Agenda Item #6 
       Columbus Consolidated Government   
 Council Meeting       
 January 9, 2018       
 Agenda Report #66           
 TO:	   Mayor and Councilors       
 SUBJECT:	  Purchase Authorizations       
 INITIATED BY:  Finance Department                        
 (A) PREQUALIFICATION FOR STORM DRAIN REHABILITATION THROUGH INTERNAL PIPE    
 LINING, PRIORITY 1 PIPES ? CONTRACT 5 ? LOCATED THROUGHOUT COLUMBUS, GA ? RFQ    
 NO. 17-0001       
 It is requested that Council authorize the prequalification of Insituform    
 Technologies, LLC (Chesterfield, MO), IPR Southeast LLC (Stone Mountain, GA),    
 Lanzo Trenchless Technologies (Deerfield Beach, FL), Layne Inliner, LLC    
 (Tucker, GA), SAK Construction, LLC (O?Fallon, MO), Southeast Pipe Survey, Inc.    
 (Patterson, GA) and Spiniello Companies (Baltimore, MD) to bid on    
 Cured-in-Place Pipe Rehabilitation projects; and IPR Southeast LLC (Stone    
 Mountain, GA) and Utility Asset Management (Perry, GA) to bid on Centrifugally    
 Cast Cementious or Geopolymenr Lining Systems Rehabilitation projects, for    
 priority 1 pipes located throughout the City.       
 The projects include the installation of cured in-place pipe (CIPP) for    
 approximately 5,100 feet of varying material type storm sewer pipe, ranging in    
 size from 10-inch VCP to 60-inch CMP in diameter.   Additionally, the project    
 includes the installation of centrifugally cast cementitious or geo-polymer    
 lining (CC) for approximately 2,500 linear feet of storm sewer pipe varying in    
 sizes and material type from 36-inch brick to 46-inch by 72-inch CMP, located    
 throughout Columbus.         
 The prequalified Contractors will be requested to submit bids in the future for    
 installation of CIPP or CC for rehabilitation of other portions of the storm    
 sewer system. The length, diameter, and scope of CIPP or CC rehabilitation per    
 contract will be at the discretion of the City.       
 Request for Qualifications information was posted on the web pages of the    
 Purchasing Division and the Georgia Procurement Registry on April 10, 2017.     
 Ten (10) prequalification applications were received on May 12, 2017.  This RFQ    
 has been advertised, opened and reviewed.  The contractors were:       
 Insituform Technologies, LLC (Chesterfield, MO)   
 IPR Southeast LLC (Stone Mountain, GA)   
 Lanzo Trenchless Technologies (Deerfield Beach, FL)   
 Layne Inliner, LLC (Tucker, GA)   
 SAK Construction, LLC (O?Fallon, MO)   
 Southeast Pipe Survey, Inc. (Patterson, GA)   
 Spiniello Companies (Baltimore, MD)    
 IPR Southeast LLC (Stone Mountain, GA)   
 Utility Asset Management (Perry, GA)   
 ?VacVision Environmental, LLC (Greenville, SC)       
 ?The prequalification from VacVision Environmental, LLC did not include    
 documentation of bonding capacity, having adequate equipment to construct the    
 projects, never failing to complete a project, completing projects consistently    
 on time and within the bid amount, not being involved in litigation against    
 owners or engineering firms, and having project management personnel available    
 for the project.  Additionally, VacVision Environmental, LLC indicates the    
 contractor has installed 317,445 linear feet of CIPP systems; the RFQ specifies    
 a minimum of 1,000,000 linear feet.  Therefore, VacVision Environmental, LLC    
 was deemed unqualified to submit bids on the projects.        
 The City?s Procurement Ordinance, Article 3-112 (Request for Qualifications)    
 governs the RFQ Process, which allows the City to receive qualification    
 statements from interested vendors prior to bidding projects.  Engineering    
 staff and the City?s contracted engineering firm of Barge Waggoner Sumner &    
 Cannon, Inc. reviewed the submissions and determined the vendors meeting the    
 prequalification requirements.  Cost estimates are not required.     
 *  *  *  *  *  *       
 (B) PRESSURE WASHING SERVICES (ANNUAL CONTRACT) ? RFB NO. 18-0022       
 It is requested that Council approve the annual contract with Express Pressure    
 Washing (McDonough, GA), to provide pressure washing services for the estimated    
 annual contract value of $4,000.        
 The contractor will provide pressure washing services for the ultraply78+    
 membrane roof of the Columbus Civic Center two (2) times per year.  The term of    
 this contract will be for two (2) years, with the option to renew for three (3)    
 additional 12-month periods.       
