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 # 7



Columbus Consolidated Government

Council Meeting



May 22, 2018



Agenda Report # 124



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department









(A) ELBECO BODYSHIELD EXTERNAL VEST CARRIERS FOR SHERIFF?S OFFICE ? RFB

NO. 18-0048

It is requested that Council approve the purchase of two hundred forty-three

(243) Elbeco Bodyshield External Vest Carriers (V3110B) in the amount of

$16,681.95 (243 @ $68.65) from Galls, LLC (Lexington, KY) for use by the

Muscogee County Sheriff?s Office.



The Sheriff?s Office has an estimated two hundred forty-three sworn officers

and has standardized to this brand. The vest carriers will better accommodate

a wider range of body dimensions.



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

the Georgia Procurement Registry. Four (4) bid responses were received on

April 18, 2018. This RFB has been advertised, opened and reviewed. The

bidders were:



Galls, LLC

(Lexington, KY) NAFECO

(Decatur, AL) 2-Swords Tactical

(Decatur, GA) T&T Uniforms

(Smyrna, GA)



Short $68.65 $80.00 $78.97 $71.45

Regular $68.65 $80.00 $78.97 $71.45

Long $68.65 $80.00 $78.97 $71.45

X-Long $68.65 $80.00 $78.97 $71.45/$85.74

2XL $68.65 $80.00 $78.97 $85.74

Front Panel Width 3XL $68.65 $80.00 $78.97 $85.74

Short $68.65 $80.00 $78.97 $71.45

Regular $68.65 $80.00 $78.97 $71.45

Long $68.65 $80.00 $78.97 $71.45

X-Long $68.65 $80.00 $78.97 $71.45/$85.74

2X $68.65 $80.00 $78.97 $85.74

Front Panel Height 3X $68.65 $80.00 $78.97 $85.74

Short $68.65 $80.00 $78.97 $71.45

Regular $68.65 $80.00 $78.97 $71.45

Long $68.65 $80.00 $78.97 $71.45

X-Long $68.65 $80.00 $78.97 $71.45/$85.74

2XL $68.65 $80.00 $78.97 $85.74

Back Panel Width 3XL $68.65 $80.00 $78.97 $85.74

Short $68.65 $80.00 $78.97 $71.45

Regular $68.65 $80.00 $78.97 $71.45

Long $68.65 $80.00 $78.97 $71.45

X-Long $68.65 $80.00 $78.97 $71.45/$85.74

2XL $68.65 $80.00 $78.97 $85.74

Back Panel Height 3XL $68.65 $80.00 $78.97 $85.74



Funds are budgeted in the FY18 Budget as follows: General Fund ? Sheriff ?

Detention ?Uniforms; 0101-550-2600-6781.

* * * * * *



(B) FIRE SPRINKLER SERVICE & INSPECTIONS (ANNUAL CONTRACT) ? RFB NO.

18-0025



It is requested that Council approve the annual contract with Delta Fire

Protection Company, LLC (Tucker, GA). The contractor will provide fire

sprinkler service and inspections at various City locations. The Facilities

Maintenance Department budgets approximately $13,500.00, per fiscal year, for

these services.



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

renew for three (3) additional twelve-month periods. Contract renewal will be

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



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

the Georgia Procurement Registry. Three (3) bids were received on April 25,

2018. This bid has been advertised, opened and reviewed. The bidders were:



Delta Fire

(Tucker, GA) Pro-Tech

(Columbus, GA) Johnson Controls/

Simplex Grinnell

(Atlanta, GA)

Revised 4/18/18 Bid Form

REGULAR WORK HOURS

A. Visual Inspection ? Yearly (per hour/per inspector) $ 60.00 $ 78.00 $ 126.00

B. Sprinkler Testing ? Quarterly (per hour/inspector) $ 60.00 $ 78.00 $ 126.00

C. Helper Rate (per hour/per helper) $ 22.00 $ 52.00 $ 126.00

D. Fire Pump Testing $ 700.00 $ 700.00 $ 550.00

OUTSIDE REGULAR HOURS

E. Visual Inspection $ 70.00 $ 109.00 $ 189.00

F. Sprinkler Testing $ 70.00 $ 109.00 $ 189.00

Materials (Cost + _____%) 8 % 7.2 % 15 %



Funds are budgeted each fiscal year for this on-going expense: General Fund -

Public Works - Other Maintenance/Repairs ? Building Maintenance-Gen. Gov?t;

0101-260-3710-REPA-6529.



