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 # 10



Columbus Consolidated Government

Council Meeting

April 12, 2016

Agenda Report #112



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department



(A) ELECTRONIC VALIDATING FAREBOXES



It is requested that Council approve the purchase of four (4) Odyssey

electronic validating fareboxes from GFI Genfare (Elk Grove Village, IL), in

the amount of $53,806.00 ($13,339.00 each, plus $450.00 Freight), to be

installed on METRA Hybrid buses.



The new fareboxes accept a wide variety of bus fare payment options (i.e. cash,

swipe card, and credit card) and will improve operations and security. The

new equipment will be used in conjunction with the GFI Genfare Odyssey

electronic validating farebox system, which was purchased in 2009, per

Resolution #386-09. Consequently, the vendor is considered an only known

source to provide the new equipment.



Funds are budgeted in the FY16 Budget: Transportation Fund ? Transportation ?

METRA/T-SPLOST ? Buses; 0751 ? 610 ? 2500 ? MTSP ? 7724.



* * * * * *

(B) LOW FLOOR ADA MINIVAN ? RFB NO. 16-0026



It is requested that Council authorize the purchase of one (1) 2016 Braun/Dodge

Entervan/Grand Caravan SE from National Bus Sales & Leasing (Marietta, GA), at

a unit price of $37,225.00.



The vehicle was approved in the 2016 Budget and will be used by METRA

Department of Transportation staff to transport transit customers using fixed

route or paratransit service. This is a new unit.



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

the Georgia Procurement Registry. Two (2) bids were received on March 2,

2016. This bid has been advertised, opened and reviewed. The bidders were:





Vendors Manufacturer/Model Unit Price

National Bus Sales & Leasing

(Marietta, GA) 2016 Braun/Dodge Entervan/

Grand Caravan SE $ 37,225.00

Milton Martin Honda

(Gainesville, GA) Mobility Ventures/2016 MV-1 DX $ 42,275.00



Funds are budgeted in the FY16 Budget as follows: Transportation Fund ?

Transportation ? FTA ? Automobiles; 0751-610-2400-MFTA-7721. This purchase is

funded: 80% Federal, 10% State and 10% Local.



* * * * * *

(C) FRONT AVENUE STRIPING ? 14TH STREET TO 13TH STREET



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

with Earth-Scapes, Inc. (Phenix City, AL) in the amount of $88,859.00 for

striping at Front Avenue from 13th Street to 14th Street. The work includes

grading complete, roadway items, pavement marking and striping and erosion

control.



Per Resolution #64-15, Council authorized the execution of a contract with

Earth-Scapes for the construction of the Riverwalk Plaza located on 14th Street

between Broadway and the 14th Street Bridge. The Riverwalk Plaza and Front

Avenue striping projects are in close proximity. Earth-Scapes crews are

already on-site at the Riverwalk Plaza, which will allow continuity between the

two projects. Therefore, Earth-Scapes is considered an only known source for

the Front Avenue Striping project.



The Engineering Department obtained a quote from Earth-Scapes for the Front

Avenue striping project.



Funds are available in the FY16 Budget: Special Project Capital Project Fund ?

Paving Fund Supported - Road Improvements ? Front Avenue Reconnection Project;

0508-660-3000-CPPF-7643-21091-20160.



* * * * * *

(D) IBM SMARTCLOUD (LOTUS NOTES) ANNUAL LICENSE RENEWAL



It is requested that Council approve payment to Mainline Information Systems

(Tallahassee, FL), in the amount of $51,312.89, for the IBM Smartcloud Notes

Subscription and Support annual license renewal; and approve payment for future

annual license renewals.



Currently the Columbus Consolidated Government uses IBM email and calendaring,

as well as, IBM Lotus Notes. IBM Smartcloud Notes is the current product for

email, calendaring, and related Lotus Notes services and was previously called

iNotes. The current license renewal will cover maintenance support for a

twelve-month period, beginning April 1, 2016 through March 31, 2017.



IBM is the developer of the software. Mainline is a partner of IBM providing

the maintenance and support services. Therefore, Mainline is considered an

only known source per the Procurement Ordinance, Section 3-114.



