Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016

Council Members

CITY MANAGER?S AGENDA

02/15/2019

Agenda Item #______



Columbus Consolidated Government

Council Meeting



February 12, 2019



Agenda Report #_____



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) MEMBERSHIP DUES FOR GEORGIA MUNICIPAL ASSOCIATION



It is requested that Council approve payment to the Georgia Municipal

Association (GMA), in the amount of $35,024.48, for 2019 membership dues for

the City of Columbus, Georgia.



GMA is a voluntary, non-profit organization that provides legislative advocacy,

education, employee benefit and technical consulting services to its members.



Funds are budgeted in the FY19 Budget: General Fund - Legislative ? City

Council - Membership Dues and Fees; 0101-100 ? 1000 ? CNCL - 6657.



* * * * * * * *

(B) BODY WORN CAMERAS AND SUBSCRIPTION AGREEMENT FOR THE POLICE DEPARTMENT

It is requested that Council authorize the City Manager to sign the Body Worn

Cameras and Subscription

Agreement from Motorola.



At no cost, Motorola is providing thirty (30) Body Worn Video Cameras to

Columbus (20 for the Police Department, 5 for Sheriff?s Office and 5 for the

Marshal's office). Each of the thirty (30) cameras includes Five (5) years of

cloud storage for the video that is recorded. Columbus was selected, along

with other valued customers, to provide evaluation of this product.



* * * * * * * *



(C) DIAL-A-RIDE BUSES ? GEORGIA STATEWIDE CONTRACT



It is requested that Council authorize the purchase of one (1) 28-ft

Dial-A-Ride Champion Challenger Bus at a unit price of $117,135.46, and three

(3) 24-ft Dial-A-Ride Champion Challenger Bus at a unit price of $115,067.76,

for a total price of $345,203.28, from Alliance Bus Group, Inc. (College Park,

GA) via Georgia State Contract #99999-001-SPD0000138 for a grand total price of

$462,338.74.



The four (4) Dial-A-Ride buses are required to assist in the operation of

METRA?s Department of Transportation fleet for continued service in the

Columbus, GA community. The vehicles will be used as para-transit buses by the

METRA Department of Transportation to provide ADA Complementary Paratransit

Service to eligible persons with disabilities who are, because of their

disability, unable to board, ride or disembark from an accessible vehicle in

METRA's regular bus service. These are replacement vehicles.



Funds are budgeted in the FY19 Budget: Transportation Fund ? Transportation

Metra ? T-SPLOST Capital ? Buses; 0751-610-2500-MTSP-7724 (100% TSPLOST Funded).



* * * * * *



(D) TRAFFIC INCIDENT MANAGEMENT SERVICES (ANNUAL CONTRACT) ? RFP NO. 19-0001



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

Columbus Towing & Recovery, Inc. (Columbus, GA) for Traffic Incident Management

Services on an as-needed basis. The estimated contract value is $34,000.00

annually, and the recommended vendor?s cost proposal is within the budgeted

amount. Traffic Incident Management Services (TIMS) is vehicular road services

typically and commonly provided by wrecker/towing services. Vehicles shall

include all self-propelled vehicles, including two-wheel, three-wheel vehicles,

which are defined as a motor vehicle in Ga. Code 40-1-1 (Motor Vehicle

Law-Definitions). Columbus Towing & Recovery will also provide towing services

for City vehicles requiring road assistance.



Columbus Towing & Recovery, Inc. will provide the following services:



? Road services, winching, and towing for passenger autos, small vans, pickup

trucks, motorcycles, and any other vehicles not exceeding two tons for private

owned vehicles.



? Negotiate fees for private owned vehicles exceeding two tons.



? Provide, at no cost, towing of first twenty (20) city vehicles in a calendar

month.



? Provide road and towing services for City vehicles two (2) through five (5)

tons.



? Provide road and towing services for City vehicles exceeding five (5) tons.



? Provide all equipment necessary to perform required services.