 Bid information was posted on the web pages of the Purchasing Division and the    
 Georgia Procurement Registry on November 1, 2017.  Four (4) bids were received    
 on December 6, 2017.  This bid has been advertised, opened and reviewed.  The    
 bidders were:       
 	Express Pressure Washing   
 	(McDonough, GA)	Wrightway Pressure Washing, LLC   
 		(Upatoi, GA)	*Hot Springs Pressure Washing, LLC   
 			(Atlanta, GA)	*Dawson Construction   
 				(Opelika, AL)    				   
 Total Cost Per Cleaning:	$ 2,000.00	$ 2,550.00	$ 2,250.00	$ 11,875.00   
 Work Will be Completed Within ___ Days After Notice to Proceed:	2	2 ? 3 	10	7       
 * Hot Springs Pressure Washing, LLC and Dawson Construction were both deemed    
 ?non-responsive? due to submitting incomplete E-Verify forms.        
 Funds are budgeted each fiscal year for this on-going expense: Civic Center    
 Fund ? Civic Center ? Civic Center Operations ? Contractual Services;    
 0757-160-1000-CIVC-6319.       
 *  *  *  *  *  *       
 (C) ANNUAL MEMBERSHIP DUES FOR ASSOCIATION COUNTY COMMISSIONERS OF GEORGIA    
 (ACCG)   
 It is requested that Council approve payment to the Association County    
 Commissioners of Georgia (ACCG) in the amount of $17,606.07 for the 2018 annual    
 membership dues.       
 ACCG serves as the consensus building, training, and legislative organization    
 for all county governments in the State of Georgia.       
 Funds are budgeted in the FY18 Budget: General Fund ? Legislative ? City    
 Council ? Membership Dues and Fees; 0101-100-1000-CNCL-6657.   
 *  *  *  *  *  *       
 (D) ANNUAL SUPPORT FOR PARATRANSIT SCHEDULING AND ROUTING SYSTEM       
 It is requested that Council approve the annual payment to RouteMatch Software    
 (Atlanta, GA) for the basic technical software support in the amount of    
 $14,378.73, for the paratransit scheduling and routing system utilized by    
 METRA.  This payment covers the period from February/2018 ? January/2019.       
 As a result of RFP No. 04-0023, per Resolution #366-04, Council approved the    
 contract with RouteMatch Software to provide a paratransit scheduling and    
 routing system.  The contract included the provision of a turnkey paratransit    
 scheduling system, which included all software, computers, printers and    
 required services for a fully operational system.         
 Funds are budgeted in the FY18 Budget:  Transportation Fund ? Transportation ?    
 FTA ? Software Lease; 0751 ? 610 ? 2400 ? MFTA ? 6541.       
 *  *  *  *  *  *       
 (E) CHANGE ORDER 4 FOR MACON ROAD FIRE TRAINING CENTER ? RFB NO. 17-0020       
 It is requested that Council authorize the execution of Change Order 4 with    
 Graddy Construction, Inc. (Columbus, GA) in the amount of $44,000.00 for the    
 Macon Road Fire Training Center.       
 Per Resolution No. 374-16, Council authorized the construction of the Macon    
 Road Fire Training Center.  The primary need for Change Order 4 is the addition    
 of gutters to the pavilion and paving of the parking lot per the request of    
 Columbus Fire and EMS.    The work includes:       
 ? Adding 200 linear feet of 6" sculpted gutters and ten (10) downspouts at the    
 front and back of pole barn and cutting excess roof overhang and prime where    
 the metal is cut off.   
 ? Re-grading and compacting existing GAB parking lot, and adding 5" of GDOT    
 compliant asphalt paving in two (2) lifts.       
 Document	Description	Amount   
 Original Contract	Site work, pre-fabricated 5-story fire training tower, control room    
 construction, and all civil, paving, landscaping, mechanical, electrical and    
 plumbing.	$  748,000.00   
 Change Order 1	Additional work including removal and replacement of unsuitable    
 soils, providing electrical and gas service to burn tower, and adding site    
 lighting per the request of Columbus Fire & EMS.  	51,693.00   
 Change Order 2	Additional work including removal and replacement of unsuitable    
 soils, installation of French drain as directed, and replacing concrete pad for    
 ladder training as requested by Columbus Fire & EMS.	20,502.00   
 Change Order 3	The addition of a 60'x100' pre-engineered pole barn that is open    
 on all sides with one corner extended 25'x30' for storage	204,520.00   
 Change Order 4	The addition of gutters to the pavilion and paving of the parking    
 lot per the request of Columbus Fire and EMS.    	44,000.00   
 New Contract Amount 		$ 1,068,715.00       
 Funding is available in the FY18 Budget:  Special Projects-Capital Projects    
 Fund ? Capital Projects ? General Fund Supported Capital Project ? General    
 Construction ? Burn Building; 0508-660-1000-CPGF-7661-22941-20150.       