Funds are budgeted in the FY16 Budget: General Fund - Information Technology ?

Software Lease; 0101-210-1000-ISS-6541 for the license renewal fee currently

due. Funds will be budgeted each fiscal year, in the Information Technology

budget, for future license renewals.



* * * * * *

(E) PRINTING POSTAGE AND MAIL PROCESSING SERVICE OF MOTOR VEHICLE REGISTRATION

RENEWAL NOTICES



It is requested that Council approve a resolution to expend the appropriated

funds, to Wells Fargo Bank, N.A. (Atlanta, GA) for the provision of printing,

postage and mail processing services of motor vehicle registration renewal

notices. The Tax Commissioner estimates approximately $45,000 will be expended

annually for these services.



The Georgia Department of Revenue (DOR) has awarded Wells Fargo Bank, N.A. the

statewide contract through June 30, 2018. The firm will provide printing,

postage and mail processing services of motor vehicle registration renewal

notices for all GRATIS (Georgia Registration and Title Information System)

counties. Due to the volume generated by all GRATIS counties, the contract

provides the lowest cost compared to similar services contracted to vendors in

each county.



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

- Contractual Services; 0101-560-1000-TAXC-6319.



* * * * * *



(F) PINE GROVE MUNICIPAL SOLID WASTE LANDFILL ? PUMP STATION #1 ? RFB NO.

16-0028



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

with Crawford Grading and Pipeline, Inc. (Luthersville, GA) in the amount of

$629,934.06 for the construction of pump station #1 at Pine Grove Landfill.



The project consists of providing all labor, materials, tools, equipment,

services, and incidentals and performing all work required to construct,

complete in place, and ready to operate: new duplex submersible lift station,

new submersible lift station, approximately 140 LF of 4-inch by 8-inch

dual-contained HDPE forcemain, approximately 1,240 LF of 2-inch HDPE forcemain,

220 LF of 8-inch HDPE gravity line, valves, controls, and associated

appurtenances, 250 square yards of gravel pavement, removal and replacement of

approximately 25 square yards of asphalt pavement, approximately 27 square

yards of reinforced concrete pavement, concrete swale, chain-link fence and

swing gate, bypass pumping, selective demolition and repair of existing lift

station and utilities, and erosion and sedimentation control items.



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

the Georgia Procurement Registry. A mandatory pre-bid conference/site visit

was held on March 1, 2016; three (3) contractors were represented at the

pre-bid conference/site visit. Three (3) bids were received on March 25,

2016. This bid has been advertised, opened and reviewed. The bidders were:





CONTRACTORS TOTAL BID DBE PARTICIPATION

Crawford Grading & Pipeline, Inc.

(Luthersville, GA) $629.934.06 0%

SCS Field Services

(Reston, VA) 717,933.00 10.5%

Southeastern Site Development, Inc.

(Newnan, GA) 994,872.00 5%



Funds are budgeted in the FY16 Budget: Integrated Waste Fund ? Capital

Projects ? General Construction ? Pine Grove Pump;

0207-660-4000-CPIW-7661-20732-20150.



* * * * * *



(G) CARPET (ANNUAL CONTRACT) ? RFB NO. 16-0024



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

Huckaby Brothers Floor Covering (Phenix City, AL) for carpet. The Facilities

Maintenance Division has budgeted $55,000.00 for carpet.



The Facilities Maintenance Division will procure the carpet (roll and tile) and

installation services, on an as-needed basis, for various offices at the

Government Center and other City facilities. The carpet will be for

replacement and new carpet installations resulting from building renovations.



The contract term will be for two (2) years with the option to renew for three

(3) additional twelve-month periods. Contract renewal will be contingent upon

the mutual agreement of the City and the Contractor.



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

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

2016. This bid has been advertised, opened and reviewed. The bidders were:







Funds are budgeted each fiscal year for this ongoing expense for various

departments: General Fund ? Public Services ? Other Maintenance & Repairs ?

Building Maintenance ? Parks & Recreation, Public Safety and General

Government: 0101-260-3710-REPA-6527, 6528 and 6529.





