Columbus, Georgia

Georgia's First Consolidated Government

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

Council Members

Columbus Consolidated Government

Council Meeting



July 23, 2019







TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) TRAFFIC INCIDENT MANAGEMENT SERVICES & TOWING SERVICES (RE-BID)

(ANNUAL CONTRACT) ? RFP NO. 19-0022



It is requested that Council authorize the execution of annual contracts with

Griffin and Griffin Towing, Inc. (Columbus, GA) for Traffic Incident Management

Services (Option 1) and Towing Services (Option 2) 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). Griffin and Griffin

Towing, Inc. will also provide towing services for City vehicles requiring road

assistance.



The contract term shall be five (5) years.



Griffin and Griffin Towing, Inc. will provide the following services:



Option 1 (Traffic Incident Management Services)

Vehicular towing and transporting services

Winching/recovering services (such as extracting/up righting vehicles)

Road services (such as tire changes, battery starting etc.)

Vehicular storage services



Option 2 (Towing Services for City vehicles)

Vehicular towing and transporting services

Winching/recovering services (such as extracting/up-righting vehicles)

Road services (such as tire changes, battery starting, etc.)



Annual Contract History:

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

on November 26, 2013 (Resolution No. 366-13). Columbus Towing & Recovery, Inc.

continued to provide the services on a month-to-month basis after the contract

ended on November 25, 2018. However, the vendor ceased providing

month-to-month services on June 12, 2019.



Griffin and Griffin Towing, Inc. began providing the services on an emergency

basis on June 12, 2019. The interim contract with Griffin and Griffin Towing,

Inc. will terminate after a new contract goes into effect.



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on May 9, 2019. This RFP has been advertised,

opened and evaluated. One proposal was received on May 31, 2019 from the

following firm:



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



The following events took place after receipt of the proposal.



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Combined Pre/1st Evaluation Meeting 06/26/19 Because only one proposal was received, the

Pre-Evaluation and 1st Evaluation committee meetings were combined. The

Purchasing Manager advised evaluation committee members of the RFP rules and

process.



The committee reviewed the proposal and determined a site visit was required.

1st Site Visit 07/03/19 The Evaluation Committee inspected the vendor?s lots and

equipment.

1st Site Visit Response 07/03/19 Via email to the Purchasing Division, Griffin and

Griffin Towing, Inc. conveyed thanks for the Committee?s visit and acknowledged

the few items that need improving, as noted by the Committee. Griffin and

Griffin stated they would immediately begin making the improvements.

2nd Evaluation Meeting 07/11/19 The Evaluation Committee discussed the result of the

site visit and requested a 2nd site visit to see the results of the

improvements. It was also determined that clarification was necessary.

Clarification/2nd Site Visit Requested 07/12/19 The requests were forwarded to Griffin and

Griffin Towing, Inc.

Response to Site Visit Request 07/12/19 Griffin and Griffin agreed to a 2nd Site Visit.

Response to Clarification 07/15/19 Griffin and Griffin responded to the request for

clarifications.

2nd Site Visit/Recommendation 07/18/19 The Evaluation Committee re-inspected the vendor?s lots and

equipment.

Recommendation 07/19/19 The voting committee members unanimously recommended

awarded to Griffin and Griffin and Towing, Inc.





Evaluation Committee:

The proposal was reviewed by members of the Evaluation Committee, which

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

the Marshal?s Office, a voting member from the Public Works Department, a

voting member from Metra and a voting member from Fire/EMS. An additional

representative from the Police Department and a representative from the

Sheriff?s Office served as non-voting advisory members.



Award Recommendation:

The voting committee members unanimously recommended awarded to Griffin and

Griffin and Towing, Inc.



Vendor Qualifications/Experience:

? Griffin and Griffin Towing, Inc. is a towing and roadside assistance service

provider to government, commercial, nonprofit and private clients.



? Prior to providing interim TIMS and towing services to Columbus Consolidated

Government, Griffin and Griffin Towing was responsible for 800+ monthly towing

and roadside assistance services.



? The Chief Executive Officer of the company is Ultra Heavy Duty Certified.

Another personnel is Wreck Master Certified.



? Griffin and Griffin are members of Drug Free Workplace Program, Towing and

Recovery Association of Georgia (TRAG), Better Business Bureau (A+ rating); and

Columbus Chamber of Commerce.



? Listed below are the last four (4) clients for which Griffin and Griffin has

provided similar services:



o Allstate (Satellite Office) 2012 - present

Towing, Traffic Incident Management and Roadside Assistance Services

(Open-ended contract)

Began towing heavy trucks in 2019



o Georgia State Patrol (Manchester, GA) 2013 - present

Towing and Traffic Incident Management Services in Columbus, GA (Annual

Rotation)



o General Services Administration (Ft. Benning, GA) 2016 - present

Towing and Roadside Assistance Services (Open-ended contract)



o U-Haul (Columbus, GA) 2019 - present

Towing, Traffic Incident Management and Roadside Assistance Services

(Open-ended contract)





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 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.



