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 # 3



Columbus Consolidated Government

Council Meeting



October 27, 2015



Agenda Report # 44



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) 5-YEAR CONSOLIDATED PLAN AND 1st YEAR ANNUAL ACTION PLAN ? RFP NO. 16-0002



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

& Lonergan Associates, Inc. (Pittsburgh, PA) to provide consulting services for

a 5-year consolidated plan and a 1st year annual action plan.



Mullin & Lonergan Associates will develop and carry out the process for

completing a 5-year Consolidated Plan for a successful submission to HUD. As

part of the Consolidated Plan in the HUD Program Year 2016, the Community

Reinvestment Division will have to prepare a 1st Year Annual Action Plan to be

submitted at the time the new 5-year Consolidated Plan is submitted.



The Analysis of Impediments to Fair Housing was initially a requirement of the

RFP; however, during the evaluation process, the Community Reinvestment

Division was notified that the City is exempt from completing another Analysis

of Impediments. The exemption is because of a new Final Rule on Affirmatively

Furthering Fair Housing. The Final Rule requires the preparation of an

Assessment of Fair Housing rather than an Analysis of Impediments. The City?s

1st Assessment of Fair Housing is not due until 2020, and the City is not

required to update its existing Analysis of Impediments because of this new

Final Rule. Therefore, the City only requires the Consolidated Plan and 1st

Year Annual Action Plan.



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on July 31, 2015.



This RFP has been advertised, opened and evaluated. Proposals were received on

August 28, 2015 from the following six (6) vendors:



Mullin & Lonergan Associates, Inc. (Pittsburgh, PA)

Community Development Experts (Gaithersburg, MD)

J-Quad Planning Group (Addison, TX)

TDA Consulting, Inc. (Laurinburg, NC)

W. Frank Newton, Inc. (Marietta, GA)

Western Economic Services, LLC (Portland, OR)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Held Agenda/Action

Pre-Evaluation Meeting 09/10/15 The Purchasing Manager advised evaluation committee

members of the RFP rules and process. The Project Manager provided an overview

and expectations of the project. The Buyer disbursed proposal copies to each

committee member to review.

1st Evaluation Meeting 09/24/15 Discussed each of the six proposals received. The

Committee requested clarifications and additional information from each of the

vendors.

Clarifications Responses 10/01/15 Clarification responses received and forwarded to the

Committee, along with the evaluation forms.

Evaluation/Shortlist 10/13/15 Evaluation forms were completed and returned to the

Buyer for compilation results, which were forwarded to the Committee. The two

highest-ranking vendors were short-listed.

Cost Proposals 10/15/15 The two short-listed firms provided proposed costs to perform the

services.

Recommendation 10/19/15 The Committee unanimously voted to award to Mullin &

Lonergan Associates, Inc.





Evaluation Committee:

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

of one voting member from the Community Reinvestment Division and two voting

members from the Planning Department. The committee also consisted of a

non-voting advisory member from the Community Reinvestment Division and a

non-voting advisory member from the City Manager?s Office.





Award Recommendation:

The evaluation committee deemed the proposal from Mullin & Lonergan Associates,

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

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

the contract to Mullin & Lonergan Associates, Inc. for the following reasons:



? The firm has 50 years of experience with local governments, HUD entitlements,

and other public agencies.

? Mullin & Lonergan Associates has extensive credentials across the board

amongst their staff. Four of the seven staff members that would be assigned to

the project are certified by the American Institute of Certified Planners

(AICP), and each have many years of experience in community development.

? The proposed approach of Mullin & Lonergan Associates is extensive and far

reaching. The firm is interested in gathering both City and citizen

stakeholder consensus and information regarding the composition and

implementation of the new plan. Their plan calls for a major housing and

economic analysis, which will give the City the opportunity to expand CDBG

operations as well as to better identify the focus areas of the community. The

firm will also complete and evaluation of public policies, which will allow the

Comprehensive Plan to reflect the goal of the City and other departments.

? The vendor has prepared Five-Year Consolidated Plans for 78 entitlements, and

has experience with HOME and CDBG technical assistance.