* * * * * *



(H) TASERS FOR THE POLICE DEPARTMENT

It is requested that Council authorize the purchase of Fifty (50) Tasers, plus

related supplies, to include: holsters, battery packs, and Taser cartridges,

from Taser International (Scottsdale, Arizona), in the amount of $53,192.75.

The Tasers and related supplies will be issued to new officers or used as

replacement equipment for current officers. The Police Department will use the

Tasers as an additional tool in the Less Lethal Program. Tasers provide an

option that could prevent the necessity for ?deadly force,? thereby possibly

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



Taser International is the manufacturer of the Taser. Therefore, this purchase

is considered an only know source procurement, per the Procurement Ordinance,

Section 3-114.



Funds are available in the FY16 Budget: General Fund ? Police ? Support

Services ? Capital Expenditures Under $5,000; 0101 ? 400 ? 2200 ? STAF ? 7763.



* * * * * *



(I) MOBILE/AUTOMATIC LICENSE PLATE READER



It is requested that Council approve the purchase of two (2) mobile/automatic

license plate readers, from Madden and Associates (Braselton, GA), in the

amount of $40,960.00. The purchase will be accomplished by cooperative

purchasing via GSA Federal Contract, Schedule 84, Contract #GS-07F-0004Y.



The mobile/automatic license plate reader is an image-processing technology

used to identify vehicles by their license plates. The Police Department will

mount the systems on pursuit vehicles to expedite the identification of stolen

cars, expired car tags and wanted individuals.



The USA General Administrative Services (GSA) allows local and state

governments to participate in cooperative purchasing via Federal contracts for

the purchase of security and law enforcement equipment from GSA Schedule 84,

and technology products and professional services from GSA IT Schedule 70.

ELSAG is the manufacturer of the mobile/automatic license plate readers and was

awarded GSA Contract #GS-07F-0004Y. Madden and Associates is the authorized

dealer in Georgia for ELSAG. Cooperative purchasing is authorized per Article

9-101 of the Procurement Ordinance.





Funds are available in the FY16 Budget: General Fund ? Police ? Field

Operations - Capital Expend/Over $5,000; 0101 ? 400 ? 2300 ? FILD ? 7761.



* * * * * *



(J) TABLETS FOR POLICE DEPARTMENT



It is requested that Council approve the purchase of fifty MS Surface Pro

tablets and accessories, from CDW-G (Vernon Hills, IL) in the amount of

$51,495.50. The purchase will be accomplished, by cooperative purchasing, via

National Joint Powers Alliance (NJPA), Contract #100614-CDW-G.



The large computer tablets will be utilized by Investigators in the Police

Department?s, Field Operations Division, who do not currently have computers

available for use in their city vehicles. The division has gone to a

paperless system thereby requiring computers to perform their day to day

duties. Surface Pro units would allow Investigators to begin their initial

police report in the RMS system, take witness statements, photographs, and

allow for videotaping of statements in the field. Currently, under the old

system, Investigators are required to bring all witnesses down to headquarters

in order to obtain an official statement.



The purchase will be accomplished by cooperative purchasing via Request for

Proposal (RFP) Contract #100614, initiated by the National Joint Powers

Alliance (NJPA), whereby CDW-G, was one of the successful vendors contracted to

provide Technology Solutions with Related Equipment and Accessories. The

contract, which commenced December/2014, is good through November /2018. The

RFP process utilized by National Joint Powers Alliance meets the requirements

of the City's Procurement Ordinance; additionally, cooperative purchasing is

authorized per Article 9-101 of the Procurement Ordinance.



Funds are budgeted in the FY16 Budget: General Fund ? Police ? Investigative

Services - Computer Equipment; 0101 ? 400 ? 3320 ? INVS - 7751.



* * * * * *



(K) CONSULTING AND INSURANCE BROKER SERVICES FOR PROPERTY AND CRIME INSURANCE

(RE-BID) (ANNUAL CONTRACT) ? RFP NO. 16-0004



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

Yates Insurance Agency, Inc. d/b/a Yates, Woolfolk & Turner Insurance

(Columbus, GA) for consulting and insurance brokerage services to represent

Columbus Consolidated Government in various insurance markets.