 *  *  *  *  *  *       
 (F) ANNUAL SUBSCRIPTION FOR GMA CABLE AND TELECOMMUNICATIONS MANAGEMENT SERVICES   
 It is requested that Council approve payment to Georgia Municipal Association    
 (GMA), in the amount of $10,000, for the annual subscription for Cable and    
 Telecommunications Management Services.  This payment will cover the period    
 from January 1, 2018 ? December 31, 2018.       
 GMA's Cable and Telecommunications Management Services program provides    
 full-service consulting assistance on all aspects of cable and    
 telecommunications franchising that helps Georgia local government keep pace    
 with changes in federal and state law, and Federal Communications Commission    
 (FCC) rule changes.       
 Funds are budgeted in the FY18 Budget:  General Fund ? Miscellaneous ?    
 Non-Categorical ? Special & Ongoing Projects; 0101-590-3000-NCAT-6694       
 *  *  *  *  *  *       
 (G)  MASTER SERVICES AND PURCHASING AGREEMENT FOR BODY CAMERAS AND ACCESSORIES    
 FOR MUSCOGEE COUNTY SHERIFF?S OFFICE       
 It is requested that Council approve the Master Services and Purchasing    
 Agreement for Body Cameras and Accessories from Axon Enterprises (Scottsdale,    
 AZ), in the amount of $53,834.61.  The agreement will cover the period from    
 February 1, 2018 ? January 31, 2021.   
 Body cameras play an important role in providing for the protection of    
 deputies, the public, and the agency as it relates to interactions between law    
 enforcement and the public.  The Sheriff?s Office has been offered a Master    
 Services and Purchasing Agreement from Axon which will provide a total of    
 thirty-four (34) body cameras at no charge, with the Sheriff?s Office    
 purchasing accessories to include:  docking stations, license fees, assurance    
 plan (maintenance), and data storage.  In addition, the plan provides an    
 extended warranty, two additional back-up cameras, and replacement of all    
 cameras in thirty months.          
 These new Body Cameras will integrate with the Axon Tasers currently used by    
 the Sheriff?s Office.  Under this agreement, the Taser becomes a Taser Smart    
 Weapon which can wirelessly report its status, such as being armed or a trigger    
 pull, so the body camera can sense specific events and begin recording during    
 critical situations.   Consequently, the vendor is considered the only known    
 source for agreement per the City?s Procurement Ordinance.       
 Funds are budgeted in the FY18 Budget:  LOST/Public Safety ? Sheriff ? Public    
 Safety/LOST ? Capital Expenditures/Over $5,000; 0102-550-9900-LOST-7761.         
 *  *  *  *  *  *       
 (H) ROOFING SERVICES AT NORTH PRECINCT ? RFB NO. 18-0023       
 It is requested that Council authorize the execution of a construction contract    
 with RYCARS Construction, LLC (Atlanta, GA) in the amount of $139,880.00 for    
 roofing services at the North Precinct of the Columbus Police Department.         
 The work includes but is not limited to providing all labor, equipment and    
 materials to remove the existing roofs down to the wood and metal decks and    
 replace with fully adhered fleece-back thermoplastic polyolefin (TPO) roof    
 system directly over new lightweight insulating concrete roof deck system; and    
 install specified flashing, gutters, downspouts and accessories.       
 Bid information was posted on the web pages of the Purchasing Division and the    
 Georgia Procurement Registry on November 16, 2017.  A Mandatory Pre-Bid    
 Conference/Site Visit was held on December 6, 2017; eleven (11) vendors were    
 represented at the conference/site visit.  Four (4) bids were received on    
 December 20, 2017.  This bid has been advertised, opened and reviewed.  The    
 bidders were:           
 CONTRACTORS	BASE BID	?ALTERNATE	TOTAL BID   
 RYCARS Construction, LLC (Atlanta, GA)	138,230.00	1,650.00	$ 139,880.00   
 Pittman Waller Roofing Company (Macon, GA)	149,011.00	5,000.00	$ 154,011.00   
 Horizon Roofing (Monroe, GA)	159,777.00	3,500.00	$ 163,277.00   
 Jenkins Roofing, Inc. (Tallahassee, FL)	167,992.00	4,240.00	$ 172,232.00       
 ?Alternate:  provide and install a new prefabricated metal canopy.       
 Funds are budgeted in the FY18 Budget:  LOST-Infrastructure ? Public Works ?    