? Competent administrative, support, driver personnel on a 24-hour per day

basis.



? Maintain a record system that towed vehicles are accurately and uniquely

identified, and release of towed vehicle is made to the rightful owner/agent.



? Provide proper storage of towed vehicles.





Annual Contract History:

The previous five-year contract was awarded to Columbus Towing & Recovery, Inc.

on November 26, 2013 (Resolution No. 366-13).





RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on September 5, 2018. This RFP has been

advertised, opened and evaluated. Two proposals were received on October 5,

2018 from the following firms:



Columbus Towing & Recovery, Inc. (Columbus, GA)

Griffin & Griffin Towing, Inc. (Columbus, GA)



The following events took place after receipt of the proposals.



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 10/29/18 The Purchasing Manager advised evaluation committee

members of the RFP rules and process, and the project manager provided an

overview. Proposals were distributed to each committee member to review. The

committee determined additional pricing was required from both vendors.

Additional Pricing Requested 11/28/19 Additional pricing was requested from both vendors.

Additional Pricing Received 11/29/18 Additional pricing was received from both vendors.

1st Evaluation Meeting 12/03/18 Committee members discussed the proposals and additional

pricing, and determined clarifications, reference checks with Georgia State

Proposal and site visits were required for both firms.

Clarification Requested 12/12/18 Requests for clarification were forwarded to both firms.

Clarification Received 12/17/18 Clarification responses received.

Site Visit at Griffin & Griffin 01/10/19 The Evaluation Committee inspected the vendor?s

lots and equipment.

Site Visit at Columbus Towing 01/11/19 The Evaluation Committee inspected the vendor?s

lots and equipment.

Reference Checks 01/16/19 A Buyer from the Purchasing Department and a committee member

from the Police Department performed telephone reference checks on both vendors

with Georgia State Patrol, with whom both vendors are on a rotation-basis

contract.

2nd Evaluation Meeting 01/18/19 The committee discussed the results of the reference

checks and site visits, and determined additional clarification was not

required.

Evaluation Forms Sent 01/18/19 Evaluation forms were forwarded to voting committee

members.

Evaluation Results 01/28/19 Evaluation forms were completed and returned to Purchasing

for compilation results.

Recommendation 02/05/19 The tabulation of evaluations were forwarded to the

Evaluation Committee members for review and recommendation; the committee

unanimously recommended award to Columbus Towing & Recovery, the

highest-ranking vendor.





Evaluation Committee:

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

of a voting member from the Police Department, a voting member from Columbus

Fire & EMS and a voting member from the Public Works Department. A

representative from the Marshal?s Office, a representative from the Sheriff?s

Office and a representative from METRA Transit System served as non-voting

advisory members.





Award Recommendation:

The evaluation committee deemed the proposal from Columbus Towing & Recovery,

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

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

the contract to Columbus Towing & Recovery, Inc. for the following reasons:



? Columbus Towing & Recovery has extensive experience to meet the requirements

of this contract. Based on information submitted on staff/personnel, Columbus

Towing & Recovery has a cumulative total of 130 years of experience doing this

form of work.



? The history of the vendor?s last three (3) clients is superior, with them

providing services to each one for 10+ years. Their lot has more than enough

space for the required 400 cars and it has more than the required lighting.



? The vendor?s experience in providing quality service to the City of Columbus.



Vendor Experience/Qualifications:

? The president of Columbus Towing & Recovery is on the Board of Directors of

the Towing and Recovery Association of Georgia (TRAG).



? One employee of Columbus Towing & Recovery is a certified Master Tower in

light, medium and heavy towing/recovery operations.



? Columbus Towing & Recovery is certified as a drug-free workplace by the State

Board of Workers? Compensation.