Yates, Woolfolk & Turner Insurance will provide the following services:



A. The successful Broker shall perform the services necessary to replace

insurance coverage.



B. Prepare an annual retention fund analysis forecast.



C. Act as the liaison and advocate for the City with carrier underwriters and

claims staff.



D. Prepare insurance coverage specifications and make recommendations for

changes.



E. Provide all carrier quotations and reveal commission rates (if applicable)

received with detailed recommendation on the proposals.



F. Prepare and present an annual report describing coverage, exposure, and

premium charges with recommendations outlining options to contain costs without

sacrificing coverage for potential catastrophic loss.



G. Verify the accuracy and adequacy of policies and coverage.



H. Assess insurance company stability, solvency, and service records.



I. Provide written interpretation of coverage when required.



J. Assist with ascertaining replacement cost value for property.



K. Assist with reporting requirement from carriers.



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

renew for four additional twelve-month periods. The contract renewal will be

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



Annual Contract History:

The previous contracts were awarded to J. Smith Lanier & Company (Columbus, GA)

for property insurance coverage and to Hamby & Aloisio, Inc. (Atlanta, GA) for

crime insurance coverage. The contracts were awarded for one year with the

option to renew for four additional twelve-month periods, per Resolution No.

281-08, dated June 17, 2008.



On June 24, 2014, Council authorized the continuation of the annual contracts

for an additional year, until a new RFP would be issued.



On June 23, 2015, Council was presented with a recommendation to award the

contract to EPIC Insurance Brokers & Consultants. Council elected to not award

the contract to the recommended vendor, to reject any and all proposals, to

study an amendment to the Procurement Ordinance for the next six months to

adopt a local preference, if permissible, and to extend the current insurance

contract with J. Smith Lanier for up to six months.





RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on October 28, 2015. This RFP has been

advertised, opened and evaluated. Proposals were received on December 4, 2015

from the following vendors:



Yates Insurance Agency, Inc. d/b/a Yates, Woolfolk & Turner Insurance

(Columbus, GA)

J. Smith Lanier & Co. (Columbus, GA)

JP West, Inc. (Smyrna, GA)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 12/15/15 The Purchasing Manager advised evaluation committee

members of the RFP rules and process. Proposals were disbursed to each

committee member to review.

1st Evaluation Meeting 01/08/16 Discussed each of the seven proposals received. The

Committee requested clarifications and additional information from each of the

vendors. It was decided that the committee would complete the evaluation forms

if they were satisfied with the clarification responses.

Vendor Clarifications 02/05/15 All clarification responses received and forward to committee.

Evaluation forms completed 03/08/16 Evaluation forms were completed and returned to

Purchasing for compilation results.

Recommendation received 03/15/16 Via email, the committee member unanimously voted to

award to the highest ranked vendor.





Evaluation Committee:

Proposals were reviewed the Evaluation Committee, which consisted of a voting

member from the Inspections and Codes Department, a voting member from the

Internal Auditors Office, and a voting member from the Human Resources

Department. A representative from the Finance Department served as a

non-voting advisor.



Award Recommendation:

The evaluation committee deemed the proposal from Yates, Woolfolk & Turner

Insurance most responsive to the RFP specifications. Therefore, the Evaluation

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

the contract to Yates, Woolfolk & Turner Insurance for the following reasons:



? The firm is headquartered in Atlanta, GA and would be serviced from their

Columbus, GA office.

? The proposed principal contact managed property and crime insurance for the

City from 1994 - 2006.

? The service plan includes a custom-tailored insurance plan to meet the City?s

needs, the placement of coverage, and ensures the aggressive handling of claims

by the carrier, thus limiting exposure.

? The customizable aspects of the proposed plan would enable CCG to make the

best use of the broker?s skills and knowledge, and potentially improve our

losses.

? A large amount of work will be handled in-house, and the firm will be able to

provide law enforcement coverage.

? Client work history includes local companies: The Columbus Airport Authority,

TSYS, The Hughston Clinic, Jack Hughston Clinic, Jack Hughston Memorial

Hospital, Flournoy Development Company, LLC, and Butler, Wooten Cheeley & Peak,

LLP.

