

fests among others. Notable concerts include Elton John, Alan Jackson and the

Zac Brown Band.

? Durham Performing Arts Center (Durham, NC): Providing concessions, catering

and alcohol service since 2016 for this 2,700 seat theater. The theater has

been listed five times in the top 5 in Pollster?s annual worldwide theater

attendance rankings and is currently the #4 ranked theater in the US, as well

as, listed four consecutive years as the #1 performing arts organization in the

region by the Triangle Business Journal.

? Ocean Center (Daytona Beach, FL): Providing concessions and catering since

2007 for a total average attendance of 200,000 guests per year.

? RP Funding Center (Lakeland, FL): Providing concessions, catering, facility

design, marketing and branding, purchasing, and data and analytics since 2003

with a total average attendance of 225,000 guests per year.

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 process of an RFP there is no formal opening and

no proposal responses are made public, due to the possibility of negotiated

components of the proposals. If Council does not approve the recommended

offeror, the RFP specifications will be re-advertised. The evaluation results

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

for informational purposes.

Revenue will be deposited into the following Revenue Account: Civic Center

Fund ? Civic Center ? Civic Center Operations ? Food Service Contract;

0757-160-1000-4587.



* * * * * *



(D) PLOTTER PRINTER & SCANNER SERVICES (ANNUAL CONTRACT) - RFB NO. 19-0002



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

printer & scanner services from Repro Products, Inc. (Smyrna, GA) for the

monthly rental rate of $307.00 per month and a plotting charge of $0.25 per

square foot.



The Contractor will provide, repair, and maintain the plotter printer &

scanner, as well as, provide all expendable supplies, excluding the plotter

paper. The plotter printer & scanner will be utilized by Geographic

Information Systems Division to draw charts and blue prints.



The contract term shall be for sixty (60) months. The contract will be

automatically renewed (without the need for any further action) every 12 months

until the end of such 60-month term.



Bid information was posted on the web pages of the Purchasing Division and the

Georgia Procurement Registry on June 29, 2018. Two (2) bids were received on

August 1, 2018. This bid has been advertised, opened and reviewed. The bidder

was:



Description/Vendor Repro Production, Inc.

(Smyrna, GA) The Overby Co.

(Columbus, GA)

Plotter Rental Rate $159.00

Plus $0.25 Per Sq. Foot $202.00

Plus $0.30 Per Sq. Foot

Scanner Rental Rate $148.00 $245.00

Rental Rate Total per Mo. $307.00 $447.00

Total 5-year Rental Cost $18,420.00 $26,820.00

?NO BID? Responses: Southern Computer Warehouse, Inc.



Funds will be budgeted each fiscal year for this on-going expense: Paving Fund

? Engineering ? Highways & Road ? Contractual Services;

0203-250-2200-ROAD-6319.

* * * * * *



(E) AGRICULTURAL CHEMICALS (ANNUAL CONTRACT) ? RFB NO. 18-0046



It is requested that Council approve the purchase of agricultural chemicals on

an ?as needed? basis from Helena Chemical Company (Suwanee, GA), Howard

Fertilizer and Chemical (Thomasville, GA), Delta Landscape (Norcross, GA), and

Site One Landscape (Cleveland, OH) for the estimated combined annual contract

value of $408,023.05. These chemicals will be utilized by Parks and Recreation

to maintain athletic turf, and Public Works to maintain City right of ways.



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(s).



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

the Georgia Procurement Registry. Four (4) bids were received on May 16,

2018. This bid has been advertised, opened and reviewed. The low, responsive

bidders per line-item were:





VENDOR/DESCRIPTION EST. USAGE UNIT EXTENDED

Helena Chemical Company (Suwanee, GA)

Three Way Ester II

Chelated Iron Plus 12-0-0

Pre-m 0.86% 0-0-7

Pre-m 3.3 EC 0.86% 0-0-7

Pre-m 0.86% 25-2-5

Reward Landscape/Aquatic Herbicide

Rodeo

Sedge Hammer

Drive 75DF

Sevin 4F

60 Cs

10 Gals

1400 Bags

100 Gals

1400 Bags

20 Gals

200 Gals

80 Oz

100 Lbs

300 Gals

61.00

7.50

9.45

28.00

13.95

43.00

21.00

56.00

38.00 35.50

$18,300.00

75.00

13,230.00

2,800.00

19,530.00

860.00

4,200.00

3,360.00

3,800.00

10,650.00

$76,805.00

Howard Fertilizer & Chemical (Thomasville, GA)