? Listed below are the last three (3) clients for which Columbus Towing &

Recovery has provided similar services:



o G & P Heavy Truck (Columbus, GA) Open-ended Contract

Towing and hauling of heavy trucks and equipment.



o Techmanics Diesel Open-ended Contract

Towing and hauling of heavy vehicles, equipment and buses.



o Georgia State Patrol (Manchester Post) Rotation Contract

Towing and storing large and small vehicles from traffic incidents (arrests,

accidents, etc.). Primary tower for heavy truck wrecks and situations

requiring special equipment. This contract renews annually.





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.



Towing charges for vehicles of citizens will be billed to the owner of the

vehicles. Funding to cover towing services for City vehicles is budgeted each

fiscal year for this on-going expense: Various Departments ? Auto Parts and

Supplies; 6721; General Fund - Police - Motor Transport ? Motor Transport -

Other Purchased Services, 0101-400-3230-MOTR-6699; Transportation Fund -

Transportation FTA ? METRA FTA (UMTA) ? Vehicle Operation & Maintenance,

0751-610-2400-MFTA-6516.



* * * * * *



(E) AMENDMENT 1 FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MOTT?S GREEN

PLAZA ENHANCEMENT-PI #0015287 ? RFP NO. 17-0013



It is requested that Council authorize the execution of Amendment 1 with Hecht

Burdeshaw Architects, Inc. (Columbus, GA), in the estimated amount of

$166,271.21, for additional services related to the Mott?s Green Plaza

Enhancement project.



Per Resolution No. 151-17, dated May 23, 2017, Council authorized Hecht

Burdeshaw Architects, Inc. to provide plans and drawings for the enhancement of

the Mott?s Green Plaza (Frank Martin Pedestrian Bridge/Plaza area). This

project is designed to improve the overall appearance of this area, while

protecting its historic significance. Because this is a federally funded

project, the Georgia Department of Transportation (GDOT) is requiring

additional environmental and archeological surveys of the project area be

performed. These surveys were not included in the original contract. The

archeological and environmental work is a requirement that must be fulfilled in

order for this project to move forward. A separate study for each will be

required:



? The sub-consultant Calyx Engineers and Consultants (Columbus, GA) will

provide archaeology environmental services in the amount of $52,888.71.



? Hecht Burdeshaw Architects will coordinate their work and the work of their

consultants with the Georgia Department of Transportation for an additional fee

of $33,008.00.



? The sub-consultant Southern Research Consultants (Waverly Hall, GA) will

conduct a phase-one intensive archaeological survey in the amount of $30,716.50.



? Hecht Burdeshaw Architects will redo the schematic design development phases,

due to changes requested by the City, for a fee of $27,158.00.



? Barge Design Consultants will convert Hecht Burdeshaw Architects? lump sum

bid drawings into unit cost drawings. The additional hourly services will be

capped at $22,500.00.



Document Description Amount

Original Contract Architectural and engineering services for Mott?s Green Plaza

Enhancement. 100,000.00

Amendment 1 Additional environmental and archeological surveys of the project

area, as required by GDOT. 166,271.21

New Contract Amount $ 266,271.21



This change order is using TSPLOST Discretionary local match funding for this

GDOT funded project. Funding is available as follows: T-SPLOST Projects Fund ?

Capital Projects ? T-SPLOST ? General Construction ? Mott?s Green M230 Match;

0510-660-7000-7661-65014-20170.



* * * * * *



(F) FORD F-150 WITH ADDITIONAL OPTIONS ? GEMA / 1122 PROCUREMENT PROGRAM



It is requested that Council amend Resolution Number 135-18 to change the award

amount from $30,7816.11 to $30,816.11 in paragraph 1, and from $19,330.00 to

$30,816.11 in paragraph 6, for the purchase of a 2018 Ford F-150 with

additional options from Georgia Department of Public Safety, 1122 Procurement

Program.



The award amount on the resolution currently reads as $30,7816.11 in paragraph

1, and as $19,330.00 in paragraph 6. An extra digit was accidentally entered

in paragraph 1, and a cut/paste error occurred in paragraph 6 when the

resolution was prepared.