* * * * * * * *

(B) ANNUAL SOFTWARE LICENSE RENEWAL FOR VMWARE



It is requested that Council approve payment to CPAK Technology Solutions

(LaGrange, GA), in the amount of $57,393.96, for the VMware annual software

license renewal, for the period beginning August 1, 2019 - July 31, 2020. This

purchase/payment will be made by cooperative purchase, utilizing Federal GSA,

Schedule 70, Contract #GS-35F-303DA.



This software license renewal provides Information Technology ongoing support

for the virtual and thin client computer and server equipment utilized

throughout the City.



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

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

* * * * * * * *

(C) Motorola radios and accessories (ANNUAL CONTRACT) - COOPERATIVE PURCHASE:

GEORGIA STATEWIDE CONTRACT



It is requested that Council approve the purchase of 800 MHZ radios and

accessories from Motorola Solutions, Inc. (Lawrenceville, GA), for the

estimated annual contract value of $260,976.12 (based on the City?s average

annual usage). The purchases will be accomplished by Cooperative Purchasing,

utilizing Georgia Statewide contract #SWC99999-SPD-NVPWA06913, through June 30,

2021, and any additional contract renewals awarded by the State.



The prices include discounts of 5% up to 28% on radios and accessories. Various

City departments will purchase the radios and accessories on an ?as needed

basis?.



Per Resolution #91-92 (RFP No. 149-91) Motorola was awarded the contract to

provide the City?s 800 MHZ Radio Communication System. Therefore, to remain

compatible with the system, the City has continued to purchase additional

radios and accessories from Motorola.



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

Departments, Communication Equipment.



* * * * * * * *



(D) CONTRACT EXTENSION FOR INMATE COMMISSARY SERVICES FOR MUSCOGEE COUNTY

PRISON (ANNUAL CONTRACT) ? RFP NO. 13-0028



It is requested that Council authorize the extension of the annual contract for

Inmate Commissary Services for Muscogee County Prison with Stewart Distribution

(Blackshear, GA) for an additional one year period.



The Muscogee County Prison is requesting the contract extension to allow

additional time for re-advertisement and award.



Per Resolution No. 234-13, dated July 9, 2013, Council authorized a five-year

contract with Stewart Distribution. The contract expired on August 4, 2018.

However, in accordance with Article 3-109 (Annual Contracts: Price Agreement

and Service Contracts) of the Procurement Ordinance, and at the request of the

Muscogee County Prison, the contract was extended for one year, through August

4, 2019. Council approval is required for extensions beyond the one year

extension.



Funds will be deposited into the following Revenue Accounts: Inmate Store and

Recreation Fund.



* * * * * *

(E) CUSTODIAL SUPPLIES (ANNUAL CONTRACT) - RFB NO. 19-0039



It is requested that Council approve the purchase of custodial supplies on an

"as needed basis" from Key Maintenance Supply (Atlanta, GA), Robinson Supply

Company (Columbus, GA), Southeastern PaperGroup (Atlanta, GA), Veritiv

Operating Company (Norcross, GA), Pyramid School Products (Tampa, FL), COPACO

(Columbus, GA), Grainger Industrial (Macon, GA), Associated Paper (Conyers,

GA), Acuity Specialty Products dba Zep Sales & Service (Atlanta, GA) and

Imperial Dade (Loxley, AL) for the estimated annual contract value of

$216,862.89. Various departments of the Columbus Consolidated Government will

utilize

these custodial supplies and chemicals.



The contract term is for a two-year period with an option to renew for three

additional twelve-month periods. Renewal of the contract is contingent upon

the mutual agreement of the City and the contracted vendors.

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

Georgia Procurement Registry on February 22, 2019. Ten (10) bids were received

on March 27, 2019. This bid has been advertised, opened and reviewed. The

successful bidders, per line item, are:



VENDOR/ITEMS EST. USAGE/

1 YEAR UNIT PRICE TOTAL COST

Key Maintenance Supply (Atlanta, GA)

Cascade; 6/85 oz.

Dial Hand Soap Liquid Pump 7.5 Oz;

Soap; Purell; 5392 Hand Sanitizer Refill

409 Cleaner; 12/1 Qt. Bottles W/Trigger

Mixed Rags

Floor Stripper - (Non Ammoniated) 4/1 Gal Per Case

12 cs

200 cs

100 cs

200 cs

400 cs

240 cs

34.16 cs

25.60 cs

59.10 cs

35.32 cs

13.83 cs

27.10 cs



409.92

5,120.00

5,910.00

7,064.00

5,532.00

6,504.00

24,035.92

Robinson Supply Company

(Columbus, GA)

Disinfectant Cleaner

Soap Hand; GoJo Jar 4.5 LB

Spic N Span; 27 oz. Box

Armour All Trigger Sprayer - 6/CS, 28 Oz

Portable Porta Potty; Style 268



100 cs

75 cs

150 cs

10 cs

30 ea





27.20 cs

78.00 cs

82.00 cs

39.00 cs

54.80 ea







2,720.00

5,850.00

12,300.00

390.00

1,644.00

22,904.00

Southeastern PaperGroup (Atlanta, GA)

Deo Wall Blocks W/Hanger; 24 Oz.