? The firm has extensive experience and work history creating successful 5-year

plans.



Vendor Experience/Qualifications:

? Mullin & Lonergan Associates is a housing and community development

consulting firm with offices in Pittsburgh and Camp Hill, PA, and was formed in

1965.

? Since 2005, Mullin & Lonergan Associates has prepared 5-Year Consolidated

Plans for 78 entitlements representing 16 separate HUD offices:

o Colorado (Colorado Springs, CO)

o Delaware (New Castle County and Wilmington)

o Georgia (Henry County, GA)

o Illinois (Oak Park and McHenry County)

o Iowa (State of Iowa, Iowa City, Waterloo/Cedar Falls and Sioux City)

o Kansas (Kansas City, KS)

o Maryland (Hagerstown, Bowie, and Annapolis)

o New Jersey (Camden County, Atlantic City, Atlantic County, Bloomfield, Ocean

City, Gloucester Township, Passaic County, Wayne Township, Paterson, Monmouth

County, Jersey City, Morris County and Parsippany)

o New York (Rochester, Buffalo, Erie County, Hamburg,

Amherst/Cheektowaga/Tonowanda, Yonkers, and New Rochelle)

o North Carolina (Cumberland County, Fayetteville, High Point, and Burlington)

o Ohio (Youngstown, Springfield and Dayton/Kettering)

o Pennsylvania (Erie, Johnstown, Beaver County, Washington County, Westmoreland

County, Millcreek Township, Pittsburth, McKeesport, Allegheny County,

Allentown, Easton, Hazleton, York, Chester, Lower Merion Township, Berks

County, Reading, Carlisle, Montgomery County, Dauphin County, Delaware County,

Bucks County, Bensalem Township, Cumberland County, Abington Township,

Norristown, and Williamsport)\

o Texas (Williamson County, Round Rock and Waco)

o Virginia (Hampton, Harrisonburg, Lynchburg and Waynesboro)

? The firm has provided over seventy (70) Analyses of Impediments to Fair

Housing Choices within the last nine years.

? The firm has prepared affordable housing needs assessments, workforce housing

studies, and housing market analyses in a variety of settings. Some of the

assessments were designed to assist the client in complying with the HUD

Five-Year Consolidated Plan requirements; others were designed to assist state

housing finance agencies in establishing housing tax credit policy.

? Mullin & Lonergan Associates provides CDBG and HOME technical consulting

services on a regular basis to about 30 core HUD entitlement communities.

? Mullin & Lonergan Associates provides IDIS services to several of their

entitlement clients.

? The firm?s workforce is comprised of 20 employees, including housing

specialists, community planners (five of whom are AICP certified), local

government specialists and finance specialists.

? The firm is a member of the National Association of Housing and Redevelopment

Officials (NAHRO), the Pennsylvania Association of Housing and Redevelopment

Authorities (PAHRA), and the National Association of County Community and

Economic Development (NACCED).



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 being carried over utilizing prior year HOME Admin Funds: HOME Fund ?

Community Reinvestment ? HOME? Professional Services; 0213-245-2500-HOME-6311.



(B) 457 DEFERRED COMPENSATION PLAN (ANNUAL CONTRACT) ? RFP NO. 15-0004



It is requested that Council approve the negotiation of a contract with VALIC

to provide a 457 Deferred Compensation Plan.



VALIC will provide sole-provider administration, recordkeeping, education and

investment management services for CCG employees to include:



? Lower participant and plan expenses

? A simplified investment menu

? An orderly and timely expansion

? Access to group seminars and individual meetings on investment and retirement

planning topics

? Establishment of a non-City plan administrator to handle related activities

? Consolidate administration of all plan assets with a single vendor

? Integrated administration and reporting for the 457 Plan

? Provide annual participant benefit statement for all retirement sources

(social security, CCG Pension and 457)

The initial term of the contract will be for two 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.



Annual Contract History:

In 1981, Per Resolution No. 20-81, the City of Columbus established a Deferred

Compensation Plan for city employees, in accordance with Internal Revenue Code

Section 457, with one provider, ITT-Hartford. All plan assets are currently

held in a trust for the exclusive benefit of participants and beneficiaries in

compliance with federal legislation.



