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 # 6





Columbus Consolidated Government

Council Meeting



September 24, 2013



Agenda Report # 35





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) CHANGE ORDER 2 FOR PEDESTRIAN BRIDGE PAINTING PROJECT ? RFB NO. 12-0032



It is requested that Council authorize the execution of Change Order 2 with

Cline Service Corporation (Columbus, GA) in the amount of $215,000.00 for the

Pedestrian Bridge Painting Project.



Per Resolution No. 48-12, Council authorized the Cline Service Corporation to

repair, paint and install new fencing on the Buena Vista Road Pedestrian Bridge

and the South Lumpkin Road Pedestrian Bridge. The contract amount for this work

was $207,500.00: the cost included $90,500 for the South Lumpkin Road

Pedestrian Bridge, $97,000.00 for the Buena Vista Road Pedestrian Bridge and a

$20,000.00 allowance for concrete repairs to stem walls and welding of

structural members.



All of the contract amount except for an allowance of $20,000.00 for structural

repair work was dedicated to cleaning and re-painting the structure and

replacing all protective chain link fencing. The work began at the Buena Vista

Road Bridge and as soon as the bridge span was relocated to the ground for

repairs and the fencing was removed, the architect, engineers and contractor

began to examine the structural bridge members.



It was determined early during the renovation that the $20,000.00 allowance

would not be sufficient to ensure all bridge members were sufficiently

connected. It wasn't until the contractor began work cleaning, scraping and

testing the existing welds at the structural member joints that it was

determined by the architect, engineers and contractor that the given allowance

was not adequate for covering all the expected repairs.



Hundreds of existing member joints had to be re-welded because they had

partially rusted and weakened to the point that many areas were very thin. It

was determined by the renovation team that all joints were to be examined and

repaired with new welded joints, if necessary. Furthermore it was determined

that additional structural members needed to be added to areas of the bridge

towers and span. All this additional work for the Buena Vista Road Bridge was

performed at a cost of $118,641.25.



The entire work required to clean, paint and replace fencing, and to bring the

Buena Vista Road Bridge to an acceptable stage and deemed safe, required a

total expenditure of $215,641.25. Although this amount exceeded the original

expected repair cost of $97,000.00, it was still far less than the cost of

replacing the bridge at an estimate of $700,000.00 to $1 million. The

Engineering Department believes that since the South Lumpkin Bridge is of the

same nature as the Buena Vista Bridge, the renovation cost should be

approximately the same price. The Engineering Department believes that this

type of work is best addressed by the 'time and material' cost method since one

does not know the exact repair requirements until the contractor exposes all

jointing areas.



The Engineering Department is respectfully requesting that City Council

authorize Cline Service Corporation to undertake renovation work on the South

Lumpkin Road Bridge in a manner similar to the work performed on the Buena

Vista Road Bridge.



Document Description Amount

Original Contract Pedestrian Bridges at Buena Vista Road and South Lumpkin Road (The

entire contract amount was expended on the Buena Vista Road Pedestrian Bridge.)

207,500.00

Change Order 1 Additional welding to close holes or strengthen connections for

structural member connections, and welding steel members to the structure for

additional strength. 8,141.25

Change Order 2 Renovate the South Lumpkin Road Bridge in a manner similar to the

work performed on the Buena Vista Road Bridge. 215,000.00

New Contract Amount $430,641.25





Funds are budgeted in the FY14 Budget: 1999 SPLOST Road/Bridge/Street ? Road

Construction ? Pedestrian Bridges; 0540-695-2126-TXRB-7641-53035-20120.



**********



(B) WORKERS? COMPENSATION CLAIM MANAGEMENT SERVICES (ANNUAL CONTRACT ?

RFP NO. 13-0035)



It is requested that Council authorize the negotiation and execution of a

contract with USIS/AmeriSys (Dunwoody, GA) to provide workers? compensation

claim management services for the City?s workforce of approximately 2,750

employees in various occupations, ranging from Public Safety to Field Force to

Administrative positions.



The Contractor must provide complete system integration and coordination to

provide all core workers? compensation program services, including medical

management and claims administration, as follows:



1. Administrative services

2. Claims services

3. First Notice of Injury services

4. Loss statistic services

5. Managed Care Organization (MCO) services to include:

a. Network access and development services

b. Triage

c. Telephonic case management and (when appropriate , site case management)

d. Pharmaceutical benefit management services

e. Communicable disease management program services

f. Utilization review

i. Medical bill review and audit services

ii. Pre-certification

iii. Concurrent and retrospective review

g. Peer-to-peer review



6. Workers? Compensation excess placement assistance

7. Loss Control services



Other services include: collaborating with the City?s manager of workers?

compensation services to reach settlement of claims in appropriate

circumstances, to assist in selection of defense counsel, providing loss

control, assistance in excess coverage access, and assistance with required

State reporting.