? The firm proposes an annual flat fee, with no commissions on premiums and the

price is guaranteed for five (5) years.



Vendor Experience/Qualifications:

? Yates, Woolfolk and Turner, which is privately held, is one of Georgia?s

oldest and largest agencies; the firm was formed in 2006, from the merger of

the Yates Agency (formed in 1949) and the Woolfolk Agency (formed in 1896).

? The firm provides a comprehensive in-house menu of services to include Risk

Management, Risk Financing, and Claim Services. The firm?s departments include

Commercial Property and Casualty, Surety Bonds, Employee Benefits, Individual

Life & Health, Personal Insurance, Marketing, and Claims.

? The firm employs over 150 associates and has a premium volume in excess of

$200 million.

? Yates, Woolfolk and Turner will assign seven (7) insurance professionals,

with collectively over 150 years of experience, to handle the City?s account.

? Most of the firm?s carrier/agency agreements are preferred agent status. The

firm has access to the top-tier wholesalers and a position with the London

markets.

? Yates, Woolfolk and Turner has a wide range of large and complex property

clients, including companies on the S&P 500 to large privately held

organizations throughout the Southeast.

? Local clients include:

Commercial Property Insurance

o TSYS (Columbus, GA)

Managed Synovus and TSYS account when operated as one organization.



o The Hughston Clinic/Jack Hughston Memorial Hospital (Columbus, GA)

Managed entire insurance program ? all lines for both entities.



o Columbus Airport Commission (Columbus, GA)

Managed entire insurance program ? all lines.



Crime Insurance

o TSYS (Columbus, GA)

Managed Synovus and TSYS account when operated as one organization.



o Flournoy Development Company, LLC (Columbus, GA)

Managed master crime program, including multiple limited partnerships.



o Butler, Wooten, Cheeley & Peak, LLP (Columbus, GA)

Managed all lines, including crime and plaintiff judgements



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 are budgeted each fiscal year for this ongoing service: Risk Management

Fund ? Human Resources ? Unfunded Claims ? Property & Casualty Insurance;

0860-220-3830-RISK-6611.







?ITEM A?

A RESOLUTION

NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) ODYSSEY ELECTRONIC VALIDATING

FAREBOXES FROM GFI GENFARE (ELK GROVE VILLAGE, IL), IN THE AMOUNT OF $53,806.00

($13,339.00 EACH, PLUS $450.00 FREIGHT), TO BE INSTALLED ON METRA HYBRID BUSES.



WHEREAS, the new fareboxes accept a wider variety of bus fare payment options

(i.e. cash, swipe card, and credit card) and will improve operations and

security, and;



WHEREAS, the new equipment will be used in conjunction with the GFI Genfare

Odyssey electronic validating farebox system which was purchased in 2009, per

Resolution #386-09. Consequently, the vendor is considered an only known

source for the new equipment.



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



That the City Manager is hereby authorized to purchase of four (4)

Odyssey electronic validating fareboxes from GFI Genfare (Elk Grove Village,

IL), in the amount of $53,806.00 ($13,339.00 each, plus $450.00 Freight), to be

installed on METRA Hybrid buses Funds are budgeted in the FY16 Budget:

Transportation Fund ? Transportation ? METRA/T-SPLOST ? Buses; 0751 ? 610 ?

2500 ? MTSP ? 7724.





__________________



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

held the _________ day of __________, 2016 and adopted at said meeting by the

affirmative vote of ____________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor







?ITEM B?

A RESOLUTION



NO. _____



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) 2016 BRAUN/DODGE

ENTERVAN/GRAND CARAVAN SE FROM NATIONAL BUS SALES & LEASING (MARIETTA, GA), AT

A UNIT PRICE OF $37,225.00.



WHEREAS, the vehicle was approved in the 2016 Budget and will be used by METRA

Department of Transportation staff to transport transit customers using fixed

route or paratransit service. This is a new unit.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) 2016

Braun/Dodge Entervan/Grand Caravan SE from National Bus Sales & Leasing

(Marietta, GA), at a unit price of $37,225.00. Funds are budgeted in the FY16

Budget as follows: Transportation Fund ? Transportation ? FTA ? Automobiles;

0751-610-2400-MFTA-7721. This purchase is funded: 80% Federal, 10% State and

10% Local.