On June 6, 1995, RFP No. 142-95 was issued and awarded on October 3, 1995

(Resolution No. 440-95) to PEBSCO, Great West and VALIC.



The Plan currently provides the following four different plan administrators

with a variety of investment options: Nationwide (originally PESCO), Great

West, VALIC, as well as, Mass Mutual (originally ITT-Hartford, who was the

original plan administrator prior to 1996).



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 20, 2014.



This RFP has been advertised, opened and evaluated. Proposals were received on

February 27, 2015 from the following vendors:



VALIC (Boca Raton, FL)

Nationwide (Columbus, OH)

MetLife (Charlotte, NC)

Voya Financial (Windsor, CT)

Empower Retirement (Greenwood Village, CO)

Mass Mutual Retirement Services (Enfield, CT)

ICMA-RC (Washington, DC)*



*ICMA-RC submitted a proposal based on being the exclusive plan provider for

CCG employees. All vendors were notified in writing that the City could not

terminate existing contractual relationships between existing plan providers

and City employees, and transfer their assets to a sole provider. Therefore,

ICMA-RC withdrew from the RFP process.





The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Held Agenda/Action

Pre-Evaluation Meeting 3/13/2015 Purchasing advised evaluation committee members of the

RFP rules and process. Project Manager provided overview and expectations of

the contracted vendor. Proposals were disbursed to each committee member to

review.

1st Evaluation Meeting 5/11/2015 Discussed each of the seven proposals received. The

Committee requested clarifications and additional information from each of the

vendors.

Clarifications Received 5/26/2015 Clarification responses received and forwarded to the

Evaluation Committee

Expert Advice Requested 8/11/2015 Richard Swift, CCG Pension Board Advisor was added to

the Evaluation Committee as an Advisor to assist the Committee. After review

of the proposals, Mr. Swift requested clarifications from all the vendors.

Clarifications Responses 8/25/2015 Clarification responses received and forwarded to the

Evaluation Committee and the next meet was scheduled.



2nd Evaluation Meeting

8/28/2015 Meeting to discuss the responses received from each of the vendors and

to get additional understanding of the cost proposals. Mr. Swift provided a

spreadsheet with the cost from each vendor. ICMA did not respond and withdrew

their proposal. After discussion, voting members agreed they were ready to

complete the evaluation forms.

Evaluation forms completed 9/22/2015 Evaluation forms were completed and returned to

Purchasing for compilation results.

Evaluation Results 9/28/2015 Results were sent to Evaluation Committee members.

Recommendation received 10/2/2015 Evaluation committee voted to award to highest ranked

vendor.



Evaluation Committee:

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

one representative from Risk Management, one representative from Civic Center

and one representative from CCG Pension Board, who served as voting members.

The committee also consisted of representatives from Fire/EMS, Police

Department, City Attorney, Human Resources, Finance Department and CCG Pension

Board who served as non-voting advisory members of the committee.



Award Recommendation:

The evaluation committee deemed the proposal from VALIC most responsive to the

RFP specifications. Therefore the Evaluation Committee, as reflected by their

comments provided below, recommends award of the contract to VALIC for the

following reasons:



? VALIC offers a full range of services geared to the differing levels of

investing knowledge of CCG employees.

? VALIC has a strong local presence in the Columbus market and currently has

the largest group of CCG participants.

? VALIC has very strong credentials, also financial strength/stability of firm

and parent company (AIG).

? VALIC?s work history includes similar size accounts in Georgia, including

Athens Clarke County.

? VALIC has won over 99% of the 457 plan RFPs entered and has an A to A+ rating

from the agencies.

? VALIC has the lowest cost to the fund. The listed stable value rate of 2.15%

is in line with yield percentage and is weighed against the 1.00% floor listed

in its pricing, which is a very stable yield plan for City employees.

Vendor Experience/Qualifications:

? VALIC is directly owned by AGC Life Insurance Company, and is indirectly

wholly owned by American International Group (AIG).