* * * * * * * *

C) AIR CONDITIONER UNITS ? PQ NO. 18-0004



It is requested that Council authorize the purchase of one (1) air conditioner

unit (Trane Precedent PKGP-PRC003-EN) for the Gallops Senior Center at a unit

price of $11,927.00, plus $2,575.00 for labor/installation, for a total cost of

$14,502.00 from Energy Savers of GA (Columbus, GA).



Two (2) air conditioner units broke and needed replacing, one (1) at the old

MCP Parks and Recreation section and one (1) at the Gallops Senior Center.



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

the Georgia Procurement Registry on March 26, 2018. Two (2) bids were received

on April 25, 2018. This bid has been advertised, opened and reviewed. The

bidders were:





Vendors Energy Savers of GA1(Columbus, GA) Q.T. Contracting, Inc.

dba Powers Heating and Air

(Peachtree City, GA)

OLD MCP PARKS & RECREATION SECTION

Manufacturer/Brand Trane Precedent

PKGP-PRC003-EN Trane 3-Ton R-410 Packaged

Heat Pump Packaged Gas/

Electric Rooftop Unit

Unit Price $5,918.00 $9,395.00

GALLOPS SENIOR CENTER

Manufacturer/Brand Trane Precedent

PKGP-PRC003-EN Trane 3-Ton R-410 Packaged

Heat Pump Packaged Gas/

Electric Rooftop Unit

Unit Price $11,927.00 $19,711.00

Labor/Installation

Both Locations $4,376.002 Included

GRAND TOTAL $22,221.00 $29,106.00







1Due to budget constraints, it was determined that the unit for the old MCP

Parks and Recreation section would not be purchased; no staff is housed there

at this time. The low bidder, Energy Savers of GA, was contacted and asked to

delineate the labor/installation costs per location so as to determine the cost

for the unit to be purchased/installed at the Gallops Senior Center. Vendor

also agreed to the elimination of the unit at the old MCP Parks & Recreation

section from the bid.







Gallops Senior Center

Air Conditioner Unit $11,927.00

Labor/Installation:

Gallops Senior Center $2,575.002

REVISED GRAND TOTAL

Gallops Senior Center $14,502.00



Funds are budgeted in the FY18 Budget as follows: General Fund ? Public Works

? Other Maintenance/Repairs ? Bldg. Maint. - Gen. Gov?t.;

0101-260-3710-REPA-6529.



* * * * * *



(D) AUDITING SERVICES (ANNUAL CONTRACT) ? RFP NO. 13-0021



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

Mauldin & Jenkins, LLC (Macon, GA) for auditing services for one (1) year with

the option to renew for four (4) additional one-year terms.



Per Resolution No. 125-13, dated April 9, 2013, Council authorized the auditing

services annual contract with Albright, Fortenberry & Ninas, LLP (Columbus,

GA). The contract term was for five (5) years, beginning with the fiscal year

ending June 30, 2013 and ending with the fiscal year ending June 30, 2017, with

the option to renew for five (5) additional one-year terms. On January 30,

2018, the City and Albright, Fortenberry & Ninas, LLP executed the first

one-year renewal for the fiscal year ending June 30, 2018.



On April 25, 2018, Mr. John Fortenberry, of Albright, Fortenberry and Ninas,

met with City Officials to inform that his firm would not be able to conduct

the City?s FY18 audit. Mr. Fortenberry advised that the decision to rescind

their services was due to the recent occurrence of events beyond their

control. The Finance Director then informed the City Manager of the situation,

and requested approval of an Emergency Purchase to secure a new vendor to

provide auditing services, as there is not sufficient time to conduct an RFP

before the end of the fiscal year. The emergency purchase was listed and

discussed on the May 8, 2018 Council Agenda.



Mauldin and Jenkins, LLC was the next highest ranked vendor for RFP No.

13-0021. On April 26, 2018, the Purchasing Division submitted a letter to

Mauldin and Jenkins to request the firm to provide auditing services for the

duration of the remaining contract term. On May 4, 2018, representatives from

the Finance Department, Clerk of Superior Court and Tax Assessor?s office met

with a representative from Mauldin & Jenkins to discuss the details of the

required services.