* * * * * * * *



Emergency Purchases ? Information Only

MUSCOGEE COUNTY JAIL SHOWER REPAIRS:

At the January 29, 2019 Council Work Session, the Engineering Department

presented the following information regarding the current condition of the

Muscogee County Jail Showers:

? There are 36 showers located in the south tower which was constructed in 2003.

? Showers are constructed of tile walls and floors with no waterproofing

membrane.

? Anytime the showers are used, water leaks down the walls and from the ceiling

into the showers below.

? Various repairs have been attempted but nothing has been successful in

stopping the water leakage.

The proposed repairs include the following:

? Contractors will demolish the existing tile down to the concrete structure.

? New waterproofing membrane will be installed on top of existing structure to

seal the area.

? New tile with epoxy grout will be used to finish the area.

? Plumbing and drain lines will be inspected and replaced as necessary.

? Project will also include work in the stockade to allow for the housing of

inmates to create the necessary space in the jail to complete the shower

repairs.

The Engineering Department received quotes from the following vendors:

C.T Bone Construction $594,655.20

Principal Construction $738,695.00



The total amount required will be $700,000. This will cover any unexpected

costs such as plumbing repairs or issues when the Stockade work begins.

The City Manager approved the emergency purchase on February 5, 2019.

The funding source is OLOST Public Safety Reserves.

****************

A. J. MCCLUNG MEMORIAL STADIUM REPAIRS:



At the January 29, 2019 Council Work Session, the Engineering Department

presented the following information regarding the current condition of the A.

J. McClung Memorial Stadium:

? Existing concrete steps/bleachers are original to the stadium and over 100

years old.

? Stadium is used today for youth, high school, and collegiate football games.

? Most recent large renovation was completed in 1997 and included demolition of

a portion of the existing bleachers, repair of expansion joints, ADA

improvements, renovation of press box, restrooms, etc.

? In October 2018, Parks and Recreation requested the Engineering and Public

Works Departments review soil erosion around existing stairwells. During this

review, it was noticed that there was soil loss from under the concrete

bleachers.

? In December 2018, Public Works completed selective demolition at the

stairwells and bleachers to allow for investigation of the soil loss.

? Upon completion of the demolition, it was discovered that there are voids

underneath the concrete bleachers and the slab between the press box and

bleachers.

? The voids are anywhere from 1? to 7? deep and range in total volume.

? Two stairwells were also found to have large voids underneath.

? Overall size and amount of voids raises significant questions about the

overall structural condition of the stadium bleachers.

The proposed repairs include the following:

? All existing joints (cracks, expansion joints, etc.) need to be resealed to

prevent water infiltration. This is approximately 10,000LF of joints.

? Additional demolition of the area between the press box and bleachers will be

completed to fill large voids with suitable backfill material. Compromised

stairwells will also be demolished and replaced.

? Holes will be cored in the bleachers to allow for voids to be filled with a

flowable material. There is an estimated 300cy of voids underneath the

bleachers.

The Engineering Department recommends using Brasfield and Gorrie for the

project as the vendor is already working at South Commons and will be able to

use the same subcontractors to complete the stadium work. The estimated cost

is $236,825.00; however, $300,000 is required for any unforeseen items.

The City Manager approved the emergency purchase on February 5, 2019.

The funding source is OLOST Infrastructure Reserves.

****************

PURCHASE OF FORKLIFT FOR RECYCLING CENTER:

The Public Works Department reported that in July 2018, the Recycling Center

Forklift, #11200, stopped working due to transmission issues and the Department

began to lease a forklift on a month-to-month basis to take its place.

Pratt provided one forklift, per their Recycling Marketing contract, with the

City. When the Recycling Center began operation, Public Works discovered it

takes two (2) forklifts to operate the facility due to the volume of recycling

material. Consequently, Public Works moved an old forklift used at the Victory

Drive location to the new Recycling Center.