Three Way Selective Herbicide

24-2-11

18-24-12

20-1-5

25-5-11

Dolimitic Lime

Manicure 6FL

Simazine 4L

Spectacle

Primo Maxx

Roundup Quick Pro

Lesco-Fate

Up-Star Gold

Headline

Dimension Ultra

Trimec 992

Manor 60DF

Crosscheck Plus

Liquid Iron

Spreader Sticker/Surfactant

G-Pro 2.32%

Induce

Target 6.6 (MSMA)

Fertilizer 13-13-13

Rodeo

Aquatic Adjuvant Non-Ionic Surfactant

1000 Gals

2400 Bags

20 Bags

20 Bags

1200 Bags

360 Bags

25 Gals

5 Gals

1 Gals

20 Gals

400 Gals

5 Lbs

50 Gals

2 Gals

200 Oz

1000 Gals

50 Oz

300 Bags

50 Gals

40 Gals

80 Bags

50 Gals

10 Gals

120 Bags

200 Gals

200 Gals

23.00

13.74

13.53

8.89

11.12

4.83

31.30

15.40

1,638.50 123.49 61.92

6.99

28.50

394.00

3.13

23.00

4.47

12.49

7.32

8.59

66.49

21.58

24.99

9.94

19.58

16.76



$23,000.00

32,976.00

270.60

177.80

13,344.00

1,738.80

782.50

77.00

1,638.50

2,469.80

24,768.00

34.95

1,425.00

788.00

626.00

23,000.00

223.50

3,747.00

366.00

343.60

5,319.20

1,079.00

249.90

3,916.00

1,192.00

3,352.00

$146,904.35

Delta Landscape (Norcross, GA)

Pellitized Lime

5-10-15

Fertilizer, Mulch 70/30

240 Bags

120 Bags

80 Bags

3.90

9.05

12.50

936.00

1,086.00

1,000.00

$3,022.00

SiteOne Landscape (Cleveland, OH)

Revolver

Garlon *3A

Top Choice Insecticide

Foam Marker

Monument 75WG

Celcius WG

Spray Tank Cleaner

Spray Dye, Tracker Blue

60 Cs

100 Gals

100 Bags

15 Gals

20 Oz

100 Lbs

50 Gals

100 Gals

2,308.00

60.816

125.00

35.50

220.00

100.00

8.72

60.50

138,480.00

6,081.60

12,500.00

532.50

5,060.00

16,000.00

218.00

2,420.00

$181,292.10



For vendor cost comparison, see complete tabulation on the following link:





Parks and Recreation has budgeted $64,000.00 each fiscal year for this ongoing

expense: General Fund ? Parks & Recreation ? Park Services ?

Horticulture/Landscaping Supplies, 0101-270-2100-PSRV-6727; General Fund ?

Parks & Recreation ? Park Services ? Grounds Maintenance,

0101-270-2100-PSRV-6576. Public Works has budgeted $217,690.00 for this

ongoing expense: Sewer Fund ? Public Works?Sewer Maintenance ? Horticulture/

Landscaping Supplies, 0202-260-3210-SRWM-6727; Paving Fund ? Public Works ?

Right of Way Maintenance ? Horticulture/Landscaping Supplies,

0203-260-3120-ROWM-6727.

* * * * * *



(F) TASERS AND RELATED ACCESSORIES FOR MARSHAL?S OFFICE



It is requested that Council approve the purchase of Tasers and related

accessories from Axon Enterprise, Inc., (Scottsdale, AZ) in the amount of

$20,518.00 for the Marshal?s Office.



The Marshal?s Office is requesting to purchase 16 Tasers with related

accessories, which will be used to replace outdated equipment. Tasers provide

the option to temporarily incapacitate a violent or combative person,

preventing the necessity for ?deadly force.? Thereby possibly preventing

serious injury to an officer, or a citizen taken into custody.