On May 6, 2018, Mauldin & Jenkins, submitted a cost proposal to provide

auditing services for fiscal years ending June 30, 2018 thru June 30, 2022.

The cost proposal has been submitted to the City Manager in a separate memo for

informational purposes.



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

Finance ? Finance Director ? Auditing Services; 0101-200-1000-FNCE-6337.



* * * * * *



(E) FORT BENNING/BRENNAN ROAD ROUNDABOUT AND STREETSCAPES ? RFB NO.

18-0043

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

with Alexander Contracting Company, Inc. (Fortson, GA) in the amount of

$9,419,842.91 for the Fort Benning Road Roundabout project.



The project includes construction of the proposed roundabout at Ft. Benning

Road, Brennan Road, and Cusseta Road. The roundabout work includes storm water

infrastructure improvements, asphalt paving, sidewalks, and landscaping. The

project also includes construction of the proposed streetscapes along Ft.

Benning Road from Wade Street to Shelby Street. The streetscapes work includes

a new multi-use trail, storm water infrastructure, asphalt paving, and

landscaping.



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

the Georgia Procurement Registry on March 1, 2018. Three bids were received on

April 25, 2018. This bid has been advertised, opened and reviewed. The

bidders were:



CONTRACTORS ?OPTION 1 ?OPTION 2 DBE

PARTICIPATION

Alexander Contracting Company, Inc.

(Fortson, GA) $ 5,169,452.21 $ 9,419,842.91 10%

Southeastern Site Development, Inc.

(Newnan, GA) 5,192,810.34 9,560,255.93 10%

C. W. Matthews Contracting

(Marietta, GA) 6,171,532.77 10,752,465.93 10%



?Option 1 is to construct the proposed roundabout at Ft. Benning Road, Brennan

Road, and Cusseta Road. The work includes storm water infrastructure

improvements, asphalt paving, sidewalks, and landscaping.



?Option 2 includes the roundabout, but also includes construction of the

proposed streetscapes along Ft. Benning Road from Wade Street to Shelby Street.

The streetscapes work includes new multi-use trail, storm water infrastructure,

asphalt paving, and landscaping.





Funds are available in the FY18 Budget as: 1999 Sales Tax Project Fund ? 1999

SPLOST ? 99 SPLOST Enterprise Zone ? General Construction ? Ft. Benning/Brennan

Ezone; 0540-695-2131-TXEZ-7661-50606-20100, 2010B Tax Lease Revenue Bonds ?2010

CBA Bonds ? Road/Street Resurf/Constr, B ? General Construction;

0559-800-2160-BARS-7661-82057-20100, and Special Projects-Capital Projects Fund

? Capital Projects ? Paving Fund Supported Capital Projects ? General

Construction; FY18 LMIG Ft Benning Rd/Brennan Rd Roundabout, Ft. Benning Rd

Streetscapes, Ft Benning Rd/Brennan Rd Roundabout, and FY19 LMIG Funds;

0508-660-3000-CPPF-7661-24022-20180, 24028-20180 and 24029-20180.



* * * * * *



(F) CHANGE ORDER 1 FOR MELROSE DRIVE AND DECATUR STREET BRIDGE

REPLACEMENTS ? RFB NO. 17-0028

It is requested that Council authorize the execution of Change Order 1 for the

Melrose Drive and Decatur Street bridge replacement project with Southeastern

Site Development, Inc. (Newnan, GA) in the amount of $2,501,570.73.



The initial scope of the project included removal and replacement of three (3)

bridges over Lindsey Creek, which are located on Melrose Drive, Boxwood

Boulevard, and Decatur Street, and one (1) replacement of bridge decking

located on Waterford Road. The intent was to award the four (4) bridge

projects to one contractor. However, the total bids exceeded the amount

budgeted for the project. Therefore, the Engineering Department elected to

award the contract for two (2) locations, to the low bidders for each

location. Per Resolution No. 92-17, Council authorized the Boxwood Boulevard

Bridge replacement contract to Southeastern Site Development, Inc. and the

Waterford Road Bridge retrofit contract to Kiewit Infrastructure South Company

(Peachtree City, GA).