Hand Sanitizer, Instant Concentrated; 4 oz

Pledge Lemon Scent; (Aerosol Can)

Upholstery Cleaner Spray Can, 14oz Can

Soap; Purell; Hand Sanitizer Refill

Stainless Steel Cleaner & Polish

Lift Out Grout & Tile Cleaner, 12/32 OZ

36 dz

100 cs

24 cs

10 cs

200 cs

20 cs

100 cs





24.40 dz

28.03 dz

31.75 cs

24.72 cs

66.88 cs

26.88 cs

36.69 cs





878.40

2,803.00

762.00

247.20

1,337.60

537.60

3,669.00

10,234.80

Veritiv Operating Company

(Norcross, GA)

Antibacterial Liquid Soap 4/1 Per Gallon

Glass Cleaner; Windex or Equal

Windex; 1 Qt Bottles w/Trigger



150 cs

50 cs

200 cs



27.21 cs

19.10 cs

40.30 cs



4,081.50

955.00

8,060.00

13,096.50

Pyramid School Products (Tampa, FL)

Deo Urinal; Individually wrapped; 4 oz.

Deo Toilet Bowel Hanging Urinal

Deo Air Freshner: Refill

300 dz

100 cs

300 cs

4.99 dz

6.29 dz

27.98 cs

1,497.00

629.00

8,394.00

10,519.00

COPACO (Columbs, GA)

Tide; 14/49 oz.

Carpet Deodorizer, 12 oz can

Deo Air Freshner: Wall Plug-Ins

Deo Air Freshener Misty Dispenser

Deo Ecobreeze Liquid Air Freshener; 1 Gal

Lemon/Pine; gal, Active Ingredients

Tub & Tile Mildew Cleaner - 4/1 Gal Per Cs

Soap Foam; GoJo; 5362 Antibacterial Soap

Soap Foam; GoJo; 5361 Soap W/Skin Cond

Soap Foam; GoJo; 5161 Soap for Disp

AJAX; 30; 21 oz Containers per case

Oil Dry

24K Floor Finish - 4/1 Gal Per Case

Floor Finish Wax (High Gloss)

Floor Restoration - 4/1 Gal Per Case

Floor Sealer - 4/1 Gal Per Case

Floor Two In One Spray Buff/Maintainer

24K Floor Finish - 55 Gal Drum

Floor Stripper - (Non Ammoniated)

75 cs

30 cs

100 cs

50 cs

100 cs

1,200 gal

200 cs

100 cs

100 cs

300 cs

150 cs

1,200 bgs

240 cs

20 cs

20 cs

20 cs

240 cs

20 cs

10 drum

40.08 cs

30.81 cs

9.13 cs

12.94 cs

24.87 cs

19.58 gal

28.93 cs

43.50 cs

40.13 cs

39.55 cs

25.37 cs

5.33 bg

39.52 cs

33.77 cs

31.58 cs

31.76 cs

21.02 cs

511.17 cs

245.88 drum

3,006.00

924.30

913.00

647.00

2,487.00

23,496.00

5,786.00

4,350.00

4,013.00

3,955.00

3,805.50

6,396.00

9,484.80

675.40

631.60

635.20

420.40

5,111.70

2,458.80

79,196.70

Grainger Industrial (Macon, GA)

Toilet Chemical; Used In Portable Toilet

Deo Cherry (Bid) Concentrated Liquid

Disinfectant Spray; Lysol or Equal

Insect Repellant; Off or Equal

S.O.S. Pads; 12/15 oz

Wash and Wax Cleaner; for Automobile

Stainless Steel Sponges (400 Series)

Carpet Shampoo

Gum Remover

Emulsifying Degreaser



6 cs

1,200 cs

100 cs

60 cs

15 cs

200 cs

10 cs

36 cs

4 cs

24 cs

1.39 cs

24.82 cs

2.69 cs

3.67 cs

6.78 cs

7.83 cs

3.69 cs

14.75 cs

3.70 cs

15.98 cs

8.34

29,784.00

269.00

220.20

101.70

1,566.00

36.90

531.00

14.80

383.52

32,915.46

Associated Paper (Conyers, GA)

Disinfectant Cleaner; w/Pure Pine Oil, Pinesol or Equal

Crawling & Flying Insect Spray; Aerosol

Toilet Bowl Cleaner; Non-Acid

Stainless Steel Cleaner; Water Based



24 cs

120 cs

150 cs

20 cs



26.69 cs

32.20 cs

16.77 cs

15.55 cs



640.00

3,864.00

2,515.50

311.00

7,330.50

Acuity Specialty Products dba Zep Sales & Service (Atlanta, GA)

Deo Block Urinal Screen

Fire Ant Killer; White Powdered Insecticide

Urinal Screens



100 cs

200 cs

300 cs



2.24 cs

6.66 cs

2.24 cs



26.91

79.99

26.91

133.81

Imperial Dade (Loxley, AL)

Ammonia; Household strength

Bleach 6 or Whitner; 15% Chlorine

Ivory Dishwashing Liquid; 25/12.6 oz

All Purpose Liquid Cleaner; 409 or Equal

Heavy Duty Scrubbing Pads - HD69; 10/BX

Degreaser/Cleaner Twister Industrial

Carpet Spot Remover

125 cs

800 cs

55 cs

12 cs

20 cs

200 cs

10 cs

11.00 cs

12.38 cs

29.12 cs

26.98 cs

4.10 cs

14.79 cs

25.61 cs



1,375.00

9,900.00

1,601.88

323.70

82.00

2,957.50

256.12

16,496.20

Estimated Annual Contract Value $216,862.89



Funds are budgeted each fiscal year for this ongoing expense: Integrated Waste

Management Fund - Public Services ? Solid Waste Collection ? Operating

Materials; 0207-260-3510-GARB-6728, General Fund ? Public Services ? Special

Enforcement ? Operating Materials; 0101-260-2400-SPCL-6728, Sewer Fund ? Public

Services ? Sewer Maintenance ? Operating; 0202-260-3210-ROWN-6728, and various

accounts of other city departments.