Axon Enterprise, Inc., (formerly Taser International) is the manufacturer of

the Taser cartridges. Therefore, this purchase is considered an only know

source procurement, per the Procurement Ordinance, Section 3-114.



Funds are available in the FY19 Budget as follows: Multi-Government Project

Fund ? Finance ? 17 EBM Justice Assistance Grant ? Operating Materials; 0216 -

200 ? 4121 ?LLEG ? 6728 and General Fund ? Municipal Court ? Marshal ?

Operating Materials; 0101-530-3000-MRSH-6728.



* * * * * * * *

(G) GEORGIA SUBSEQUENT INJURY TRUST FUND (SITF)ANNUAL ASSESSMENT



It is requested that Council authorize payment to the Georgia Subsequent Injury

Trust Fund (SITF) in the amount of $81,459.14 for the 2016 and 2017 Assessment.



The SITF is funded by assessments paid by self-insured employers and insurance

carriers. The City should have been receiving a form each January asking for

the City?s total claims expenses. The assessment is based on that figure, and

every employer has to pay an assessment for the SITF, even if they have no SITF

claims. When new SITF staff came on board they realized that not everyone was

paying the assessments, and also realized that in some cases (such as the

City?s) entities had never been asked to pay an assessment.



Per O.C.G.A. 34-9-358, the SITF is permitted to go back only one year to recoup

unpaid assessments. Consequently, the City has received an assessment invoice

for 2016 and 2017 in the amount of $81,459.14.



Funds are available in the FY19 Budget: Risk Management Internal Services Fund

? Human Resources ? Workers Compensation ? Contractual Services; 0860 ? 220 ?

3820 ? WCOM ? 6319.



* * * * * * * *



(H) UPGRADE OF THE BUSINESS LICENSING/OCCUPATION TAX SYSTEM AND PERMIT

MANAGEMENT SYSTEM

It is requested that Council approve a five-year agreement to upgrade EnerGov,

the Business Licensing/Occupation Tax and Permit Management System provided by

Tyler Technologies (Plano, TX). The total cost of the five year agreement is

estimated $1,022,613. Each year is denoted as follows:



Summary of Costs Year 1 ? FY19

(October 1, 2018 to September 30, 2019 Year 2 ? FY20

(October 1, 2019 to September 30, 2020 Year 3- FY21

(October 1, 2020 to September 30, 2021 Year 4 ? FY22

(October 1, 2021 to September 30, 2022 Year 5 ? FY23

(October 1, 2022 to September 30, 2023

SaaS Migration & Annual Maintenance Support

(5 Year Agreement) $178,552.00 *187,480.00 *$196,854.00 *$206,696.00 *$217,031.00

Virtual Lab Subscription (Annual Subscription) $7,200.00 $7,200.00 $7,200.00 $7,200.00 $7,200.00

Annual Costs $185,752.00 $194,680.00 204,054.00 $213,896.00 $224,231.00

*approximate cost due to 5% standard increase for the term of the SaaS

agreement (5 years) *approximate cost due to 5% standard increase for the term of the

SaaS agreement (5 years) *approximate cost due to 5% standard increase for the term of

the SaaS agreement (5 years) *approximate cost due to 5% standard increase for the

term of the SaaS agreement (5 years)



The upgrade will provide an internet based licensing and permitting system as

well as provide online training software from Tyler Technologies via EnerGov?s

Software as a Service (SaaS) Solution. The upgrade will allow the Finance

Department-Occupation Tax Section, Inspections and Code Department, Engineering

Department and Planning Department to be managed within one centralized

enterprise database and allow users to connect to and use cloud-based

applications over the internet. EnerGov?s SaaS Solution includes all EnerGov

application access, hosting, operational infrastructure, software maintenance

and future releases and managed services/managed upgrades.