? VALIC organization was founded in 1955.

? VALIC has developed a partnership with CCG employees for the past 19 years.

? VALIC has provided retirement services close to 60 years and holds over

$85.579 billion in assets under management.

? VALIC has five dedicated Account Managers/Managers to City of Columbus with

over 70 years experience

? VALIC?s ratings are as follows:

Rating Outlook

A. M. Best A Positive

Standard & Poor?s A+ Stable

Moody?s A2 Stable

Fitch A+ Stable



? VALIC?s Client Work History

o The Unified Government of Athens-Clarke County ? Athens, GA

o City of Plantation ? Plantation, FL

o Paulding County Board of Commissions ? Dallas, GA

o City of Dalton ? Dalton, GA



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 have been submitted to

the City Manager in a separate memo for informational purposes.



City employees, at their discretion, contribute 100% for deferred

compensation. There is no contribution from the City.



* * * * * * * * * *



(C) AUTOMOTIVE BODY REPAIR SERVICES (ANNUAL CONTRACT) ? RFB NO. 16-0011



It is requested that Council approve the annual contract for automotive body

repair services from Syskon Partners, LLC, DBA Collision Surgeons of Columbus

(Columbus, GA). The Fleet Manager estimates the annual usage/contract value in

the amount $120,000, based on past body repair history. The contractor will

provide automotive body repair services for all types of vehicles utilized by

Columbus Consolidated Government on an ?as needed basis?.



The contract term shall be for two (2) years, with the option to renew for

three (3) additional twelve-month periods. Renewal is contingent upon mutual

agreement of the City and the Contractor. The previous 3-year contract was

awarded to Syskon Partners, LLC, dba Collision Surgeons of Columbus.



Bid specifications were posted on the City?s website and the Georgia

Procurement Registry. Two bids were received on September 23, 2015. This bid

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



Description:

Vendors: Shop Labor

(Per Hour) Paint & Supplies

(Cost per hour) Parts

Syskon Partners, LLC,DBA

Collision Surgeons of Columbus (Columbus, GA)

$40.00

$28.00 Billed at list price w/5% discount

Helms Brothers Body Shop

(Columbus, GA)

$44.00

$28.00 Parts & supplies

at retail



Funds will be budgeted each fiscal year for this ongoing expense: Various

Department Auto Parts and Supplies 6721.



* * * * * * * * * *



(D) LABORATORY SERVICES (ANNUAL CONTRACT) ? RFB NO. 11-0004



It is requested that Council approve the extension of the annual contract with

Columbus Water Works (Columbus, GA), for the provision of laboratory services,

under the existing contract terms and conditions.



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

two (2) additional twelve (12) month periods. The renewal will be contingent

upon the mutual agreement of the City and the contractor.



Council approved the contract with Columbus Water Works (Columbus, GA) on

October 26, 2010 (Resolution No. 380-10), which will expire on October 31,

2015.



The Storm Water Management Division is requesting the extension of the contract

for the following reasons:



? The City's NPDES Stormwater Discharge Permit requires the analysis of

physical and chemical parameters of our stormwater runoff and surface water.

The Columbus Water Works Laboratory is the only certified laboratory in the

area that can perform these analyses within the timetables required by the

Permit.

? The Columbus Water Works Laboratory has provided timely and cost-effective

service to CCG throughout the former contract period and works closely with CCG

staff to insure compliance with State and Federal requirements.

The qualifications of the vendor are as follows:



? CWW has many years of experience in providing data for regulatory compliance

and operational decision-making.

? The laboratory was conceived to provide this type data for Columbus Water

Works. However, the laboratory has tried to meet the needs of the surrounding

communities, as well as, for our environmental research and operations.

? The laboratory has completed a massive watershed project that included creeks

from West Point Dam to Lake Walter F. George.

? The laboratory has also provided data to local communities for NPDES and SDWA

compliance for more than ten years.

? The laboratory has been fortunate to provide laboratory services to the

Columbus Consolidated Government for the past 14 years.

? The Columbus Water Works Laboratory has provided analyses for the following

parameters: Physical, Biological and Chemical.