__________________



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

held the______ day of ____________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



ITEM C?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

EARTH-SCAPES, INC. (PHENIX CITY, AL) IN THE AMOUNT OF $88,859.00 FOR STRIPING

AT FRONT AVENUE FROM 13TH STREET TO 14TH STREET.



WHEREAS, the work includes grading complete, roadway items, pavement

marking and striping and erosion control; and,



WHEREAS, per Resolution #64-15, Council authorized the execution of a contract

with Earth-Scapes for the construction of the Riverwalk Plaza located on 14th

Street between Broadway and the 14th Street Bridge. The Riverwalk Plaza and

Front Avenue striping projects are in close proximity. Earth-Scapes crews are

already on-site at the Riverwalk Plaza, which will allow continuity between the

two projects. Therefore, Earth-Scapes is considered an only known source for

the Front Avenue Striping project.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with Earth-Scapes, Inc. (Phenix City, AL) in the amount of $88,859.00

for striping at Front Avenue from 13th Street to 14th Street. Funds are

available in the FY16 Budget: Special Project Capital Project Fund ? Paving

Fund Supported - Road Improvements ? Front Avenue Reconnection Project;

0508-660-3000-CPPF-7643-21091-20160.



______________________________



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

held the _________ day of _________________, 2016 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM D?

A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING PAYMENT TO MAINLINE INFORMATION SYSTEMS (TALLAHASSEE,

FL), IN THE AMOUNT OF $51,312.89, FOR THE IBM SMARTCLOUD NOTES SUBSCRIPTION AND

SUPPORT ANNUAL LICENSE RENEWAL; AND APPROVE PAYMENT FOR FUTURE ANNUAL LICENSE

RENEWALS.



WHEREAS, currently the Columbus Consolidated Government uses IBM email and

calendaring, as well as, IBM Lotus Notes. IBM Smartcloud Notes is the current

product for email, calendaring, and related Lotus Notes services and was

previously called iNotes. The current license renewal will cover maintenance

support for a twelve-month period, beginning April 1, 2016 through March 31,

2017; and,



WHEREAS, IBM is the developer of the software. Mainline is a partner

of IBM providing the maintenance and support services. Therefore, Mainline is

considered an only known source 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 make payment to Mainline

Information Systems (Tallahassee, FL), in the amount of $51,312.89, for the IBM

Smartcloud Notes Subscription and Support annual license renewal; the City

Manager is further authorized to make payment to the vendor for future annual

license renewals. Funds are budgeted in the FY16 Budget: General Fund -

Information Technology ? Software Lease; 0101-210-1000-ISS-6541 for the license

renewal fee currently due. Funds will budgeted each fiscal year, in the

Information Technology budget, for future license renewals.

____________________



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

held the _________ day of __________________, 2016 and adopted at said meeting

by the affirmative vote of ____________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM E?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE EXPENDITURE OF APPROPRIATED FUNDS TO WELLS FARGO

BANK, N.A. FOR THE PROVISION OF PRINTING, POSTAGE AND MAIL PROCESSING SERVICES

OF MOTOR VEHICLE REGISTRATION RENEWAL NOTICES FOR THE TAX COMMISSIONER. THE TAX

COMMISSIONER ESTIMATES APPROXIMATELY $45,000 WILL BE EXPENDED ANNUALLY FOR

THESE SERVICES.



WHEREAS, the Georgia Department of Revenue (DOR) has awarded Wells Fargo Bank,

N.A. the statewide contract through June 30, 2018. The firm will provide

printing, postage and mail processing services of motor vehicle registration

renewal notices for all GRATIS counties. Due to the volume generated by all

GRATIS counties, the contract provides the lowest cost compared to similar

services contracted to vendors in each county.