Per Resolution #655-05, Council approved the contract with Evergov Solutions to

Business Licensing and Occupation Tax software; and Per Resolution #234-08,

Council approved the contract with EnerGov solutions to provide a Permit

Management System. In November, 2012 Tyler Technologies acquired EnerGov

Solutions. The upgrade will provide much needed functional system enhancements

for the Finance, Inspections and Code, Engineering and Planning Departments, to

include:



? Citizen Access Web Portals;

? On-line license renewals;

? On-line payment remittance;

? System hosting and management by the Vendor;

? Improve efficiency for business license and permit processing;

? Information sharing among internal departments and citizens through one

centralized enterprise database;

? Live on-line training.





Funding in the amount of $185,752.00 is available in the FY19 Budget for the

first year of the agreement: LOST/Infrastructure Fund ? Information Technology

? Infrastructure/LOST ? Software Lease ? EnerGov Upgrade;

0101-210-9901-ISS-6541-90003-20190. Funding for the remaining four years will

be budgeted in appropriate subsequent fiscal years.

* * * * * * * *



(I) HEAVY DUTY CHAIRS FOR THE E911 CENTER

It is requested that Council approve the purchase of twelve (12) heavy duty

chairs from Seating Inc, c/o Malone Office Environments (Columbus, GA), in the

amount of $10,465.86, for the E911 Center. The purchase will be accomplished

by Cooperative Purchase, via Georgia statewide contract # 99999?001?SPD0000100?

0079.

The chairs are needed to replace worn chairs in the E911 Center. Heavy duty

chairs are required since E911 operators must sit for longer periods of time.

This purchase is part of the upgrade to the E911 Center resulting from a cash

donation, for Columbus 911 Dispatch and 911 Operators, from the estate of Ms.

Melinda Melbourne; the donation was accepted per Resolution #106-18.

Funds are available in the FY19 Budget: Emergency Telephone Fund ? Police ?

E911- Other Purchased Services; 0209 ? 400 ? 3220 ? E911 ? 6699.



* * * * * * * *



Emergency Purchase ? Information Only



(J) MOVING SERVICES



Due to the recent flooding event at the Government Center, furniture and other

miscellaneous items, in the Judges? offices, located on the 9th, 10th and 11th

floors, need to properly protected and moved to another location until

necessary repairs are completed. Some of the items will be stored in the

surplus storage area on the 2nd Floor of the East Wing. Other items will be

stored in the newly acquired Public Works building located at 1511 Cusseta

Road.

To expedite the process, the Purchasing Division solicited price quotes from

the following local vendors:

? Affordable Moving

? Best Price Movers

? Coleman American

? Davenport Moving Company

? McCarley Moving and Storage

? Two Men and a Truck

? Phelps Moving and Storage



The price quote request was emailed to vendors on August 3, 2018. A site visit

was scheduled for 8:30 AM on Wednesday, August 8, 2018. The following vendors

confirmed attendance prior to the site visit:



? Affordable Moving, LLC ? 2 attendees

? Coleman Worldwide Moving ? 2 attendees

? Two Men and a Truck ? 1 attendee

? Best Price Movers ? 1 attendee (arrived late/was unable to join the visit)



Quotes were received from the following vendors on August 15th:

1. Coleman Worldwide - $16,039.00

2. Affordable Moving, LLC - $19,750.00

3. Two Men and a Truck - $45,240.00



Public Works and Deputy City Manager Goodwin were informed of the results.



The City Manager approved the emergency purchase on August 16, 2018.

Funding is available in the FY19 Budget: Special Project/Capital Project Fund

? Capital Projects ? General Fund Supported Capital Project ? Other Purchased

Services ? Government Center Flooding Repairs;

0508-660-1000-CPGF-6699-22953-20180.



?ITEM A?



A RESOLUTION

NO.______





A RESOLUTION AUTHORIZING THE EXECUTION OF A NEGOTIATED ANNUAL CONTRACT

WITH CORRECTHEALTH MUSCOGEE, LLC (ATLANTA, GA) FOR COMPREHENSIVE MEDICAL AND

PHARMACY SERVICES FOR INMATES INCARCERATED IN THE MUSCOGEE COUNTY JAIL.