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.



Request for proposal invitations were mailed to twenty-eight vendors and

specifications were posted on the City?s website, Georgia Procurement Registry

and DemandStar. The RFP has been advertised, opened and evaluated. Proposals

were received on July 19, 2013 from the following nine offerors:



USIS/AmeriSys (Dunwoody, GA)

Collins & Company, Inc. (Chattanooga, TN)

PMA Management Corp. (Atlanta, GA)

TriStar Insurance Group (Atlanta, GA)

Marsh USA-ACCG (Atlanta, GA)

Alternative Service Concepts (Nashville, TN)

Companion 3rd Party Administrators (Columbia, SC)

Underwriter Safety & Claims (Savannah, GA)*

AMTrust North America (Duluth, GA)*



*The Evaluation Committee reviewed the proposals from Underwriter Safety &

Claims and AmTrust North America, and based on the information contained,

unanimously deemed their proposals non-responsive. Both vendors were notified

in writing.



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

representatives from Fire/EMS, Public Works and Finance Departments.

Representatives from the Civic Center, Engineering, Police Department, and the

Risk Manager served in an advisory capacity.



The RFP process is governed by the City?s Procurement Ordinance, Articles

3-110, Competitive Sealed Proposals for the procurement of Equipment, Supplies

and Professional Services. During the process of an RFP there is no formal

opening, due to the possibility of negotiated components of the proposal. In

the event Council does not approve the recommended offeror, no proposal

responses or any negotiated components are made public until after the award of

the contract. If Council does not approve the recommended offeror,

negotiations will begin with the next responsive offeror or the RFP

specifications may be re-advertised.



Evaluation results and pricing information have been submitted to the City

Manager in a separate memo for information purposes.



The City expends approximately $1,200,999 for workers? compensation per year.

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

Management Int Serv ? Human Resources ? Workers Compensation ? Contractual

Services, 0860-220-3820-WCOM-6319.



**********



(C) E911 COMPUTER AIDED DISPATCH (CAD) SYSTEM AND AIRMOBILE ANNUAL

SOFTWARE LICENSE MAINTENANCE AND SUPPORT





It is requested that Council authorize payment to Motorola Solutions (Atlanta,

GA) in the amount of $353,673.00 for Computer Aided Dispatch (CAD) System and

AirMobile software license maintenance and support, covering the period from

July 1, 2013 through June 30, 2014.



The Police Department (through the 911 Center), Marshal?s Office and Sheriff?s

Office uses the Motorola Computer Aided Dispatch System and the Airmobile

System to dispatch the various Public Safety Units throughout the City, as they

are needed. This equipment is a critical part of Public Safety communications

system. It has, since the initial warranty expired, been covered by a

comprehensive 24/7/365 maintenance agreement with Motorola in order to assure

rapid and accurate repairs and minimal down time.



All of the software was developed by Motorola and is proprietary in nature.

Therefore, the vendor is considered an Only Known Source, per Section 3-114 of

the Procurement Ordinance.



Funds are budgeted in the FY14 Budget: Emergency Telephone Fund ? Police ?E911

? Service Contracts, 0209-400-3220-E911-6513.





?ITEM A?

A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING CHANGE ORDER 2 WITH CLINE SERVICE CORPORATION

(COLUMBUS, GA) IN THE AMOUNT OF $215,000.00 FOR THE PEDESTRIAN BRIDGE PAINTING

PROJECT.



WHEREAS, per Resolution No. 48-12, Council authorized the Cline Service

Corporation to repair, paint and install new fencing on the Buena Vista Road

Pedestrian Bridge and the South Lumpkin Road Pedestrian Bridge. The contract

amount for this work was $207,500.00: the cost included $90,500 for the South

Lumpkin Road Pedestrian Bridge, $97,000.00 for the Buena Vista Road Pedestrian

Bridge and a $20,000.00 allowance for concrete repairs to stem walls and

welding of structural members; and,



WHEREAS, the work began at the Buena Vista Road Bridge and as soon as the

bridge span was relocated to the ground for repairs and the fencing was

removed, the architect, engineers and contractor began to examine the

structural bridge members; and,



WHEREAS, hundreds of existing member joints had to be re-welded because they

had partially rusted and weakened to the point that many areas were very thin.