In November of 2018, Pratt removed the forklift they were providing. Now, the

City?s forklift, #11200, has became non-operational. The entire transmission

needs to be repaired, and the forklift is also making a knocking noise from the

engine. The Doosan dealer will charge extra to take apart the forklift to

determine what is making this noise or if it needs new baring?s.

Public Works is currently leasing a forklift to handle the loss of the

non-operational forklift, so the facility is still down one forklift. The

monthly lease cost is $1,364.00.

The average life of a forklift is 5 years ? 12,000 hours. Public Work?s

forklift is 9 years old and has well over 12,000 hours of use. The Department

has consistently requested a new forklift in previous years? budgets, but has

been denied during the budget process.

Public Works obtained quotes from the following vendors:

Doosan - $37,225.00

Manitou - $40,000.00



Other vendors contacted could not meet specifications.

The Public Work?s forklift is a Doosan and it has served well. Outside of

standard maintenance the Department had no major problems with this make/model

of forklift. All staff are very familiar with this make/model of forklift and

there will be no training curve for staff.

The City Manager approved the emergency purchase on January 25, 2019.

Funds are available in the FY19 Budget: Integrated Waste Management Fund ?

Public Works ? Recycling ? Operating Materials; 0207 ? 260 ? 3520 ? RCYL ? 6728.











?ITEM A?

A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING PAYMENT TO THE GEORGIA MUNICIPAL ASSOCIATION

(GMA), IN THE AMOUNT OF $35,024.48, FOR 2019 MEMBERSHIP DUES FOR THE CITY OF

COLUMBUS, GEORGIA.



WHEREAS, GMA is a voluntary, non-profit organization that provides legislative

advocacy, education, employee benefit and technical consulting services to its

members.





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

FOLLOWS:



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

Georgia Municipal Association (GMA), in the amount of $35,024.48, for 2019

membership dues for the City of Columbus, Georgia. Funds are budgeted in the

FY19 Budget: General Fund - Legislative ? City Council - Membership Dues and

Fees; 0101-100 ? 1000 ? CNCL - 6657.

___________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting _________

Councilor Barnes voting _________

Councilor Crabb _________

Councilor Davis voting _________

Councilor Garrett voting _________

Councilor House voting _________

Councilor Huff voting _________

Councilor Thomas voting _________

Councilor Turner Pugh voting _________

Councilor Woodson voting _________





_______________________________???_____ __________________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor





?ITEM B?

A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE CITY MANAGER TO SIGN THE BODY WORN CAMERAS

AND SUBSCRIPTION AGREEMENT FROM MOTOROLA.



WHEREAS, at no cost, Motorola is providing thirty (30) Body Worn Video Cameras

to Columbus (20 for the Police Department, 5 for Sheriff?s Office and 5 for the

Marshal's office);



WHEREAS, each of the thirty (30) cameras includes Five (5) years of cloud

storage for the video that is recorded. Columbus was selected, along with

other valued customers, to provide evaluation of this product.



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

FOLLOWS:



That the City Manager is hereby authorized to sign the Body Worn

Cameras and Subscription Agreement from Motorola. There is no cost for this

agreement.

___________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting _________

Councilor Barnes voting _________

Councilor Crabb _________

Councilor Davis voting _________

Councilor Garrett voting _________

Councilor House voting _________

Councilor Huff voting _________

Councilor Thomas voting _________

Councilor Turner Pugh voting _________

Councilor Woodson voting _________





_______________________________???_____ __________________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM C?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) 28-FT DIAL-A-RIDE

CHAMPION CHALLENGER BUS AT A UNIT PRICE OF $117,135.46, AND THREE (3) 24-FT

DIAL-A-RIDE CHAMPION CHALLENGER BUS AT A UNIT PRICE OF $115,067.76, FOR A TOTAL

PRICE OF $345,203.28, FROM ALLIANCE BUS GROUP, INC. (COLLEGE PARK, GA) VIA

GEORGIA STATE CONTRACT #99999-001-SPD0000138 FOR A GRAND TOTAL PRICE OF

$462,338.74.