WHEREAS, an RFP was administered (RFP No. 18-0019) and four proposals

were received; and,



WHEREAS, the proposals submitted by CorrectHealth Muscogee, LLC met all

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



WHEREAS, the initial term of the contract shall be for two (2) years

with the option to renew for three (3) additional twelve-month periods. The

contract renewals 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 a negotiated

annual contract with CorrectHealth Muscogee, LLC (Atlanta, GA) for

comprehensive medical and pharmacy services for inmates incarcerated in the

Muscogee County Jail. Funds are budgeted each fiscal year for this ongoing

expense: General Fund ? Sheriff ? Medical ? Consulting, Medical

Services-Inmates and Pharmacy Services; 0101-550-2650-MEDD-6315, 6320 and 6323.



__________________



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

held the _________ day of _________________, 2018 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________

__________________________

Lindsey Glisson, Deputy Clerk of Council Teresa

Pike Tomlinson, Mayor



?ITEM B?



A RESOLUTION

NO._________





A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH

CORRECTHEALTH MUSCOGEE, LLC (ATLANTA, GA) FOR COMPREHENSIVE MEDICAL AND

PHARMACY SERVICES FOR INMATES INCARCERATED IN THE MUSCOGEE COUNTY PRISON.



WHEREAS, an RFP was administered (RFP No. 18-0022) and five proposals

were received; and,



WHEREAS, the proposals submitted by CorrectHealth Muscogee, LLC met all

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



WHEREAS, the initial term of the contract shall be for two (2) years

with the option to renew for three (3) additional twelve-month periods. The

contract renewals 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 CorrectHealth Muscogee, LLC (Atlanta, GA) for comprehensive

medical and pharmacy services for inmates incarcerated in the Muscogee County

Prison. Funds are budgeted each fiscal year for this ongoing expense: General

Fund ? MCP ? Warden ? Consulting; 0101-420-1000-MCCI-6315.

_________________



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

held the _________ day of _________________, 2018 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________

__________________________

Lindsey Glisson, Deputy Clerk of Council Teresa

Pike Tomlinson, Mayor



?ITEM C?

A RESOLUTION

NO.________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH OVATIONS FOOD

SERVICES, L.P. D/B/A SPECTRA FOOD SERVICES & HOSPITALITY (PHILADELPHIA, PA) TO

PROVIDE ALL EQUIPMENT AND PERSONNEL NECESSARY TO PROVIDE ALCOHOL

(BEER/WINE/LIQUOR) BEVERAGE MANAGEMENT SERVICES AT THE COLUMBUS CIVIC CENTER.

WHEREAS, an RFP was administered (RFP No. 18-0020) and two (2)

proposals were received; and,

WHEREAS, the proposal submitted by Ovations Food Services, L.P., d/b/a

Spectra Food Services & Hospitality met all proposal requirements and was

evaluated responsive to the RFP; and,

WHEREAS, the term of this contract shall be for three years, with an

option to renew for two additional twelve-month periods. Contract renewal will

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

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

FOLLOWS:

That the City Manager is hereby authorized to execute contracts for

right of way acquisition services with Ovations Food Services, L.P., d/b/a

Spectra Food Services & Hospitality (Philadelphia, PA) to provide all equipment

and personnel necessary to provide alcohol (beer/wine/liquor) beverage

management services at the Columbus Civic Center. Revenue will be deposited

into the following Revenue Account: Civic Center Fund ? Civic Center ? Civic

Center Operations ? Food Service Contract; 0757-160-1000-4587.



________________



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

held the _________ day of _________________, 2018 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________

__________________________

Lindsey Glisson, Deputy Clerk of Council Teresa

Pike Tomlinson, Mayor



?ITEM D?



A RESOLUTION

NO.________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR THE RENTAL OF PLOTTER

PRINTER & SCANNER SERVICES FROM REPRO PRODUCTIONS, INC. (SMYRNA, GA) FOR THE

MONTHLY RENTAL RATE OF $307.00 PER MONTH, AND A PLOTTING CHARGE OF $0.25 PER

SQUARE FOOT.