Funds are budgeted each fiscal year for this ongoing service: Sewer Fund ?

Engineering ? Stormwater ? Contractual Services; 0202-250-2600-STRM-6319.



* * * * * * * * * *



(E) REPLACEMENT COMPUTER EQUIPMENT FOR ENGINEERING

It is requested that Council approve the purchase of replacement computer

equipment, for the Engineering Department, from CDW-G (Vernon Hills, IL), in

the amount of $90,543.00. The purchase will be made, by cooperative purchase,

via Georgia Statewide Contract #99999-SPD-T20120702-0005, awarded to Lenovo,

for whom CDW-G is an authorized dealer, National IPA Contract #130733, as well

as, only known source.

The replacement, higher powered computers are for Engineering staff required to

process GIS data. The replacement equipment is needed because the current

computers are antiquated and Engineering staff has constant problems with

operations and processing data. Consequently, the specialized software

programs are no longer compatible or supported by the current operating systems

on the current computers.

The purchase of P500 computers (6 @ $5,070.00 each) and P700 computers (6 @

$7,932.00 each) would be under the GA statewide contract. However, the City

requested special specifications and configurations so the machines could run

the required programs. The standard machines did not have enough processing

power required to run all of the required software. Information Technology has

established Lenovo as the City?s standard for computers. Therefore, this

portion of the purchase, in the total amount of $78,012.00, is considered an

only known source. However, the 5 year warranty and all other aspects of the

computers are under Georgia Statewide Contract, in the amount of $1,980.00.

The remaining equipment consisting of 24 monitors and 12 DVI adaptors are under

National IPA Contract, in the amount of $10,551.00.

Funds are budgeted in the FY16 Budget as follows:

Funds in the amount of $56,543.00 is budgeted in Paving Fund ? Engineering ?

Highways & Roads ? Computer Equipment; 0203 ? 250 ? 2200 ? ROAD ? 7751



Funds in the amount of $25,500.00 is budgeted in Sewer (Stormwater) Fund ?

Engineering ? Drainage ? Computer Equipment; 0202 ? 250 ? 23000 ? DRAN ? 7751



Funds in the amount of $8,500.00 is budgeted in Sewer (Stormwater) Fund ?

Engineering ? Storm Water ? Computer Equipment; 0202 ? 250 ? 2600 ? STRM ? 7751.



* * * * * * * * * *



(F) CHANGE ORDER 1 FOR ADDITIONAL BOOKS AND OTHER MEDIA FOR THE MUSCOGEE COUNTY

PUBLIC LIBRARY



It is requested that Council authorize Change Order 1 with Brodart Books &

Library Services (Williamsport, PA) for additional books and other media for

the Muscogee County Public Library in an amount not to exceed $3,593.48.



Per Resolution No. 325-14, Council authorized the extension of the contract

with Brodart Books & Library Services for materials and services for the

Library. The October 14, 2014 agenda item included a 1999 SPLOST Expenditure

Report, which noted that any remaining contingency would be used for books.





Document Description Amount

Contract Extension Books and other media 29,914.17

Change Order 1 Additional books and other media 3,593.48

New Contract Amount $33,507.65



Attached is a September 13, 2015 cost forecast vs. budget for the 1999 SPLOST

expenditures:







Funds are budgeted in FY16 Budget: 1999 SPLOST Library/Other Project ? Capital

Expenditures under $5000 ? MCSD Library; 0540-695-2120-TXLB-7763-50500-20080.



* * * * * * * * * *



(G) AUTHORIZATION FOR EMPLOYEE BENEFITS BROKER AGREEMENTS



It is requested that Council authorize broker agreements with Blue Cross Blue

Shield, United Healthcare, Express Scripts, CIGNA, AFLAC, and other carriers of

employee benefits for medical, pharmacy, life and supplemental life insurance,

negotiated by ShawHankins.



The Columbus Consolidated Government offers Medical, Pharmacy, Medicare

Advantage Plan, Voluntary Life and AD&D, and supplemental insurance coverage to

its employees.