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



That the City Manager is hereby authorized to expend the appropriated funds to

Wells Fargo Bank, N.A. for the estimated annual cost of $45,000, for the

provision of printing, postage and mail processing services of motor vehicle

registration renewal notices for the Tax Commissioner. Funds are budgeted each

fiscal year for this on-going expense: Tax Commissioner - Contractual Services;

0101-560-1000-TAXC-6319.

______________________________



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

held the _________ day of __________________, 2016 and adopted at said meeting

by the affirmative vote of ____________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



"ITEM F?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

CRAWFORD GRADING AND PIPELINE, INC. (LUTHERSVILLE, GA) IN THE AMOUNT OF

$629.934.06 FOR THE CONSTRUCTION OF PUMP STATION #1 AT PINE GROVE LANDFILL.



WHEREAS, the project consists of providing all labor, materials, tools,

equipment, services, and incidentals and performing all work required to,

construct complete in place, and ready to operate: new duplex submersible lift

station, new submersible lift station, approximately 140 LF of 4-inch by 8-inch

dual-contained HDPE forcemain, approximately 1,240 LF of 2-inch HDPE forcemain,

220 LF of 8-inch HDPE gravity line, valves, controls, and associated

appurtenances, 250 square yards of gravel pavement, removal and replacement of

approximately 25 square yards of asphalt pavement, approximately 27 square

yards of reinforced concrete pavement, concrete swale, chain-link fence and

swing gate, bypass pumping, selective demolition and repair of existing lift

station and utilities, and erosion and sedimentation control items.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with Crawford Grading and Pipeline, Inc. (Luthersville, GA) in the

amount of $629,934.06 for the construction of pump station #1 at Pine Grove

Landfill. Funds are budgeted in the FY16 Budget: Integrated Waste Fund ?

Capital Projects ? General Construction ? Pine Grove Pump;

0207-660-4000-CPIW-7661-20732-20150.



__________________



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

held the _________ day of _________________, 2016 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor







?ITEM G?



A RESOLUTION

NO.________



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH HUCKABY

BROTHERS FLOOR COVERING (PHENIX CITY, AL) FOR CARPET. THE FACILITIES

MAINTENANCE DIVISION HAS BUDGETED $55,000.00 FOR CARPET.



WHEREAS, the Facilities Maintenance Division will procure the carpet

(roll and tile) and installation services, on an as-needed basis, for various

offices at the Government Center and other City facilities. The carpet will be

for replacement and new carpet installations resulting from building

renovations; 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. Contract renewal

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



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



That the City Manager is hereby authorized to execute an annual

contract with Huckaby Brothers Floor Covering (Phenix City, AL) for carpet.

Funds are budgeted each fiscal year for this ongoing expense for various

departments: General Fund ? Public Services ? Other Maintenance & Repairs ?

Building Maintenance ? Parks & Recreation, Public Safety and General

Government: 0101-260-3710-REPA-6527, 6528 and 6529.



_____________



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

held the _________ day of _________________, 2016 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM H?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTY (50) TASERS, PLUS

RELATED SUPPLIES, TO INCLUDE: HOLSTERS, BATTERY PACKS, AND TASER CARTRIDGES,

FROM TASER INTERNATIONAL (SCOTTSDALE, ARIZONA), IN THE AMOUNT OF $53,192.75.

WHEREAS, the Tasers and related supplies will be issued to new officers

or used as replacement equipment for current officers. The Police Department

will use the Tasers as an additional tool in the Less Lethal Program. Tasers

provide an option that could prevent the necessity for ?deadly force,? thereby

possibly preventing serious injury to an officer, or a citizen taken into

custody; and,



WHEREAS, Taser International is the manufacturer of the Taser.

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 fifty (50)

Tasers, plus related supplies, to include: holsters, battery packs, and Taser

cartridges, from Taser International (Scottsdale, Arizona), in the amount of

$53,192.75. Funds are available in the FY16 Budget: General Fund ? Police ?

Support Services ? Capital Expenditures Under $5,000; 0101 ? 400 ? 2200 ? STAF

? 7763.