WHEREAS, the Contractor will provide, repair, and maintain the plotter printer

& scanner, as well as, provide all expendable supplies, excluding the plotter

paper; and,



WHEREAS, the plotter & scanner will be utilized by Geographic Information

Systems Division to draw charts and blue prints; and,



WHEREAS, the contract term shall be for sixty (60) months. The contract will

be automatically renewed (without the need for any further action) every 12

months until the end of such 60-month term.



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



That the City Manager is hereby authorized to execute a contract for the rental

of plotter printer & scanner services from Repro Productions, Inc. (Smyrna, GA)

for the monthly rental rate of $307.00 per month, and a plotting charge of

$0.25 per square foot. Funds will be budgeted each fiscal year for this

on-going expense: Funds will be budgeted each fiscal year for this on-going

expense: Paving Fund ? Engineering ? Highways & Road ? Contractual Services;

0203-250-2200-ROAD-6319.

_________________



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

_________ day of ____________, 2018 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________

__________________________

Lindsey Glisson, Deputy Clerk of Council Teresa

Pike Tomlinson, Mayor



?ITEM E?

A RESOLUTION

NO. _______



A RESOLUTION AUTHORIZING THE PURCHASE OF AGRICULTURAL CHEMICALS FROM

HELENA CHEMICAL COMPANY (SUWANEE, GA), HOWARD FERTILIZER AND CHEMICAL

(THOMASVILLE, GA), DELTA LANDSCAPE SUPPLY (NORCROSS, GA), AND SITE ONE

LANDSCAPE (CLEVELAND, OH) ON AN ?AS NEEDED? BASIS FOR THE ESTIMATED COMBINED

ANNUAL CONTRACT VALUE OF $ 408,023.45.

WHEREAS, the contractors will provide agricultural chemicals to be used by

Parks and Recreation to maintain athletic turf and Public Works to maintain

City right of ways; and,

WHEREAS, the contract term 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(s).

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



That the City Manager is hereby authorized to purchase agricultural

chemicals from Helena Chemical Company (Suwanee, GA), Howard Fertilizer and

Chemical (Thomasville, GA), Delta Landscape Supply (Norcross, GA), and Site One

Landscape (Cleveland, OH) for the estimated combined annual contract value of

$408,023.45. Parks and Recreation has budgeted $64,000.00 each fiscal year for

this ongoing expense: General Fund ? Parks & Recreation ? Park Services ?

Horticulture/Landscaping Supplies, 0101-270-2100-PSRV-6727; General Fund ?

Parks & Recreation ? Park Services ? Grounds Maintenance,

0101-270-2100-PSRV-6576. Public Works has budgeted $217,690.00 for this

ongoing expense: Sewer Fund ? Public Works?Sewer Maintenance ? Horticulture/

Landscaping Supplies, 0202-260-3210-SRWM-6727; Paving Fund ? Public Works ?

Right of Way Maintenance ? Horticulture/Landscaping Supplies,

0203-260-3120-ROWM-6727.

______________



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

_________ day of ____________, 2018 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________

__________________________

Lindsey Glisson, Deputy Clerk of Council Teresa

Pike Tomlinson, Mayor



?ITEM F?

A RESOLUTION

NO.______

A RESOLUTION AUTHORIZING THE PURCHASE OF TASERS AND RELATED ACCESSORIES

FROM AXON ENTERPRISE, INC., (SCOTTSDALE, AZ), IN THE AMOUNT OF $20,518.00, FOR

THE MARSHAL?S OFFICE.



WHEREAS, the Marshal?s Office is requesting to purchase 16 Tasers with

related accessories, which will be used to replace outdated equipment. Tasers

provide the option to temporarily incapacitate a violent or combative person,

preventing the necessity for ?deadly force.? Thereby, possibly preventing

serious injury to an officer, or a citizen taken into custody; and,



WHEREAS, Axon Enterprise, Inc, (formerly Taser International) is the

manufacturer of the Taser cartridges. Therefore, this purchase is considered

an only know source procurement, per the Procurement Ordinance, Section 3-114.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase Tasers and

related accessories from Axon Enterprise, Inc., (Scottsdale, AZ), in the amount

of $20,518.00, for the Marshal?s Office. Funds are available in the FY19

Budget as follows: Multi-Government Project Fund ? Finance ? 17 EBM Justice

Assistance Grant ? Operating Materials; 0216 - 200 ? 4121 ?LLEG ? 6728 and

General Fund ? Municipal Court ? Marshal ? Operating Materials;

0101-530-3000-MRSH-6728.