* * * * * *



(F) 7-YD DUMP TRUCK - RFB NO. 19-0033



It is requested that Council authorize the purchase of one (1) 7-yd dump truck

from Four Star Freightliner (Albany, GA) in the amount of $91,871.00.



Per RFB No. 19-0033 and Resolution No. 110-19, approved on April 23, 2019, Four

Star Freightliner was the awarded vendor to provide one (1) 7-yd dump truck.

The vendor has agreed to provide the additional vehicle at the awarded price.



The 7-yd dump truck was approved in the FY20 Budget and will be used by staff

of the Public Works, Rainwater Division, to transport rocks, gravel and debris

material to and from job sites throughout Muscogee County. This is a

replacement vehicle.



Funds are budgeted in the FY20 Budget as follows: Sewer (Stormwater) Fund ?

Public Works ? Sewer Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-7723.



* * * * * * * *

(G) ANIMAL CONTROL TRUCK - RFB NO. 19-0027



It is requested that Council authorize the purchase of three (3) animal control

truck cab and chassis? from Wade Ford, Inc. (Smyrna, GA) at the unit price of

$24,087.00, for a total of $72,261.00; and three (3) animal control truck

bodies from Jackson Creek Manufacturing, Inc. (Denton, NC) at the unit price of

$28,490.00, for a total of $85,470.00; for a grand total cost of $157,731.00

for three (3) complete units.



Per RFB No. 19-0027 and Resolution No. 074-19, approved on March 12, 2019, Wade

Ford, Inc. was the awarded vendor for Option 1: Cab and Chassis only, and

Jackson Creek Manufacturing, Inc. was the awarded vendor for Option 2: Body

only, to provide one (1) animal control truck (complete unit). The vendors

have agreed to provide the additional vehicles at the awarded prices.



Three animal control trucks were approved in the FY20 Budget and will be used

by Special Enforcement staff for the transportation of animals. These are

replacement vehicles.



Funds are budgeted in the FY20 Budget as follows: General Fund ? Public Work ?

Animal Control ? Heavy Trucks ? 0101-260-2400-SPCL-7723.



* * * * * * * *

(H) FLATBED DUMP TRUCKS - RFB NO. 19-0024



It is requested that Council authorize the purchase of two (2) flatbed dump

trucks from Wade Ford (Smyrna, GA) in the amount of $37,343.00 per unit, for a

total cost of $74,686.00.



Per RFB No. 19-0024 and Resolution No. 059-19, approved on February 26, 2019,

Wade Ford, Inc. was the awarded vendor to provide three (3) flatbed dump

trucks. The vendor has agreed to provide the additional vehicles at the

awarded price.



Two flatbed dump trucks were approved in the FY20 Budget and will be used by

Street Division staff to transport materials, equipment, personnel and overall

continued street maintenance. These are replacement vehicles.



Funds are budgeted in the FY20 Budget as follows: Paving Fund ? Public Works ?

Repairs and Maintenance ? Heavy Trucks ? 0203-260-3110-REPR-7723.



* * * * * * * *

(I) ADMINISTRATIVE VEHICLE ? GEORGIA STATEWIDE CONTRACT



It is requested that Council authorize the purchase of an administrative

vehicle for the City Manager?s office from Allan Vigil Ford (Morrow, GA), via

Georgia State Contract #99999-SPD-ES40199373-002 in the amount of $37,183.00.



The vehicle will be used by the City Manager in the performance of his duties.

This is a new vehicle.



Funds are budgeted in the FY20 Budget: General Fund ? Chief Administrator ?

City Manager ? Light Trucks; 0101-130-1000-CMAN-7722.



* * * * * *

(J) CONSTITUENT RELATIONSHIP MANAGEMENT (311) SYSTEM ? RFP NO. 19-0009



It is requested that Council authorize the purchase of a Constituent

Relationship Management (311) System from QScend Technologies, Inc. (Waterbury,

CT). The vendor?s proposed cost is within the budgeted amount. Future

software license fees and maintenance fees will be budgeted in subsequent

fiscal years.