Per Resolution #200-15, City Council approved the annual contract with

ShawHankins to provide Employee Benefits Consultant Services. As, the new

benefits consultant, ShawHankins, is the authorized Broker of Record for the

Columbus Consolidated Government and may enter into contracts with benefits

providers on behalf of the Columbus Consolidated Government.



* * * * * * * * * *



(H) DIRECT PAYMENTS TO EMPLOYEE BENEFIT CARRIERS



It is requested that Council approve direct payments to Blue Cross Blue Shield

(Medical),

United Healthcare (Medicare Advantage Plan), Express Scripts (Pharmacy), Cigna

(Life Insurance),

Aflac (Supplemental Insurance) and any other carriers negotiated by ShawHankins.



Per Resolution #200-15, City Council approved a the annual contract with

ShawHankins to provide Employee Benefits Consultant Services. However, it is

more efficient and secure for the City to submit premium payments and

prescription cost reimbursements directly to the carriers. Therefore, this

resolution will serve as authorization to make payments directly to the various

benefit carriers, rather than to the contracted benefits consultant,

ShawHankins.



Funds are budgeted each fiscal year for this ongoing expense: Object Code,

Group Life Insurance, 6225 to be charged to various funds and departments;

Employees Pension & Benefit Fund, Human Resources, Health Insurance Claims,

Benefit Payments; 0850-220-3310-9401.





?ITEM A?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH MULLIN &

LONERGAN ASSOCIATES, INC., TO PROVIDE CONSULTING SERVICES FOR A 5-YEAR

CONSOLIDATED PLAN AND A 1ST YEAR ANNUAL ACTION PLAN.



WHEREAS, an RFP was administered (RFP No. 16-0002) and six proposal

were received; and,



WHEREAS, the proposal submitted by Mullin & Lonergan Associates, Inc.

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



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

FOLLOWS:



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

Mullin & Lonergan Associates, Inc., to provide consulting services for a 5-year

consolidated plan and a 1st year annual action plan. Funds are being carried

over utilizing prior year HOME Admin Funds: HOME Fund ? Community Reinvestment

? HOME? Professional Services; 0213-245-2500-HOME-6311.



________________



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

held the _____ day of__________, 2015 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 Turner Pugh voting __________.

Councilor Thomas voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

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



?ITEM B?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH VALIC (BOCA RATON,

FL) TO PROVIDE 457 DEFERRED COMPENSATION PLAN FOR CCG EMPLOYEES.



WHEREAS, an RFP was administered (RFP No. 15-0004) and seven proposals were

received; and,



WHEREAS, the proposal submitted by VALIC, met all proposal requirements and is

deemed most responsive to the RFP; and,



WHEREAS, the term of this contract shall be for two 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 negotiate a contract with

VALIC to provide 457 Deferred Compensation Plan for CCG employees. City

employees, at their discretion, contribute 100% for deferred compensation.

There is no contribution from the City.



______________



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

_____ day of___________, 2015 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 Turner Pugh voting __________.

Councilor Thomas voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

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



?ITEM C?



A RESOLUTION

NO.____





A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT SERVICES FOR AUTOMOTIVE BODY

REPAIR SERVICES, ON AN ?AS NEEDED BASIS?, FROM SYSKON PARTNERS, LLC D/B/A

COLLISION SURGEONS OF COLUMBUS (COLUMBUS, GA). THE ANNUAL USAGE/CONTRACT VALUE

IS ESTIMATED AT $120,000.



WHEREAS, the contractor will provide automotive body repair services for all

types of vehicles utilized by Columbus Consolidated Government; and,



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

automotive body repair services, on an ?as needed basis?, from Syskon Partners,

LLC d/b/a Collision Surgeons of Columbus for the estimated contract value of

$120,000. Funds will be budgeted each fiscal year for this ongoing expense:

Various Department Auto Parts and Supplies 6721.



______________



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

the _________ day of ____________, 2015 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 Turner Pugh voting __________.

Councilor Thomas voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

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





?ITEM D?