Southeastern Site Development, Inc. was also the low bidder for the Decatur

Street and Melrose Drive bridge replacements. The Contractor agreed to hold

their pricing for the Decatur Street and Melrose Drive bridges until funding

became available.





Document Description Amount

Original Contract Contract for Boxwood Boulevard Bridge Replacement 996,852.75

Decatur Street Bridge Replacement 1,036,336.00

Melrose Drive Bridge Replacement 1,465,234.73

Change Order 1 Change Order 1 Total 2,501,570.73

New Contract Amount $3,498,423.48



Funds are budgeted in the FY18 Budget: 1999 Sales Tax Project Fund ? 1999

SPLOST ? 99 SPLOST Road/Bridge/Street ? General Construction ? Melrose Bridge,

0540-695-2126-TXRB-7661-53050-20140 and Special Projects-Capital Projects Fund

? Capital Projects ? Paving Fund Supported Capital Projects ? General

Construction ? Melrose Bridge, Decatur Bridge, and Decatur Street Bridge;

0508-660-3000-CPPF-7661-24017-20180, 21083-20140 and 24018-20180.





* * * * * *



(G) COMPUTER REMOVAL/INSTALLATION/PROGRAMMING SERVICES FOR POLICE

DEPARTMENT

It is requested that Council approve computer removal/installation/programming

services from Motorola Solutions (Chicago, IL), in the amount of $88,200.00

(100 @ $882.00 each), for the Police Department.

Motorola will perform removal/installation/programming services for new

computers to be installed into one hundred (100) pursuit vehicles. The new

computers, which are required to access the RMS system, will be purchased from

Virtucom, the City?s annual contracted vendor for computer equipment.

Motorola Solutions must remove the old MDT computers from existing vehicles,

and perform the installation/programming of the new computers due to the

proprietary software and RMS system provided by Motorola. Additionally, the

computers must connect to the City?s 800 MHZ system, also provided by Motorola.

The proprietary software and systems will be fully supported by Motorola

Solutions. Consequently, Motorola is considered an only known source, for the

removal/installation/programming services, per the Procurement Ordinance.

Funds are budgeted in the FY18 Budget: OLOST/Public Safety Fund ? Police ?

Public Safety/OLOST ? Capital Expenditures - Over $5,000; 0102 ? 400 ? 9900 ?

LOST -7761.

* * * * * *



(H) FORD EXPEDITION FOR INFORMATION TECHNOLOGY DEPARTMENT ? GEORGIA

STATEWIDE CONTRACT



It is requested that Council authorize the purchase of one (1) 2018 Ford

Expedition from Speedway Ford (Griffin, GA), via Georgia State Contract

#99999-SPD-40199373-004, at a cost of $41,032.00.



The vehicle will be used by staff of the Information Technology Department to

transport equipment and staff to various locations in the City as part of

required job duties. This is a new vehicle.



Funds are budgeted in the FY18 Budget: General Fund ? Information Technology ?

Information Technology ? Light Trucks; 0101-210-1000-ISS-7722.



* * * * * *

EMERGENCY PURCHASE ? INFORMATION ONLY



(I) EMERGENCY PURCHASE OF ALL-TERRAIN VEHICLE FOR FIRE & EMS:



On May 9, 2018 the Fire & EMS Department requested the emergency purchase of a

replacement all-terrain vehicle.



The new vehicle is required because the two vehicles the department currently

have are over ten years old. One unit has been deemed ?beyond repair? due to

the cost, and the other unit is currently being repaired. As a result, the

department has no way to rapidly respond to injuries or emergencies in hard to

reach areas such as the Riverwalk.



The purchase will be accomplished by cooperative contract, via Georgia

Statewide Contract # 99999-001-SPD0000072-0001, from Adrenalin Powersports

(Griffin, GA), in the amount of $13,479.70.



The City Manager approved the emergency purchase on May 9, 2018.



Funds are budgeted in the FY18 Budget: General Fund ? Fire & EMS ? Fire/EMS

Special Operations ? Operating Materials; 0101 ? 410 -2600 ? SPCO ? 6728.



?ITEM A?