The current Constituent Relationship Management (CRM) technology was built

in-house over the course of several years. The City seeks to replace this

system with a state-of-the-art technology solution and resident engagement

strategies that will facilitate the City?s commitment to collaboration and

innovation and help citizens better connect with all that the City has to

offer. There are several key drivers for this change, including:



? Increasing the profile for 311 initiatives

? Providing a comprehensive, centralized, user-friendly knowledge base

? Increasing residents? use of self-service options and digital technologies

? Creating intake scripting to provide consistent messages

? Providing a consistent approach to address residents? service requests

? Improving querying and reporting capabilities

? Improving call related measurement tools and tracking of end-to-end call flows

? Increasing efficiencies by channeling duplicate requests to a single work

order





RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on December 12, 2018. This RFP has been

advertised, opened and evaluated. Seven (7) proposals were received on January

23, 2019 from the following firms:



QScend Technologies, Inc. (Waterbury, CT)

Cartegraph Systems LLC (Dubuque, IA)

Catalyst Consulting Group, Inc. (Chicago, IL)

?clat Integrated Software Solutions, Inc. (Stafford, TX)

Incapsulate LLC (Washington, DC)

MERP Systems, Inc. (Herndon, VA)

NebuLogic Technologies, LLC (Plano, TX)



The following events took place after receipt of the proposals.



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 02/06/19 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.

1st Evaluation Meeting 02/27/19 The Evaluation Committee discussed each proposal and

determined clarifications were required of five (5) firms.

Clarification Requested 03/06/19 Requests for clarification were forwarded to the five (5)

firms.

Clarification Received & Forwarded 03/14/19 Clarification responses from the five (5)

firms were received and forwarded to the committee members.

Evaluation Forms Sent 03/19/19 Evaluation forms were forwarded to the voting

committee members.

Evaluation Forms Returned 05/07/19 Evaluation forms were completed and returned to

Purchasing for compilation of results.

Evaluation Results 05/08/19 Evaluation results were forwarded to the Evaluation

Committee for review; it was decided to request interviews from all seven (7)

firms.

Presentations/Interviews 06/06/19 Three (3) firms provided presentations, which

were followed by question/answer sessions with the committee. Immediately

after the last team provided their presentation, a ballot was taken of each

member?s 1st choice. QScend Technologies, Inc. was the 1st choice, by a vote

of 3 to 2.

Presentations/Interviews 06/14/19 Four (4) firms provided presentations, which

were followed by question/answer sessions with the committee. Immediately

after the last team provided their presentation, a ballot was taken of each

member?s 1st choice. The committee unanimously selected Catalyst Consulting

Group, Inc. as the 1st choice of all seven (7) firms and selected QScend

Technologies, Inc. as the 2nd choice.



The committee determined it necessary to request best and final offers from

both firms.

Best & Final Offers Requested 06/27/19 Best and final offer requests were forwarded to

Catalyst Consulting Group, Inc. and QScend Technologies, Inc.

Best & Final Offers Received 06/28/19 Catalyst Consulting Group, Inc. and QScend

Technologies, Inc. submitted their best and final offers, which were forwarded

to the Evaluation Committee.

Recommendation 07/16/19 The committee unanimously recommended award to QScend

Technologies, Inc.





Evaluation Committee:

The proposal was reviewed by members of the Evaluation Committee, which

consisted two voting members from the City Manager?s Office, two voting members

for the Public Works Department, and a voting member from the Information

Technology Department.



An additional representative from the City Manager?s Office, an additional

representative from the Information Technology Department and a representative

from the Inspections & Code Department served as non-voting advisors.



Award Recommendation:

The evaluation committee, as reflected by their comments provided below,

unanimously recommends award of the contract to QScend Technologies, Inc. for

the following reasons:



? The proposed vendor will allow residents to enter service requests by mobile

app, phone, or web portal. There is also the ability to get a request by text,

tweet or email, and these services can be managed to best fit the call center.

The system will automatically notify citizens by their preferred contract then

the issue is resolved.



? The system will include a knowledge base system that can be used in-house as

well as by citizens. There is a reporting system that can be customized and

shared among departments and elected officials.



? This vendor offers unlimited users, which would be excellent for CCG as we

have a multitude of staff that will need to utilize the system. The fact that

it automatically routes requests, utilizes ESRI/ArcGIS and notifies citizens

once their request has been completed would be a most helpful feature for the

311 Center.



? They have an excellent CRM that is being used throughout the United States in

multiple 311 centers. Their CRM appears to be very user-friendly as well.



? There is over 30 years of combined experience with key personnel who will

lead the project.



? QScend proposes a comprehensive system with many of the required features.



Vendor Qualifications/Experience:

? QScend was founded in 1998 and provides web-based software for 311 call

centers in local and county governments.



? Over 300 cities and counties use QAlert, the CRM System proposed by QScend

Technologies, Inc.



? The QAlert system includes a mobile and website app for citizens, with a call

entry app and automated workflow system for government staff.



? The company also provides consulting, design, support and maintenance,

product hosting, and project management services.



? Listed below are the last five (5) agencies for which QScend Technologies has

provided similar services:



o City of Kirkland, WA 2018 - present

QAlert enterprise, mobile branded app



o County of Collier, FL 2017 - present

QAlert enterprise, mobile branded app



o City of Thornton, CO 2017 - present

Qalert enterprise, mobile branded app



o City of Redmond, WA 2017 - present

QAlert enterprise, mobile branded app



o City of Pittsburgh, PA 2014 - present

QAlert enterprise, mobile branded app, QAlert mobile responder app



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.