A RESOLUTION

NO.____



A RESOLUTION AUTHORIZING THE EXTENSION OF THE ANNUAL CONTRACT WITH

COLUMBUS WATER WORKS (COLUMBUS, GA), FOR THE PROVISION OF LABORATORY SERVICES,

UNDER THE EXISTING CONTRACT TERMS AND CONDITIONS.



WHEREAS, Council approved the contract with Columbus Water Works on

October 26, 2010 (Resolution No. 380-10), which will expire on October 31,

2015; and,



WHEREAS, Storm Water Management Division is requesting the extension of the

contract for the following reasons: 1) The City's NPDES Stormwater Discharge

Permit requires the analysis of physical and chemical parameters of our

stormwater runoff and surface water. The Columbus Water Works Laboratory is

the only certified laboratory in the area that can perform these analyses

within the timetables required by the Permit; 2) The Columbus Water Works

Laboratory has provided timely and cost-effective service to CCG throughout the

former contract period and works closely with CCG staff to insure compliance

with State and Federal requirements; and,



WHEREAS, the term of the contract will be for three (3) years, with option to

renew for two (2) additional twelve (12) month periods. The 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 extend the annual

contract with Columbus Water Works (Columbus, GA), for the provision of

laboratory services, under the existing contract terms and conditions. Funds

are budgeted each fiscal year for this ongoing service: Sewer Fund ?

Engineering ? Stormwater ? Contractual Services; 0202-250-2600-STRM-6319.



______________



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

held the _________ day of ____________, 2015 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 Turner Pugh voting __________.

Councilor Thomas voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

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





?ITEM E?

A RESOLUTION

NO. _____



A RESOLUTION AUTHORIZING THE PURCHASE OF REPLACEMENT COMPUTER

EQUIPMENT, FOR THE ENGINEERING DEPARTMENT, FROM CDW-G (VERNON HILLS, IL), IN

THE AMOUNT OF $90,543.00. THE PURCHASE WILL BE MADE, BY COOPERATIVE PURCHASE,

VIA GEORGIA STATEWIDE CONTRACT #99999-SPD-T20120702-0005, AWARDED TO LENOVO,

FOR WHOM CDW-G IS AN AUTHORIZED DEALER, NATIONAL IPA CONTRACT #130733, AS WELL

AS, ONLY KNOWN SOURCE.

WHEREAS, the replacement higher powered computers are for Engineering staff

required to process GIS data. The replacement equipment is needed because the

current computers are antiquated and Engineering staff has constant problems

with operations and processing data. Consequently, the specialized software

programs are no longer compatible or supported by the current operating systems

on the current computers.

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

FOLLOWS:



That the City Manager is hereby authorized to purchase replacement

computer equipment, for the Engineering Department, from CDW-G (Vernon Hills,

IL), in the amount of $90,543.00. The purchase will be made, by cooperative

purchase, via Georgia Statewide Contract #99999-SPD-T20120702-0005, awarded to

Lenovo, for whom CDW-G is an authorized dealer, National IPA Contract #130733,

as well as, only known source. Funds are budgeted in the FY16 Budget as

follows: Funds in the amount of $56,543.00 is budgeted in Paving Fund ?

Engineering ? Highways & Roads ? Computer Equipment; 0203 ? 250 ? 2200 ? ROAD ?

7751. Funds in the amount of $25,500.00 is budgeted in Sewer (Stormwater) Fund

? Engineering ? Drainage ? Computer Equipment; 0202 ? 250 ? 23000 ? DRAN ?

7751. Funds in the amount of $8,500.00 is budgeted in Sewer (Stormwater) Fund

? Engineering ? Storm Water ? Computer Equipment; 0202 ? 250 ? 2600 ? STRM ?

7751.

___________________________



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

held the _____ day of__________, 2015 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 Turner Pugh voting __________.

Councilor Thomas 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 CHANGE ORDER 1 WITH BRODART

BOOKS & LIBRARY SERVICES (WILLIAMSPORT, PA) FOR ADDITIONAL BOOKS AND OTHER

MEDIA FOR THE MUSCOGEE COUNTY PUBLIC LIBRARY IN THE AMOUNT OF $3,593.48.