 Facilities Maintenance ? General Construction ? North Precinct Roof Repair;    
 0109-260-9901-MNTN-7661-96052-20180 and Special Projects - Capital Projects    
 Fund ? Capital Projects ? General Fund Supported Capital Projects ? General    
 Construction ? N. Police Station Improvements    
 OLOST;0508-660-1000-CPGF-7661-22944-20160.       
 *  *  *  *  *  *       
 (I) MASONRY PRODUCTS (ANNUAL CONTRACT) - RFB NO. 18-0020    	   
 It is requested that Council approve the annual contract for the purchase of    
 masonry products from D.A.T. Trucking, Inc., (Smith, AL), Ferguson Waterworks    
 (Columbus, GA) and Acme Brick & Tile (Columbus, GA) for the estimated annual    
 contract value of $142,786.00.         
 Masonry products will consist of:  portland cement, concrete ready mix    
 w/gravel, brick sand, concrete sand, sand (medium grade washed river sand),    
 brick 3 hole, brick 8", brick 8" fire brick, concrete building brick and    
 concrete blocks.  Public Works will use the masonry products on an "as needed"    
 basis.  The contract period is for two (2) years with the option to renew for    
 three (3) additional twelve-month periods.  Contract renewal is contingent upon    
 mutual agreement of the City and Contractor.        
 Bid specifications were posted on the web page of the Purchasing Division, and    
 the Georgia Procurement Registry.  Three (3) bids were received on November 29,    
 2017.  This bid has been advertised, opened and reviewed.  The low bidders per    
 line-item were:       
 VENDOR/DESCRIPTION	EST   
 	QTY	UNIT PRICE	TOTAL COST   
 D.A.T. Trucking, Inc (Smiths, AL)   
 Brick Sand   
 Concrete Sand   
 Sand (Medium Grade Washed River Sand)	   
 	30 Tons   
 	50 Tons   
 	500 Tons	   
 		$20.00   
 		$22.00   
 		$19.00	   
 			$600.00   
 			$1,100.00   
 			$9,500.00   
 			$11,200.00   
 Acme Brick & Tile (Columbus, GA)   
 Brick 3 Hole Common, Grade SW Conform with ASTM C-55 Federal SS-663B   
 Brick, 8? Smooth Select Red, Grade SW Conform with ASTM C-216-75A   
 Brick, 8? Fire Brick   
 Concrete Blocks, Type I, Grade ?N? Conform with ASTM Spec. C-90?	   
 	20 Each    	   
 	20 Each    	   
 	10,000 Each   
 	2,000 Each	   
 		$265.00    		   
 		$420.00   
 		$1.60   
 		$1.50	   
 			$5,300.00    			   
 			$8,400.00    			   
 			$16,000.00   
 			$30,000.00   
 			$59,700.00       
 Ferguson Waterworks (Columbus, GA)   
 Portland Cement ? Type I    
 Concrete Ready Mix w/Gravel (40lb Bag Only)	   
 	7,200 Bags   
 	3,000 Bags	   
 		$8.13   
 		$4.45	   
 			$58,536.00   
 			$13,350.00   
 			$71,886.00   
 																																																																																																																																																																																																																																																																TOTAL ESTIMATED CONTRACT VALUE			$142,786.00       
 The full bid tabulation is attached below:                   
 Funds are budgeted each fiscal year for this ongoing expense:  Sewer Fund ?    
 Public Works ? Sewer Maintenance ? Operating Materials,    
 0202-260-3210-SWRM-6728; Paving Fund ? Public Works ? Repairs and Maintenance ?    
 Horticulture/Landscaping Supplies, 0203-260-3110-REPR-6727.       
 *  *  *  *  *  *       
 (J) GARBAGE TRUCK REPAIR SERVICES   
 It is requested that Council approve repair services from Rush Truck Center    
 (Columbus, GA), in the amount $25,481.12, for the repair of a 2007 Peterbilt    
 Garbage Truck utilized by Parks and Recreation, Vehicle #11039.   
 The truck is in need of a new engine.  The current engine has 267,575 miles,    
 and due to normal wear and tear is no longer operational.   The Public Works    
 Department is requesting Council?s approval to have the vehicle repaired at a    
 cost of $25,481.12.  Rush Truck Center is the selected vendor because they are    
 the only certified Peterbilt Repair Center in the local area for this type of    
 heavy duty equipment.        
 Funds are available in the FY18 Budget:  Integrated Waste Fund ? Public Works ?    
 Solid Waste Collection ? Auto Parts and Supplies; 0207-260-3510-GARB-6721.         
 *  *  *  *  *  *       
 (K) ADDITIONAL SERVICES ADDENDUM -  DATABASE ADMINISTRATIVE (DBA) SERVICES FOR    
 THE IASWORLD ORACLE DATABASE       
 It is requested that Council approve the Additional Services Addendum from    
 Tyler Technologies (Moraine, OH) to provide (DBA) Database Administrative    
 Services, in the amount of $26,640.00 for one year.  The addendum may be    
 renewed for four (4) additional years at Tyler?s current DBA Service Fee at the    
 time of renewal.   