______________



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

held the _________ day of _________________, 2018 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.

_________________________________

__________________________

Lindsey Glisson, Deputy Clerk of Council Teresa

Pike Tomlinson, Mayor



?ITEM G?

A RESOLUTION

NO.______

A RESOLUTION AUTHORIZING PAYMENT TO THE GEORGIA SUBSEQUENT INJURY TRUST

FUND (SITF) IN THE AMOUNT OF $81,459.14 FOR THE 2016 AND 2017 ASSESSMENT.

WHEREAS, the SITF is funded by assessments paid by self-insured employers and

insurance carriers. The City should have been receiving a form each January

asking for the City?s total claims expenses. The assessment is based on that

figure, and every employer has to pay an assessment for the SITF, even if they

have no SITF claims. When new SITF staff came on board they realized that not

everyone was paying the assessments, and also realized that in some cases (such

as the City?s) entities had never been asked to pay an assessment; and,

WHEREAS, Per O.C.G.A. 34-9-358, the SITF is permitted to go back only one year

to recoup unpaid assessments. Consequently, the City has received an assessment

invoice for 2016 and 2017 in the amount of $81,459.14.

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

FOLLOWS:



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

Georgia Subsequent Injury Trust Fund (SITF) in the amount of $81,459.14 for the

2016 and 2017 Assessment. Funds are available in the FY19 Budget: Risk

Management Internal Services Fund ? Human Resources ? Workers Compensation ?

Contractual Services; 0860 ? 220 ? 3820 ? WCOM ? 6319.

_____________



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

held the _________ day of _________________, 2018 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.



_________________________________

__________________________

Lindsey Glisson, Deputy Clerk of Council Teresa

Pike Tomlinson, Mayor



?ITEM H?

A RESOLUTION

NO._______

A RESOLUTION AUTHORIZING A FIVE-YEAR AGREEMENT FOR THE UPGRADE OF

ENERGOV WHICH IS UTILIZED FOR THE BUSINESS LICENSING/OCCUPATION SYSTEM AND

PERMIT MANAGEMENT SYSTEM FROM TYLER TECHNOLOGIES (PLANO, TX): AND AUTHORIZE THE

CITY MANAGER TO SIGN ALL RESULTING AGREEMENTS. THE UPGRADE COST IS AS

FOLLOWS:



Summary of Costs Year 1 ? FY19

(October 1, 2018 to September 30, 2019 Year 2 ? FY20

(October 1, 2019 to September 30, 2020 Year 3- FY21

(October 1, 2020 to September 30, 2021 Year 4 ? FY22

(October 1, 2021 to September 30, 2022 Year 5 ? FY23

(October 1, 2022 to September 30, 2023

SaaS Migration & Annual Maintenance Support

(5 Year Agreement) $178,552.00 *187,480.00 *$196,854.00 *$206,696.00 *$217,031.00

Virtual Lab Subscription (Annual Subscription) $7,200.00 $7,200.00 $7,200.00 $7,200.00 $7,200.00

Total $185,752.00 $194,680.00 204,054.00 $213,896.00 $224,231.00

*approximate cost due to 5% standard increase for the term of the SaaS

agreement (5 years) *approximate cost due to 5% standard increase for the term of the

SaaS agreement (5 years) *approximate cost due to 5% standard increase for the term of

the SaaS agreement (5 years) *approximate cost due to 5% standard increase for the

term of the SaaS agreement (5 years)



WHEREAS, the upgrade will provide an internet based licensing and permitting

software and online training software from Tyler Technologies. The upgrade

will allow the Finance Department-Occupation Tax Section, Inspections and Code

Department, Engineering Department and Planning Department to be managed within

one centralized enterprise database and allow users to connect to and use

cloud-based applications over the internet via EnerGov?s Software as a Service

(SaaS) Solution. EnerGov?s SaaS Solution includes all EnerGov application

access, hosting, operational infrastructure, software maintenance and future

releases and managed services/managed upgrades; and,



WHEREAS, Per Resolution #655-05, Council approved the contract with EnerGov

Solutions to Business Licensing and Occupation Tax software; and Per Resolution

#234-08, Council approved the contract with EnerGov solutions to provide a

Permit Management System. In November, 2012 Tyler Technologies acquired

EnerGov Solutions.