A RESOLUTION

NO.__________



A RESOLUTION AUTHORIZING THE PURCHASE OF ELBECO BODYSHIELD EXTERNAL VEST

CARRIERS (V3110B), IN THE AMOUNT OF $16,681.95, FROM GALLS, LLC (LEXINGTON, KY)

FOR USE BY THE COLUMBUS CONSOLIDATED GOVERNMENT SHERIFF?S OFFICE.



WHEREAS, the Sheriff?s Office has an estimated two hundred forty-three (243)

sworn officers; and,



WHEREAS, the Sheriff?s Office has standardized to this brand and model of vest

carrier; and,



WHEREAS, the vest carriers will accommodate a wider range of body dimensions.



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

That the City Manager is hereby authorized to purchase Elbeco Bodyshield

External Vest Carriers (V3110B) from Galls, LLC (Lexington, KY) in the amount

of $16,681.95. Funds are budgeted in the FY18 Budget as follows: General

Fund ? Sheriff ? Detention ?Uniforms; 0101-550-2600-6781.



_________________________________________



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 Huff voting .

Councilor Thomas voting .

Councilor Turner Pugh voting .

Councilor Woodson voting .





_______________________________

_____________________________

Tiny B. Washington, Clerk of Council Teresa Pike

Tomlinson, Mayor





?ITEM B?

A RESOLUTION

NO. ______

A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR PROVISION OF FIRE SPRINKLER

SERVICE & INSPECTIONS FROM DELTA FIRE PROTECTION COMPANY, LLC (TUCKER, GA), FOR

THE ESTIMATED ANNUAL CONTRACT VALUE OF $13,500.00.

WHEREAS, the contractor will provide fire sprinkler service and inspections at

various City locations; and,

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

for three (3) additional twelve-month periods. Contract renewal will be

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

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

That the City Manager is hereby authorized to enter into an annual contract for

the provision of fire sprinkler service & inspections from Delta Fire

Protection Company, LLC (Tucker, GA), for the estimated annual contract value

of $13,500.00. Funds are budgeted each fiscal year for this on-going expense:

General Fund - Public Works, Other Maintenance/Repairs ? Building

Maintenance-Gen. Gov?t; 0101-260-3710-REPA-6529.

______________



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 Huff voting .

Councilor Thomas voting .

Councilor Turner Pugh voting .

Councilor Woodson voting .





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike

Tomlinson, Mayor









?ITEM C?



A RESOLUTION

NO. _________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) AIR CONDITIONER

UNIT (TRANE PRECEDENT PKGP-PRC003-EN) FOR THE GALLOPS SENIOR CENTER AT A UNIT

PRICE OF $11,927.00, PLUS $2,575.00 FOR LABOR/INSTALLATION, FOR A TOTAL COST OF

$14,502.00, FROM ENERGY SAVERS OF GA (COLUMBUS, GA).



WHEREAS, two (2) air conditioner units broke and needed replacing, one (1) at

the old MCP Parks and Recreation section and one (1) at the Gallops Senior

Center; and,



WHEREAS, due to budget constraints, it was determined that the unit for the old

MCP Parks and Recreation section would not be purchased as there are no staff

housed there at this time; and,



WHEREAS, the low bidder, Energy Savers of GA, was contacted and asked to

delineate the labor/installation costs per location so as to determine the cost

for the unit to be purchased/installed at the Gallops Senior Center, and

furthermore, the vendor also agreed to the elimination of the unit at the old

MCP Parks & Recreation section from the bid.



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

AS FOLLOWS:



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

unit (Trane Precedent PKGP-PRC003-EN) for the Gallops Senior Center at a unit

price of $11,927.00, plus $2,575.00 for labor/installation, for a total cost of

$14,502.00 from Energy Savers of GA (Columbus, GA). Funds are budgeted in the

FY18 Budget as follows: General Fund ? Public Works ? Other

Maintenance/Repairs ? Bldg. Maint. - Gen. Gov?t.; 0101-290-3710-REPA-6529.

___________________



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 Garrett voting .

Councilor Davis 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 EXECUTION OF AN ANNUAL CONTRACT WITH

MAULDIN & JENKINS, LLC (MACON, GA) FOR AUDITING SERVICES FOR ONE (1) YEAR WITH

THE OPTION TO RENEW FOR FOUR (4) ADDITIONAL ONE-YEAR TERMS.