 IasWorld runs on an Oracle database. CCG runs SQL databases.  No one from CCG    
 has adequate training on Oracle databases, and an Oracle Database Administrator    
 would be very costly to keep on staff full time.  From the beginning of the    
 project, the intent of the IT Department was to hire the Oracle Database    
 services from Tyler.  Now that the system is going from Implementation to    
 Production, Oracle Database Administrative Services are needed.  The services    
 are required to keep the program up and running efficiently.   The City has    
 similar agreements with other venders on their software products where the    
 maintenance services are beyond the scope of CCG staff.       
 Per Resolution #301-14, Tyler was approved to provide the upgrade the City?s    
 Oasis system, which is now IasWorld.  Consequently, the vendor is considered    
 the only known source to provide the database administrative services.       
 Funds are available in the FY18 Budget: General Fund ? Information Technology ?    
 Software Lease; 0101-210-1000-ISS-6541 for the first year of services.  Funding    
 will be budgeted in the subsequent appropriate fiscal years, if the addendum is    
 renewed.                   
 ?ITEM A?   
 A RESOLUTION       
 NO.                   
 A RESOLUTION AUTHORIZING THE PREQUALIFICATION OF INSITUFORM TECHNOLOGIES, LLC    
 (CHESTERFIELD, MO), IPR SOUTHEAST, LLC (STONE MOUNTAIN, GA), LANZO TRENCHLESS    
 TECHNOLOGIES (DEERFIELD BEACH, FL), LAYNE INLINER, LLC (TUCKER, GA), SAK    
 CONSTRUCTION, LLC (O?FALLON, MO) SOUTHEAST PIPE SURVEY, INC. (PATTERSON, GA)    
 AND SPINIELLO COMPANIES (BALTIMORE, MD) TO BID ON CURED-IN-PLACE PIPE    
 REHABILITATION PROJECTS; AND IPR SOUTHEAST, LLC (STONE MOUNTAIN, GA) AND    
 UTILITY ASSET MANAGEMENT (PERRY, GA) TO BID ON CENTRIFUGALLY CAST CEMENTIOUS OR    
 GEOPOLYER LINING SYSTEMS REHABILITATION PROJECTS, FOR PRIORTY 1 PIPES LOCATED    
 THROUGHOUT THE CITY.       
 WHEREAS, the projects include the installation of cured in-place pipe (CIPP)    
 for approximately 5,100 feet of varying material type storm sewer pipe, ranging    
 in size from 10-inch VCP to 60-inch CMP in diameter.   Additionally, the    
 project includes the installation of centrifugally cast cementitious or    
 geo-polymer lining (CC) for approximately 2,500 linear feet of storm sewer pipe    
 varying in sizes and material type from 36-inch brick to 46-inch by 72-inch    
 CMP, located throughout Columbus; and,         
 WHEREAS, the prequalified Contractors will be requested to submit bids in the    
 future for installation of CIPP or CC for rehabilitation of other portions of    
 the storm sewer system. The length, diameter, and scope of CIPP or CC    
 rehabilitation per contract will be at the discretion of the City.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to prequalify Insituform    
 Technologies, LLC (Chesterfield, MO), IPR Southeast LLC (Stone Mountain, GA),    
 Lanzo Trenchless Technologies (Deerfield Beach, FL), Layne Inliner, LLC    
 (Tucker, GA), SAK Construction, LLC (O?Fallon, MO), Southeast Pipe Survey, Inc.    
 (Patterson, GA) and Spiniello Companies (Baltimore, MD) to bid on    
 Cured-in-Place Pipe Rehabilitation projects; and IPR Southeast LLC (Stone    
 Mountain, GA) and Utility Asset Management (Perry, GA)  to bid on Centrifugally    
 Cast Cementious or Geopolymenr Lining Systems Rehabilitation projects, for    
 priority 1 pipes located throughout the City.   
 ________________         
 	Introduced at a regular meeting of the Council of Columbus, Georgia,    
 held the _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.           
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 AN ANNUAL CONTRACT WITH EXPRESS PRESSURE    
 WASHING (MCDONOUGH, GA), TO PROVIDE PRESSURE WASHING SERVICES FOR THE COLUMBUS    
 CIVIC CENTER,  FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $4,000.00.       