The vendor?s proposed cost is within the budgeted amount. LOST -

Infrastructure ? Information Technology; 0109-210-9901-LOST-6541-90004-20200.

Future software license fees and maintenance fees will be budgeted in

subsequent fiscal years.







Emergency Purchase ? Information Only



GARBAGE TRUCKS FOR PUBLIC WORKS:



On July 17, 2019, the City Manager approved the emergency purchase of six (6)

garbage trucks for Public Works.



Garbage trucks require replacement due to aging equipment (garbage trucks,

grab-alls, etc.) which took a beating as a result of responding to and working

over-time on multiple significant storms that hit Columbus over the last few

months. Ongoing briefings were provided at City Council as Public Works

employees and equipment worked around the clock to clear streets, ROW and

debris on right of way from private property. The City?s inert landfill has

been significantly impacted as well.



The following vehicles will be purchased from Carolina Environmental Systems,

Inc., (Austell, Georgia):





2019 Freightliner M2-106, 25 Cubic Yard Dura Pack 5000 Rear Loader /Reading

Cylinder

$184,610.00

2019 Freightliner M2-106, 25 Cubic Yard Dura Pack 5000 Rear Loader/No Reading

Cylinder

176,430.00

2020 Freightliner M2-106, 25 Cubic Yard Dura Pack 5000 Rear Loader/No Reading

Cylinder

171,799.00

2020 Freightliner M2-106, 25 Cubic Yard Dura Pack 5000 Rear Loader/No Reading

Cylinder

171,514.00

2020 Freightliner M2-106, 25 Cubic Yard Dura Pack 5000 Rear Loader/Reading

Cylinder

177,387.00

2019 Freightliner M2-106, 25 Cubic Yard Dura Pack 5000 Rear Loader/No Reading

Cylinder

176,532.00

GRAND TOTAL

$1,058,272.00



The specifications are the same with the exception of one or two features that

do not affect how the truck operates, i.e. Reading Cylinders verses Non Reading

Cylinders, which is simply the type of winching system available on each

vehicle. The winching system is used to connect the dumpster to the vehicle

for the purpose of lifting the dumpster, different models. Consequently there

are slight cost differences per vehicle.



The vendor currently has these vehicles readily available on their retail lot

and the City can obtain the trucks within a couple of weeks. This is a

significant time savings compared to months due to bidding, building and the

merging of two separate vendors (one for Cab and Chassis and one for the Body)

to create one vehicle. The City has purchased Garbage Trucks from the vendor

in the past.



Funding is available in the FY20 Budget: Integrated Waste Management Fund ?

Public Works ? Solid Waste Collection ? Heavy Trucks; 0207 ? 260 ? 3510 ? GARB

- 7723.



?ITEM A?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH

GRIFFIN AND GRIFFIN TOWING, INC. (COLUMBUS, GA) FOR TRAFFIC INCIDENT MANAGEMENT

SERVICES (TIMS) AND TOWING 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. 19-0022) and one proposal was

received; and,



WHEREAS, the proposal submitted by Griffin and Griffin Towing, Inc.

(Columbus, GA) met all proposal requirements; and,



WHEREAS, the term of the contract shall be 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

with Griffin and Griffin Towing, Inc. (Columbus, GA) for Traffic Incident

Management Services (TIMS) and Towing 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. 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





?ITEM B?

A RESOLUTION

NO. _________



A RESOLUTION AUTHORIZING PAYMENT TO CPAK TECHNOLOGY SOLUTIONS

(LAGRANGE, GA), IN THE AMOUNT OF $57,393.96, FOR THE VMWARE ANNUAL SOFTWARE

LICENSE RENEWAL, FOR THE PERIOD BEGINNING AUGUST 1, 2019 - JULY 31, 2020. THIS

PURCHASE/PAYMENT WILL BE MADE BY COOPERATIVE PURCHASE, UTILIZING FEDERAL GSA,

SCHEDULE 70, CONTRACT #GS-35F-303DA.



WHEREAS, this software license renewal provides Information Technology ongoing

support for the virtual and thin client computer and server equipment utilized

throughout the City.



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

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

Technology Solutions (LaGrange, GA), in the amount of $57,393.96, for the

VMware annual software license renewal, for the period beginning August 1, 2019

- July 31, 2020. This purchase/payment will be made by cooperative purchase,

utilizing Federal GSA, Schedule 70, Contract #GS-35F-303DA. Funds are

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

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



___________________________



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

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

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Barnes voting __________.

Councilor Crabb voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_____________________________ _____________________________

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



?ITEM C?



A RESOLUTION



NO.________





A RESOLUTION AUTHORIZING THE PURCHASE OF 800 MHZ RADIOS AND ACCESSORIES

FROM MOTOROLA, SOLUTIONS, INC. (LAWRENCEVILLE, GA), FOR THE ESTIMATED ANNUAL

CONTRACT VALUE OF $260,976.12. THE PURCHASES WILL BE ACCOMPLISHED BY GEORGIA

STATEWIDE CONTRACT #SWC99999-SPD-NVPWA06913, THROUGH JUNE 30, 2021, AND ANY

ADDITIONAL CONTRACT RENEWALS AWARDED BY THE STATE.