WHEREAS, per Resolution No. 125-13, dated April 9, 2013, Council

authorized the auditing services annual contract with Albright, Fortenberry &

Ninas, LLP (Columbus, GA). The contract term was for five (5) years, beginning

with the fiscal year ending June 30, 2013 and ending with the fiscal year

ending June 30, 2017, with the option to renew for five (5) additional one-year

terms. On January 30, 2018, the City and Albright, Fortenberry & Ninas, LLP

executed the first one-year renewal for the fiscal year ending June 30, 2018;

and,



WHEREAS, on April 25, 2018, Mr. John Fortenberry, of Albright,

Fortenberry and Ninas, met with City Officials to inform that his firm would

not be able to conduct the City?s FY18 audit. Mr. Fortenberry advised that the

decision to rescind their services was due to the recent occurrence of events

beyond their control. The Finance Director then informed the City Manager of

the situation, and requested approval of an Emergency Purchase to secure a new

vendor to provide auditing services, as there is not sufficient time to conduct

an RFP before the end of the fiscal year. The emergency purchase was listed

and discussed on the May 8, 2018 Council Agenda; and,



WHEREAS, Mauldin & Jenkins, LLC was the next highest ranked vendor

for RFP No. 13-0021. On May 6, 2018, Mauldin & Jenkins, submitted a cost

proposal to provide auditing services for fiscal years ending June 30, 2018

thru June 30, 2022. The cost proposal has been submitted to the City Manager

in a separate memo for informational purposes.



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

AS FOLLOWS:



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

Mauldin & Jenkins, LLC (Macon, GA) for auditing services for one (1) year with

the option to renew for four (4) additional one-year terms. Funds are budgeted

each fiscal year for this ongoing service: General Fund ? Finance ? Finance

Director ? Auditing Services; 0101-200-1000-FNCE-6337.



_______________



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 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 A CONSTRUCTION CONTRACT

WITH ALEXANDER CONTRACTING COMPANY, INC. (FORTSON, GA) IN THE AMOUNT OF

$9,419,842.91 FOR THE FORT BENNING/BRENNAN ROAD ROUNDABOUT & STREETSCAPES

PROJECTS.



WHEREAS, the project includes construction of the proposed

roundabout at Ft. Benning Road, Brennan Road, and Cusseta Road. The roundabout

work includes storm water infrastructure improvements, asphalt paving,

sidewalks, and landscaping; and,



WHEREAS, the project also includes construction of the proposed

streetscapes along Ft. Benning Road from Wade Street to Shelby Street. The

streetscapes work includes a new multi-use trail, storm water infrastructure,

asphalt paving, and landscaping.





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

FOLLOWS:



That the City Manager is hereby authorized to a construction

contract with Alexander Contracting Company, Inc. (Fortson, GA) in the amount

of $9,419,842.91for the Fort Benning Road Roundabout project. Funds are

available in the FY18 Budget as: 1999 Sales Tax Project Fund ? 1999 SPLOST ? 99

SPLOST Enterprise Zone ? General Construction ? Ft. Benning/Brennan Ezone;

0540-695-2131-TXEZ-7661-50606-20100, 2010B Tax Lease Revenue Bonds ?2010 CBA

Bonds ? Road/Street Resurf/Constr, B ? General Construction;

0559-800-2160-BARS-7661-82057-20100, and Special Projects-Capital Projects Fund

? Capital Projects ? Paving Fund Supported Capital Projects ? General

Construction; FY18 LMIG Ft Benning Rd/Brennan Rd Roundabout, Ft. Benning Rd

Streetscapes, Ft Benning Rd/Brennan Rd Roundabout, and FY19 LMIG Funds;

0508-660-3000-CPPF-7661-24022-20180, 24028-20180 and 24029-20180.



_______________



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 Huff voting .

Councilor Thomas voting .

Councilor Turner Pugh voting .

Councilor Woodson voting .





_______________________________

_____________________________

Tiny B. Washington, Clerk of Council Teresa Pike

Tomlinson, Mayor

?ITEM F?



A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER 1 FOR THE

MELROSE DRIVE AND DECATUR STREET BRIDGE REPLACEMENT PROJECT WITH SOUTHEASTERN

SITE DEVELOPMENT, INC. (NEWNAN, GA) IN THE AMOUNT OF $2,501,570.73.