It was determined by the renovation team that all joints were to be examined

and repaired with new welded joints, if necessary. Furthermore it was

determined that additional structural members needed to be added to areas of

the bridge towers and span. All this additional work for the Buena Vista Road

Bridge was performed at a cost of $118,641.25. The entire work required to

clean, paint and replace fencing, and to bring the Buena Vista Road Bridge to

an acceptable stage and deemed safe, required a total expenditure of

$215,641.25; and,



WHEREAS, the Engineering Department is respectfully requesting that City

Council authorize Cline Service Corporation to undertake renovation work on the

South Lumpkin Road Bridge in a manner similar to the work performed on the

Buena Vista Road Bridge.





Document Description Amount

Original Contract Pedestrian Bridges at Buena Vista Road and South Lumpkin Road (The

entire contract amount was expended on the Buena Vista Road Pedestrian Bridge.)

207,500.00

Change Order 1 Additional welding to close holes or strengthen connections for

structural member connections, and welding steel members to the structure for

additional strength. 8,141.25

Change Order 2 Renovate the South Lumpkin Road Bridge in a manner similar to the

work performed on the Buena Vista Road Bridge. 215,000.00

New Contract Amount $430,641.25



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

FOLLOWS:



That the City Manager is hereby authorized to execute Change Order 2

with Cline Service Corporation (Columbus, GA) in the amount of $215,000.00 for

the Pedestrian Bridge Painting. Funds are budgeted in the FY14 Budget: 1999

SPLOST Road/Bridge/Street ? Road Construction ? Pedestrian Bridges;

0540-695-2126-TXRB-7641-53035-20120.



_____________________





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

held the _________ day of ____________, 2013 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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 NEGOTIATION AND EXECUTION OF AN ANNUAL

CONTRACT WITH USIS/AMERISYS (DUNWOODY, GA) TO PROVIDE WORKERS? COMPENSATION

CLAIM MANAGEMENT SERVICES.



WHEREAS, an RFP was administered (RFP 13-0035) and proposals were received from

nine offerors; and,



WHEREAS, the proposal submitted by USIS/AmeriSys met all proposal

requirements and was evaluated most responsive to the RFP.



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



That the City Manager is hereby authorized to negotiate and execute an

annual contract with USIS/AmeriSys (Dunwoody, GA) to provide workers?

compensation claim management services. Funds will be budgeted each fiscal

year for this on going expense: Risk Management Int Serv ? Human Resources ?

Workers Compensation ? Contractual Services, 0860-220-3820-WCOM-6319.



_________________________



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

held the _________ day of ______________, 2013 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel 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 MOTOROLA SOLUTIONS (ATLANTA, GA), IN

THE AMOUNT OF $353,673.00, FOR COMPUTER AIDED DISPATCH (CAD) SYSTEM AND

AIRMOBILE SOFTWARE LICENSE MAINTENANCE AND SUPPORT, COVERING THE PERIOD FROM

JULY 1, 2013 THROUGH JUNE 30, 2014.



WHEREAS, the Police Department (through the 911 Center), Marshal?s Office

and Sheriff?s Office uses the Motorola Computer Aided Dispatch System and the

Airmobile System to dispatch the various Public Safety Units throughout the

City, as they are needed; and,



WHEREAS, this equipment is a critical part of Public Safety

communications system. It has, since the initial warranty expired, been

covered by a comprehensive 24/7/365 maintenance agreement with Motorola in

order to assure rapid and accurate repairs and minimal down time; and,



WHEREAS, all of the software and equipment was developed by Motorola

and is proprietary in nature. Therefore, the vendor is considered an Only

Known Source, per Section 3-114 of the Procurement Ordinance.



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

FOLLOWS:



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

Solutions (Atlanta, GA), in the amount of $353,673.00, for Computer Aided

Dispatch (CAD) System and AirMobile software license maintenance and support,

covering the period from July 1, 2013 through June 30, 2014. Funds are

budgeted in the FY14 Budget: Emergency Telephone Fund ? Police ?E911 ? Service

Contracts, 0209 - 400 - 3220 - E911 - 6513.



_____________________





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

the _________ day of ____________________, 2013 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 Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

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





Attachments


No attachments for this document.

Back to List