 	WHEREAS, the contractor will be required to pressure wash the ultraply    
 78+ roof of the Columbus Civic Center two (2) times per year; and,    	   
 	WHEREAS, the contract period shall be for two years, with option to    
 renew for three (3) additional twelve-month periods.  Contract renewal shall be    
 contingent upon the mutual agreement of the City and the Contractor.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to enter into contract with    
 Express Pressure Washing (McDonough, GA), to provide pressure washing services    
 for the Columbus Civic Center, for the estimated annual contract value of    
 $4,000.00.  Funds are budgeted each fiscal year for this on-going expense:    
 Civic Center Fund ? Civic Center ? Civic Center Operations ? Contractual    
 Services; 0757-160-1000-CIVC-6319.   
 ________________       
   Introduced at a regular meeting of the Council of Columbus, Georgia, held the    
 _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.           
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 PAYMENT TO THE ASSOCIATION COUNTY    
 COMMISSIONERS OF GEORGIA (ACCG) IN THE AMOUNT OF $17,606.07 FOR THE 2018 ANNUAL    
 MEMBERSHIP DUES.       
 WHEREAS, ACCG serves as the consensus building, training, and legislative    
 organization for all county governments in the State of Georgia.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to make payment to the    
 Association County Commissioners of Georgia (ACCG) in the amount of $17,606.07    
 for the 2018 annual membership dues.  Funds are budgeted in the FY18 Budget:    
 General Fund ? Legislative ? City Council ? Membership Dues and Fees;    
 0101-100-1000-CNCL-6657.       
 _______________       
   Introduced at a regular meeting of the Council of Columbus, Georgia, held the    
 _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.           
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 THE PAYMENT TO ROUTEMATCH SOFTWARE (ATLANTA,    
 GA) FOR THE BASIC TECHNICAL SOFTWARE SUPPORT IN THE AMOUNT OF $14,378.73, FOR    
 THE PARATRANSIT SCHEDULING AND ROUTING SYSTEM UTILIZED BY METRA.  THIS PAYMENT    
 COVERS THE PERIOD FROM FEBRUARY/2018 ? JANUARY/2019.       
 WHEREAS, as a result of RFP No. 04-0023, per Resolution #366-04, Council    
 approved the contract with RouteMatch Software to provide a paratransit    
 scheduling and routing system.  The contract included the provision of a    
 turnkey paratransit scheduling system, which included all software, computers,    
 printers and required services for a fully operational system.         
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to make payment to    
 RouteMatch Software (Atlanta, GA) for the basic technical software support in    
 the amount of $14,378.73, for the paratransit scheduling and routing system    
 utilized by METRA.  This payment covers the period from February/2018 ?    
 January/2019.   Funds are budgeted in the FY18 Budget: Transportation Fund ?    
 Transportation ? FTA - Software Lease; 0751 ? 610 ? 2400 ? MFTA ? 6541.   
 ____________       
   Introduced at a regular meeting of the Council of Columbus, Georgia, held the    
 _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.           
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 EXECUTION OF CHANGE ORDER 4 WITH GRADDY    
 CONSTRUCTION INC. (COLUMBUS, GEORGIA) IN THE AMOUNT OF $44,000.00 FOR THE MACON    
 ROAD FIRE TRAINING CENTER.       
 	WHEREAS, per Resolution No. 374-16, Council authorized the construction    
 of the Macon Road Fire Training Center; and,        
 WHEREAS, Change Order 3 is for the addition gutters to the pavilion and paving    
 of the parking lot per the request of Columbus Fire and EMS.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:       
 That the City Manager is hereby authorized to execute Change Order 4 with    
 Graddy Construction, Inc. (Columbus, GA) in the amount of $44,000.00 for the    
 Macon Road Fire Training Center.  Funding is available in the FY18 Budget:     
 Special Projects-Capital Projects Fund ? Capital Projects ? General Fund    
 Supported Capital Project ? General Construction ? Burn Building;    
 0508-660-1000-CPGF-7661-22941-20150.   
 ______________________________         
 	Introduced at a regular meeting of the Council of Columbus, Georgia,    
 held the _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.           
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 PAYMENT TO GEORGIA MUNICIPAL ASSOCIATION (GMA), IN THE    
 AMOUNT OF $10,000, FOR THE ANNUAL SUBSCRIPTION FOR CABLE AND TELECOMMUNICATIONS    
 MANAGEMENT SERVICES.  THIS PAYMENT WILL COVER THE PERIOD FROM JANUARY 1, 2018 ?    
 DECEMBER 31, 2018.       
 WHEREAS, GMA's Cable and Telecommunications Management Services program    
 provides full-service consulting assistance on all aspects of cable and    
 telecommunications franchising that helps Georgia local government keep pace    
 with changes in federal and state law, and Federal Communications Commission    
 (FCC) rule changes.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to render payment to Georgia    
 Municipal Association (GMA), in the amount of $10,000, for the annual    
 subscription for Cable and Telecommunications Management Services.  This    
 payment will cover the period from January 1, 2018 ? December 31, 2018.  Funds    
 are budgeted in the FY18 Budget:  General Fund ? Miscellaneous ?    