WHEREAS, per Resolution No. 325-14, Council authorized the extension of

the contract with Brodart Books & Library Services for materials and services

for the Library. The October 14, 2014 agenda item included a 1999 SPLOST

Expenditure Report, which noted that any remaining contingency would be used

for books.



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

FOLLOWS:



That the City Manager is hereby authorized to execute Change Order 1

with Brodart Books & Library Services (Williamsport, PA) for additional books

and other media for the Muscogee County Public Library in an amount not to

exceed $3,593.48. Funds are budgeted in FY16 Budget: 1999 SPLOST Library/Other

Project ? Capital Expenditures under $5000 ? MCSD Library;

0540-695-2120-TXLB-7763-50500-20080.



__________



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

held the _____ day of___________, 2015 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 Turner Pugh voting __________.

Councilor Thomas voting __________.

Councilor Woodson voting __________.







_______________________________ _________________________

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





?ITEM G?





A RESOLUTION

NO. ____



A RESOLUTION AUTHORIZING BROKER AGREEMENTS WITH BLUE CROSS BLUE SHIELD, UNITED

HEALTHCARE, EXPRESS SCRIPTS, CIGNA, AFLAC AND OTHER CARRIERS OF EMPLOYEE

BENEFITS FOR MEDICAL, PHARMACY, LIFE AND SUPPLEMENTAL LIFE INSURANCE NEGOTIATED

BY SHAWHANKINS.



WHEREAS, the Columbus Consolidated Government offers Medical, Pharmacy,

Medicare Advantage Plan, Voluntary Life and AD&D, and supplemental insurance

coverage to its employees; and



WHEREAS, the new benefits consultant, ShawHankins, is the authorized

Broker of Record for the Columbus Consolidated Government and may enter into

contracts with benefits providers on behalf of the Columbus Consolidated

Government; and



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



That the City Manager is hereby authorized to sign brokerage agreements

with Blue Cross Blue Sheild, United Healthcare, CIGNA, Express Scripts, AFLAC

and other carriers of employee benefits for medical, pharmacy, life and

supplemental life insurance negotiated by ShawHankins.



________________



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

_______ day of__________, 2015 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 Turner Pugh voting __________.

Councilor Thomas voting __________.

Councilor Woodson voting __________.







_______________________________ _________________________

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





?ITEM H"

A RESOLUTION

NO._____



A RESOLUTION AUTHORIZING DIRECT PAYMENTS DIRECT PAYMENTS TO BLUE CROSS BLUE

SHIELD (MEDICAL), UNITED HEALTHCARE (MEDICARE ADVANTAGE PLAN), EXPRESS SCRIPTS

(PHARMACY), CIGNA (LIFE INSURANCE), AFLAC (SUPPLEMENTAL INSURANCE), AND ANY

OTHER CARRIERS NEGOTIATED BY SHAWHANKINS.



WHEREAS, per Resolution #200-15, City Council approved a the annual contract

with ShawHankins to provide Employee Benefits Consultant Services; and,



WHEREAS, however, it is more efficient and secure for the City to submit

premium payments and prescription cost reimbursements directly to the

carriers. Therefore, this resolution will serve as authorization to make

payments directly to the various benefit carriers, rather than to the

contracted benefits consultant, ShawHankins.



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



That the City Manager is hereby authorized to make direct payments to Blue

Cross Blue Shield (Medical), United Healthcare (Medicare Advantage Plan),

Express Scripts (Pharmacy), Cigna (Life Insurance), Aflac (Supplemental

Insurance), and any other carriers negotiated by ShawHankins. Funds are

budgeted each fiscal year for this ongoing expense: Object Code, Group Life

Insurance, 6225 to be charged to various funds and departments; Employees

Pension & Benefit Fund, Human Resources, Health Insurance Claims, Benefit

Payments; 0850-220-3310-9401.



_____________



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

held the _____ day of_________, 2015 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 Turner Pugh voting __________.

Councilor Thomas voting __________.

Councilor Woodson voting __________.







_______________________________ _________________________

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

Attachments


Back to List