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

FOLLOWS:



That the City Manager is hereby authorized to enter into the five-year

agreement for the upgrade of the EnerGov Software utilized for the Business

Licensing/Occupation and Permit Management System from Tyler Technologies

(Plano, TX): and authorize the City Manager to sign all resulting agreements.

The upgrade cost is as follows:



Summary of Costs Year 1 ? FY19

(October 1, 2018 to September 30, 2019 Year 2 ? FY20

(October 1, 2019 to September 30, 2020 Year 3- FY21

(October 1, 2020 to September 30, 2021 Year 4 ? FY22

(October 1, 2021 to September 30, 2022 Year 5 ? FY23

(October 1, 2022 to September 30, 2023

SaaS Migration & Annual Maintenance Support

(5 Year Agreement) $178,552.00 *187,480.00 *$196,854.00 *$206,696.00 *$217,031.00

Virtual Lab Subscription (Annual Subscription) $7,200.00 $7,200.00 $7,200.00 $7,200.00 $7,200.00

Total $185,752.00 $194,680.00 204,054.00 $213,896.00 $224,231.00

*approximate cost due to 5% standard increase for the term of the SaaS

agreement (5 years) *approximate cost due to 5% standard increase for the term of the

SaaS agreement (5 years) *approximate cost due to 5% standard increase for the term of

the SaaS agreement (5 years) *approximate cost due to 5% standard increase for the

term of the SaaS agreement (5 years)





Funding in the amount of $185,752.00 is available in the FY19 Budget for the

first year of the agreement: LOST/Infrastructure Fund ? Information Technology

? Infrastructure/LOST ? Software Lease ? EnerGov Upgrade;

0101-210-9901-ISS-6541-90003-20190. Funding for the remaining four years will

be budgeted in appropriate subsequent fiscal years.

___________________



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

held the _________ day of _________________, 2018 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________

__________________________

Lindsey Glisson, Deputy Clerk of Council Teresa

Pike Tomlinson, Mayor



?ITEM I?

A RESOLUTION

NO.______

A RESOLUTION AUTHORIZING THE PURCHASE OF TWELVE (12) HEAVY DUTY CHAIRS

FROM SEATING INC., C/O MALONE OFFICE ENVIRONMENTS (COLUMBUS, GA), IN THE AMOUNT

OF $10,465.86, FOR THE E911 CENTER. THE PURCHASE WILL BE ACCOMPLISHED BY

COOPERATIVE PURCHASE, VIA GEORGIA STATEWIDE CONTRACT # 99999?001?SPD0000100?

0079.

WHEREAS, the chairs are needed to replace worn chairs in the E911 Center.

Heavy duty chairs are required since E911 operators must sit for longer periods

of time; and,

WHEREAS, this purchase is part of the upgrade to the E911 Center resulting from

a cash donation, for Columbus 911 Dispatch and 911 Operators, from the estate

of Ms. Melinda Melbourne; the donation was accepted per Resolution #106-18.

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

FOLLOWS:



That the City Manager is hereby authorized to purchase of twelve (12)

heavy duty chairs from Seating Inc., c/o Malone Office Environments (Columbus,

GA), in the amount of $10,465.86, for the E911 Center. The purchase will be

accomplished by Cooperative Purchase, via Georgia statewide contract # 99999?

001?SPD0000100?0079. Funds are available in the FY19 Budget: Emergency

Telephone Fund ? Police ? E911- Other Purchased Services; 0209 ? 400 ? 3220 ?

E911 ? 6699.

______________



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

held the _________ day of _________________, 2018 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________

__________________________

Lindsey Glisson, Deputy Clerk of Council Teresa

Pike Tomlinson, Mayor

Attachments


Back to List