WHEREAS, various City departments will purchase the radios and equipment on an

?as needed basis?. The prices include discounts of 5% up to 28% on radios and

accessories; and,



WHEREAS, Per Resolution #91-92 (RFP No. 149-91) Motorola was awarded

the contract to provide the City?s 800 MHZ Radio Communication System.

Therefore, to remain compatible with the system, the City has continued to

purchase additional radios and accessories from Motorola.



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



That the City Manager is hereby authorized to purchase 800 MHZ radios

and accessories from Motorola Solutions, Inc. (Lawrenceville, GA), for the

estimated contract value of $260,976.12. The purchases will be accomplished by

Georgia Statewide Contract, SWC99999-SPD-NVPWA06913, through June 30, 2021, and

any additional contract renewals awarded by the State. Funds are budgeted each

fiscal year for this on-going expense: Various Departments ? Communication

Equipment.



___________________________



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 THE extension of THE INMATE COMMISSARY

SERVICES FOR MUSCOGEE COUNTY PRISON (ANNUAL CONTRACT) WITH STEWART DISTRIBUTION

(BLACKSHEAR, GA) for an additional ONE year period.



WHEREAS, the Muscogee County Prison is requesting the contract extension

to allow additional time for re-advertisement and award; and,



WHEREAS, per Resolution No. 234-13, dated July 9, 2013, Council authorized a

five-year contract with Stewart Distribution. The contract expired on August

4, 2018. However, in accordance with Article 3-109 (Annual Contracts: Price

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

request of the Muscogee County Prison, the contract was extended for one year,

through August 4, 2019. Council approval is required for extensions beyond the

one year extension.



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

FOLLOWS:



That the City Manager is hereby authorized to extend the contract for

Inmate Commissary Services for Muscogee County Prison with Stewart Distribution

(Blackshear, GA) for an additional one year period. Funds will be deposited

into the following Revenue Accounts: Inmate Store and Recreation Fund.



______________________________



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 CUSTODIAL SUPPLIES ON AN ?AS

NEEDED BASIS? FROM KEY MAINTENANCE SUPPLY (ATLANTA, GA), ROBINSON SUPPLY

COMPANY (COLUMBUS, GA), SOUTHEASTERN PAPERGROUP (ATLANTA, GA), VERITIV

OPERATING COMPANY (NORCROSS, GA), PYRAMID SCHOOL PRODUCTS (TAMPA, FL), COPACO

(COLUMBUS, GA), GRAINGER INDUSTRIAL (MACON, GA), ASSOCIATED PAPER (CONYERS,

GA), ACUITY SPECIALTY PRODUCTS DBA ZEP SALES & SERVICE (ATLANTA, GA) AND

IMPERIAL DADE (LOXLEY, AL) FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$216,862.89.



WHEREAS, custodial supplies will be utilized by various departments of the

Columbus Consolidated Government; and,



WHEREAS, the contract term is for a two year period with an option to renew for

three additional twelve month periods. Renewal of the contract is contingent

upon the mutual agreement of the City and the Contractors.



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



That the City Manager is hereby authorized to purchase custodial

supplies on an ?as needed basis? from Key Maintenance Supply (Atlanta, GA),

Robinson Supply Company (Columbus, GA), Southeastern PaperGroup (Atlanta, GA),

Veritiv Operating Company (Norcross, GA), Pyramid School Products (Tampa, FL),

COPACO (Columbus, GA), Grainger Industrial (Macon, GA), Associated Paper

(Conyers, GA), Acuity Specialty Products dba Zep Sales & Service (Atlanta, GA)

and Imperial Dade (Loxley, AL) for the estimated annual contract value of

$216,862.89. Funds are budgeted each fiscal year for this ongoing expense:

Integrated Waste Management Fund - Public Services ? Solid Waste Collection ?

Operating Materials; 0207-260-3510-GARB-6728, General Fund ? Public Services ?

Special Enforcement ? Operating Materials; 0101-260-2400-SPCL-6728, Sewer Fund

? Public Services ? Sewer Maintenance ? Operating; 0202-260-3210-ROWN-6728, and

various accounts of other City departments.______________



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 PURCHASE OF ONE (1) 7-YD DUMP TRUCK FROM

FOUR STAR FREIGHTLINER (ALBANY, GA), IN THE AMOUNT OF $91,871.00.



WHEREAS, per RFB No. 19-0033 and Resolution No. 110-19, approved on April 23,

2019, Four Star Freightliner was the awarded vendor to provide one (1) 7-yd

dump truck; and,



WHEREAS, the vendor has agreed to provide the additional vehicle at the awarded

bid price; and



WHEREAS, the 7-yd dump truck was approved in the FY20 Budget and will be used

by Rainwater Division staff to transport rocks, gravel and debris material to

and from job sites throughout Muscogee County. It is a replacement vehicle.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) 7-yd

dump truck from Four Star Freightliner (Albany, GA) in the amount of

$91,871.00. Funds are budgeted in the FY20 Budget as follows: Sewer

(Stormwater) Fund ? Public Works ? Sewer Maintenance ? Heavy Trucks;

0202-260-3210-SWRM-7723.