 Non-Categorical - Special & Ongoing Projects; 0101-590-3000-NCAT-6694.       
 _____________         
 	Introduced at a regular meeting of the Council of Columbus, Georgia,    
 held the _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.           
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 MASTER SERVICES AND PURCHASING AGREEMENT FOR BODY    
 CAMERAS AND ACCESSORIES FROM AXON ENTERPRISES (SCOTTSDALE, AZ), IN THE AMOUNT    
 OF $53,834.61.  THE AGREEMENT WILL COVER THE PERIOD FROM FEBRUARY 1, 2018 ?    
 JANUARY 31, 2021.   
 WHEREAS, body cameras play an important role in providing for the protection of    
 deputies, the public, and the agency as it relates to interactions between law    
 enforcement and the public.  The Sheriff?s Office has been offered a Master    
 Services and Purchasing Agreement from Axon which will provide a total of    
 thirty-four (34) body cameras at no charge, with the Sheriff?s Office    
 purchasing accessories to include:  docking stations, license fees, assurance    
 plan (maintenance), and data storage.  In addition, the plan provides an    
 extended warranty, two additional back-up cameras, and replacement of all    
 cameras in thirty months; and,          
 WHEREAS, these new Body Cameras will integrate with the Axon Tasers currently    
 used by the Sheriff?s Office.  Under this agreement, the Taser becomes a Taser    
 Smart Weapon which can wirelessly report its status, such as being armed or a    
 trigger pull, so the body camera can sense specific events and begin recording    
 during critical situations.   Consequently, the vendor is considered the only    
 known source for this agreement per the City?s Procurement Ordinance.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to accept the Master    
 Services and Purchasing Agreement for Body Cameras and Accessories from Axon    
 Enterprises (Scottsdale, AZ), in the amount of $53,834.61.  The agreement will    
 cover the period from February 1, 2018 ? January 31, 2021.  Funds are budgeted    
 in the FY18 Budget:  LOST/Public Safety ? Sheriff ? Public Safety/LOST ?    
 Capital Expenditures/Over $5,000; 0102 ? 550 ? 9900 ? LOST ? 7761.     
 _______________         
 	Introduced at a regular meeting of the Council of Columbus, Georgia,    
 held the _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.           
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 EXECUTION OF A CONSTRUCTION CONTRACT WITH    
 RYCARS CONSTRUCTION, LLC (ATLANTA, GA) IN THE AMOUNT OF $139,880.00 FOR ROOFING    
 SERVICES AT THE NORTH PRECINCT OF THE COLUMBUS POLICE DEPARTMENT.       
 WHEREAS, the work includes but is not limited to providing all labor, equipment    
 and materials to remove the existing roofs down to the wood and metal decks and    
 replace with fully adhered fleece-back thermoplastic polyolefin (TPO) roof    
 system directly over new lightweight insulating concrete roof deck system; and    
 install specified flashing, gutters, downspouts and accessories; and,       
 WHEREAS, the alternate consists of the contractor providing and installing a    
 new prefabricated metal canopy.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to execute a construction    
 contract with RYCARS Construction, LLC (Atlanta, GA) in the amount of    
 $139,880.00 for roofing services at the North Precinct of the Columbus Police    
 Department.  Funds are budgeted in the FY18 Budget:  LOST-Infrastructure ?    
 Public Works ? Facilities Maintenance ? General Construction ? North Precinct    
 Roof Repair; 0109-260-9901-MNTN-7661-96052-20180 and Special Projects - Capital    
 Projects Fund ? Capital Projects ? General Fund Supported Capital Projects ?    
 General Construction ? N. Police Station Improvements    
 OLOST;0508-660-1000-CPGF-7661-22944-20160.       
 ______________________________         
 	Introduced at a regular meeting of the Council of Columbus, Georgia,    
 held the _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.           
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 ANNUAL CONTRACT FOR THE PURCHASE OF    
 MASONRY PRODUCTS FROM D.A.T. TRUCKING, INC.S (SMITH, AL), FERGUSON WATERWORKS    
 (COLUMBUS, GA) AND ACME BRICK & TILE (COLUMBUS, GA) FOR THE ESTIMATED ANNUAL    
 CONTRACT VALUE OF $142,786.00.         