WHEREAS, the initial scope of the project included removal and

replacement of three (3) bridges over Lindsey Creek, which are located on

Melrose Drive, Boxwood Boulevard, and Decatur Street, and one (1) replacement

of bridge decking located on Waterford Road. The intent was to award the four

(4) bridge projects to one contractor. However, the total bids exceeded the

amount budgeted for the project. Therefore, the Engineering Department elected

to award the contract for two (2) locations, to the low bidders for each

location; and,



WHEREAS, per Resolution No. 92-17, Council authorized the Boxwood

Boulevard Bridge replacement contract to Southeastern Site Development, Inc.

and the Waterford Road Bridge retrofit contract to Kiewit Infrastructure South

Company (Peachtree City, GA); and,

WHEREAS, Southeastern Site Development, Inc. was also the low bidder for the

Decatur Street and Melrose Drive bridge replacements. The Contractor agreed to

hold their pricing for the Decatur Street and Melrose Drive bridges until

funding became available.



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

AS FOLLOWS:



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

Melrose Drive and Decatur Street Bridge replacement project with Southeastern

Site Development, Inc. (Newnan, GA) in the amount of $2,501,570.73. Funds are

budgeted in the FY18 Budget: 1999 Sales Tax Project Fund ? 1999 SPLOST ? 99

SPLOST Road/Bridge/Street ? General Construction ? Melrose Bridge,

0540-695-2126-TXRB-7661-53050-20140 and Special Projects-Capital Projects Fund

? Capital Projects ? Paving Fund Supported Capital Projects ? General

Construction ? Melrose Bridge, Decatur Bridge, and Decatur Street Bridge;

0508-660-3000-CPPF-7661-24017-20180, 21083-20140 and 24018-20180.



__________________________________



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 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 PURCHASE OF COMPUTER

REMOVAL/INSTALLATION/PROGRAMMING SERVICES FROM MOTOROLA SOLUTIONS (CHICAGO,

IL), IN THE AMOUNT OF $88,200.00 (100 @ $882.00 EACH), FOR THE POLICE

DEPARTMENT.

WHEREAS, Motorola will perform removal/installation/programming services for

new computers to be installed into one hundred (100) pursuit vehicles. The new

computers, which are required to access the RMS system, will be purchased from

Virtucom, the City?s annual contracted vendor for computer equipment; and,

WHEREAS, Motorola Solutions must remove the old MDT computers from existing

vehicles, and perform the installation/programming of the new computers due to

the proprietary software and RMS system provided by Motorola. Additionally,

the computers must connect to the City?s 800 MHZ system, also provided by

Motorola; and,

WHEREAS, the proprietary software and systems will be fully supported by

Motorola Solutions. Consequently, Motorola is considered an only known source,

for the removal/installation/programming services, per the Procurement

Ordinance.

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

That the City Manager is hereby authorized to purchase computer

removal/installation/programming services from Motorola Solutions (Chicago,

IL), in the amount of $88,200.00 (100 @ $882.00 each), for the Police

Department. Funds are budgeted in the FY18 Budget: OLOST/Public Safety Fund ?

Police ? Public Safety/OLOST ? Capital Expenditures - Over $5,000; 0102 ? 400 ?

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 Huff voting .

Councilor Thomas voting .

Councilor Turner Pugh voting .

Councilor Woodson voting .





_______________________________

_____________________________

Tiny B. Washington, Clerk of Council Teresa Pike

Tomlinson, Mayor







?ITEM H?



A RESOLUTION

NO.______

A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) FORD EXPEDITION FROM SPEEDWAY

FORD (GRIFFIN, GA), VIA GEORGIA STATE CONTRACT #99999-SPD-40199373-004, AT A

COST OF $41,032.00.

WHEREAS, the vehicle will be used by staff of the Information Technology

Department to transport equipment and staff to various locations in the City as

part of required job duties. This is a new vehicle.

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

That the City Manager is hereby authorized to purchase one (1) 2018

Ford Expedition from Speedway Ford (Griffin, GA) via Georgia State Contract

#99999-SPD-40199373-004, at a cost of $41,032.00. Funds are budgeted in the

FY18 Budget: General Fund ? Information Technology ? Information Technology ?

Light Trucks; 0101-210-1000-ISS-7722.





________________





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 Huff 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