______________________________



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

held the ______ day of_____________, 2016 and adopted at said meeting by the

affirmative vote of _______ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM I?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) MOBILE/AUTOMATIC

LICENSE PLATE READERS, FROM MADDEN AND ASSOCIATES (BRASELTON, GA), IN THE

AMOUNT OF $40,960.00. THE PURCHASE WILL BE ACCOMPLISHED BY COOPERATIVE

PURCHASING VIA GSA FEDERAL CONTRACT, SCHEDULE 84, CONTRACT #GS-07F-0004Y.



WHEREAS, the mobile/automatic license plate reader is an image-processing

technology used to identify vehicles by their license plates. The Police

Department will mount the system on pursuit vehicles to expedite the

identification of stolen cars, expired car tags and wanted individuals; and,



WHEREAS, ELSAG is the manufacturer of the mobile/automatic license plate

readers and was awarded GSA Contract #GS-07F-0004Y . Madden and Associates is

the authorized dealer in Georgia for ELSAG .



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



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

mobile/automatic license plate readers, from Madden and Associates (Braselton,

GA), in the amount of $40,960.00. The purchase will be accomplished by

cooperative purchasing via GS federal contract, Schedule 84, contract

#GS-07F-0004Y. Funds are available in the FY16 Budget: General Fund ? Police

? Field Operations - Capital Expend/Over $5,000; 0101 ? 400 ? 2300 ? FILD ?

7761.



________________

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

the _________ day of __________________, 2016 and adopted at said meeting by

the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM J?

A RESOLUTION

NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTY MS SURFACE PRO TABLETS

AND ACCESSORIES, FROM CDW-G (VERNON HILLS, IL) IN THE AMOUNT OF $51,495.50.

THE PURCHASE WILL BE ACCOMPLISHED, BY COOPERATIVE PURCHASE, VIA NATIONAL JOINT

POWERS ALLIANCE (NJPA), CONTRACT #100614-CDW-G.



WHERAS, the large computer tablets will be utilized by Investigators in the

Police Department?s, Field Operations Division, who do not currently have

computers available for use in their city vehicles. The division has gone to

a paperless system thereby requiring computers to perform their day to day

duties. Surface Pro units would allow Investigators to begin their initial

police report in the RMS system, take witness statements, photographs, and

allow for videotaping of statements in the field. Currently, under the old

system, Investigators are required to bring all witnesses down to headquarters

in order to obtain an official statement.



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



That the City Manager is hereby authorized to purchase fifty MS Surface

Pro tablets and accessories, from CDW-G (Vernon Hills, IL) in the amount of

$51,495.50. The purchase will be accomplished, by cooperative purchasing, via

National Joint Powers Alliance (NJPA), Contract #100614-CDW-G. Funds are

budgeted in the FY16 Budget: General Fund ? Police ? Investigative Services -

Computer Equipment; 0101 ? 400 ? 3320 ? INVS - 7751.



_______________

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

the _________ day of ____________, 2016 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ __________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM K?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH YATES

INSURANCE AGENCY, INC. D/B/A YATES, WOOLFOLK & TURNER INSURANCE (COLUMBUS, GA)

FOR CONSULTING AND INSURANCE BROKERAGE SERVICES TO REPRESENT COLUMBUS

CONSOLIDATED GOVERNMENT IN VARIOUS INSURANCE MARKETS.



WHEREAS, an RFP was administered (RFP No. 16-0004) and proposals were received

from three offerors; and,



WHEREAS, the proposal submitted by Yates Insurance Agency, Inc. d/b/a

Yates, Woolfolk & Turner Insurance met all proposal requirements and was

evaluated most responsive to the RFP; and,



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

for four (4) additional twelve-month periods.



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



That the City Manager is hereby authorized to execute an annual contract with

Yates Insurance Agency, Inc. d/b/a Yates, Woolfolk & Turner Insurance

(Columbus, GA) for consulting and insurance brokerage services to represent

Columbus Consolidated Government in various insurance markets. Funds are

budgeted each fiscal year for this ongoing service: Risk Management Fund ?

Human Resources ? Unfunded Claims ? Property & Casualty Insurance;

0860-220-3830-RISK-6611.

___________________________



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

held the ______ day of ______________, 2016 and adopted at said meeting by the

affirmative vote of _____ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

Attachments


Back to List