 WHEREAS, masonry products will consist of: portland cement, concrete ready mix    
 w/gravel, brick sand, concrete sand, brick 3 hole, brick 8", brick 8" fire    
 brick, concrete building brick and concrete blocks.  The masonry products will    
 be used by Public Works Department on an "as needed" basis; and,       
 WHEREAS, the contract period is for two (2) years with option to renew for    
 three (3) additional twelve month periods.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to enter into an annual    
 contract to purchase masonry products from D.A.T. Trucking, Inc. (Smith, AL),    
 Ferguson Waterworks (Columbus, GA) and Acme Brick & Tile (Columbus, GA) for the    
 estimated annual contract value of $142,786.00.  Funds are budgeted each fiscal    
 year for this ongoing expense:  Sewer Fund ? Public Works ? Sewer Maintenance ?    
 Operating Materials, 0202-260-3210-SWRM-6728; Paving Fund ? Public Works ?    
 Repairs and Maintenance ? Horticulture/Landscaping Supplies,    
 0203-260-3110-REPR-6727.   
 ______________           
     Introduced at a regular meeting of the Council of Columbus, Georgia, held    
 the _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of  _________ members of said Council.       
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 REPAIR SERVICES FROM RUSH TRUCK CENTER    
 (COLUMBUS, GA), IN THE AMOUNT $25,481.12, FOR THE REPAIR OF A 2007 PETERBILT    
 GARBAGE TRUCK UTILIZED BY PARKS AND RECREATION, VEHICLE #11039.   
 WHEREAS, the truck is in need of a new engine.  The current engine has 267,575    
 miles, and due to normal wear and tear is no longer operational; and,        
 WHEREAS, the Public Works Department is requesting Council?s approval to have    
 the vehicle repaired at a cost of $25,481.12.  Rush Truck Center is the    
 selected vendor because they are the only certified Peterbilt Repair Center in    
 the local area for this type of heavy duty equipment.        
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to have repair services    
 performed by Rush Truck Center (Columbus, GA), in the amount $25,481.12, for    
 the repair of a 2007 Peterbilt Garbage Truck utilized by Parks and Recreation,    
 Vehicle #11039.  Funds are available in the FY18 Budget:  Integrated Waste Fund    
 ? Public Works ? Solid Waste Collection ? Auto Parts and Supplies;    
 0207-260-3510-GARB-6721.     
 __________________       
     Introduced at a regular meeting of the Council of Columbus, Georgia, held    
 the _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of  _________ members of said Council.       
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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 ADDITIONAL SERVICES ADDENDUM FROM TYLER    
 TECHNOLOGIES (MORAINE, OH) TO PROVIDE (DBA) DATABASE ADMINISTRATIVE SERVICES,    
 IN THE AMOUNT OF $26,640.00 FOR ONE YEAR.  THE ADDENDUM MAY BE RENEWED FOR FOUR    
 (4) ADDITIONAL YEARS AT TYLER?S CURRENT DBA SERVICE FEE AT THE TIME OF RENEWAL.       
 WHEREAS, IasWorld runs on an Oracle database. CCG runs SQL databases.  No one    
 from CCG has adequate training on Oracle databases, and an Oracle Database    
 Administrator would be very costly to keep on staff full time.  From the    
 beginning of the project, the intent of the IT Department was to hire the    
 Oracle Database services from Tyler; and,       
 WHEREAS, now that the system is going from Implementation to Production, Oracle    
 Database Administrative Services are needed.  The services are required to keep    
 the program up and running efficiently.   The City has similar agreements with    
 other venders on their software products where the maintenance services are    
 beyond the scope of CCG staff; and,        
 WHEREAS, per Resolution #301-14, Tyler was approved to provide the upgrade the    
 City?s Oasis system, which is now IasWorld.  Consequently, the vendor is    
 considered the only known source to provide the database administrative    
 services.       
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 	That the City Manager is hereby authorized to accept the Additional    
 Services Addendum from Tyler Technologies (Moraine, OH) to provide (DBA)    
 Database Administrative Services, in the amount of $26,640.00 for one year.     
 The addendum may be renewed for four (4) additional years at Tyler?s current    
 DBA Service Fee at the time of renewal.  Funds are available in the FY18    
 Budget: General Fund ? Information Technology ? Software Lease;    
 0101-210-1000-ISS-6541 for the first year of services.  Funding will be    
 budgeted in the subsequent appropriate fiscal years, if the addendum is renewed.   
 __________________________________       
 Introduced at a regular meeting of the Council of Columbus, Georgia, held the    
 _________ day of ____________, 2018 and adopted at said meeting by the    
 affirmative vote of  _________ members of said Council.       
 Councilor Allen voting                     __________.   
 Councilor Baker voting __________.   
 Councilor Barnes voting __________.   
 Councilor Davis voting __________.   
 Councilor Garrett voting __________.   
 Councilor 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