___________________



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

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

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Barnes voting __________.

Councilor Crabb voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_____________________________ _____________________________

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







?ITEM G?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) ANIMAL CONTROL TRUCK

CAB AND CHASSIS? FROM WADE FORD (SMYRNA, GA) AT THE UNIT PRICE OF $24,087.00,

FOR A TOTAL OF $72,261.00; AND THREE (3) ANIMAL CONTROL TRUCK BODIES FROM

JACKSON CREEK MANUFACTURING, INC. (DENTON, NC) AT THE UNIT PRICE OF $28,490.00,

FOR A TOTAL PRICE OF $85,470.00; FOR A GRAND TOTAL PRICE OF $157,731.00 FOR

THREE (3) COMPLETE UNITS.



WHEREAS, per RFB No. 19-0027 and Resolution No. 074-19, approved on March 12,

2019, Wade Ford, Inc. was the awarded vendor for Option 1: Cab and Chassis

only, and Jackson Creek Manufacturing, Inc. was the awarded vendor for Option

2: Body only, to provide one (1) animal control truck (complete unit). The

vendors have agreed to provide the additional vehicles at the awarded prices;

and,



WHEREAS, three animal control trucks were approved in the FY20 Budget and will

be used by Special Enforcement staff for the transportation of animals. These

are replacement vehicles.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase three (3) animal

control truck cab and chassis? from Wade Ford, Inc. (Smyrna, GA) at the unit

price of $24,087.00, for a total of $72,261.00; and three (3) animal control

truck bodies from Jackson Creek Manufacturing, Inc. (Denton, NC) at the unit

price of $28,490.00, for a total of $85,470.00; for a grand total cost of

$157,731.00 for three (3) complete units. Funds are budgeted in the FY20

Budget as follows: General Fund ? Public Work ? Animal Control ? Heavy Trucks

? 0101-260-2400-SPCL-7723.

_____________________________________



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

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

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Barnes voting __________.

Councilor Crabb voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_____________________________ _____________________________

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



?ITEM H?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) FLATBED DUMP TRUCKS

FROM WADE FORD (SMYRNA, GA) IN THE AMOUNT OF $37,343.00 PER UNIT, FOR A TOTAL

PRICE OF $74,686.00.



WHEREAS, per RFB No. 19-0024 and Resolution No. 059-19, approved on February

26, 2019, Wade Ford, Inc. was the awarded vendor to provide three (3) flatbed

dump trucks. The vendor has agreed to provide the additional vehicles at the

awarded price; and,



WHEREAS, two flatbed dump trucks were approved in the FY20 Budget and will be

used by Street Division staff to transport materials, equipment, personnel and

overall continued street maintenance. These are replacement vehicles.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) flatbed

dump trucks from Wade Ford (Smyrna, GA) in the amount of $37,343.00 per unit,

for a total cost of $74,686.00. Funds are budgeted in the FY20 Budget as

follows: Paving Fund ? Public Works ? Repairs and Maintenance ? Heavy Trucks ?

0203-260-3110-REPR-7723.



___________________



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

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

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Barnes voting __________.

Councilor Crabb voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_____________________________ _____________________________

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



?ITEM I?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) ADMINISTRATIVE VEHICLE

for the CITY MANAGER?S OFFICE from ALLAN VIGIL FORD (MORROW, GA), via Georgia

State Contract #99999-SPD-ES40199373-002 IN THE AMOUNT OF $37,183.00.



WHEREAS, the vehicle will be utilized by the City Manager in the

performance of his duties. This is a new vehicle.



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

FOLLOWS:



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

administrative vehicle for the City Manager?s office from Allan Vigil Ford

(Morrow, GA), via Georgia State Contract #99999-SPD-ES40199373-002 in the

amount of $37,183.00. Funds are budgeted in the FY20 Budget: General Fund ?

Chief Administrator ? City Manager ? Light Trucks; 0101-130-1000-CMAN-7722.

___________________________



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

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

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Barnes voting __________.

Councilor Crabb voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_____________________________ _____________________________

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





?ITEM J?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF A CONSTITUENT RELATIONSHIP

MANAGEMENT (311) SYSTEM FROM QSCEND TECHNOLOGIES, INC. (WATERBURY, CT). THE

VENDOR?S PROPOSED COST IS WITHIN THE BUDGETED AMOUNT. FUTURE SOFTWARE LICENSE

FEES AND MAINTENANCE FEES WILL BE BUDGETED IN SUBSEQUENT FISCAL YEARS.



WHEREAS, an RFP was administered (RFP No. 19-0009) and seven proposals

were received; and,



WHEREAS, the proposal submitted by QScend Technologies, Inc.

(Waterbury, CT) met all proposal requirements and was evaluated most responsive

to the RFP.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase a Constituent

Relationship Management (311) System from QScend Technologies, Inc. (Waterbury,

CT). The vendor?s proposed cost is within the budgeted amount. LOST -

Infrastructure ? Information Technology; 0109-210-9901-LOST-6541-90004-20200.

Future software license fees and maintenance fees will be budgeted in

subsequent fiscal years.



______________________________



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



Attachments


No attachments for this document.

Back to List