WHEREAS, four (4) Dial-A-Ride Champion Challenger buses are required to assist

in the operation of METRA?s Department of Transportation fleet for continued

service in the Columbus, GA community; and,



WHEREAS, the vehicles will be used as para-transit buses by the METRA

Department of Transportation to provide ADA Complementary Paratransit Service

to eligible persons with disabilities who are, because of their disability,

unable to board, ride or disembark from an accessible vehicle in METRA's

regular bus service. These are replacement vehicles.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) 28-ft

Dial-A-Ride Champion Challenger Bus at a unit price of $117,135.46, and three

(3) 24-ft Dial-A-Ride Champion Challenger Bus at a unit price of $115,067.76,

for a total price of $345,203.28, from Alliance Bus Group, Inc. (College Park,

GA) via Georgia State Contract #99999-001-SPD0000138 for a grand total price of

$462,338.74. Funds are budgeted in the FY19 Budget: Transportation Fund ?

Transportation Metra ? T-SPLOST Capital ? Buses; 0751-610-2500-MTSP-7724 (100%

TSPLOST).

___________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting _________

Councilor Barnes voting _________

Councilor Crabb _________

Councilor Davis voting _________

Councilor Garrett voting _________

Councilor House voting _________

Councilor Huff voting _________

Councilor Thomas voting _________

Councilor Turner Pugh voting _________

Councilor Woodson voting _________





_______________________________???_____ __________________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor

?ITEM D?



A RESOLUTION



NO.______

A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH

COLUMBUS TOWING & RECOVERY, INC. (COLUMBUS, GA) FOR TRAFFIC INCIDENT MANAGEMENT

SERVICES ON AN AS-NEEDED BASIS. THE ESTIMATED CONTRACT VALUE IS $34,000.00

ANNUALLY, AND THE RECOMMENDED VENDOR?S COST PROPOSAL IS WITHIN THE BUDGETED

AMOUNT.



WHEREAS, an RFP was administered (RFP No. 19-0001) and two proposals were

received; and,



WHEREAS, the proposal submitted by Columbus Towing and Recovery, Inc. met all

proposal requirements and was evaluated most responsive to the RFP, and,



WHEREAS, the term of this contract shall be for five (5) years.



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

FOLLOWS:



That the City Manager is hereby authorized to execute an annual

contract with Columbus Towing & Recovery, Inc. (Columbus, GA) for Traffic

Incident Management Services on an as-needed basis. Towing charges for

vehicles of citizens will be billed to the owner of the vehicles. Funding to

cover towing services for City vehicles is budgeted each fiscal year for this

on-going expense: Various Departments ? Auto Parts and Supplies; 6721; General

Fund - Police - Motor Transport ? Motor Transport - Other Purchased Services,

0101-400-3230-MOTR-6699; Transportation Fund - Transportation FTA ? METRA FTA

(UMTA) ? Vehicle Operation & Maintenance, 0751-610-2400-MFTA-6516.

___________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting _________

Councilor Barnes voting _________

Councilor Crabb _________

Councilor Davis voting _________

Councilor Garrett voting _________

Councilor House voting _________

Councilor Huff voting _________

Councilor Thomas voting _________

Councilor Turner Pugh voting _________

Councilor Woodson voting _________





_______________________________???_____ __________________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor

?ITEM E?

A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE EXECUTION OF CONTRACT AMENDMENT 1 WITH

HECHT BURDESHAW ARCHITECTS, INC. (COLUMBUS, GA) IN THE ESTIMATED AMOUNT OF

$166,271.21 FOR ADDITIONAL SERVICES RELATED TO THE MOTT?S GREEN PLAZA

ENHANCEMENT PROJECT.



WHEREAS, per Resolution No. 151-17, dated May 23, 2017, Council authorized

Hecht Burdeshaw Architects, Inc. to provide plans and drawings for the

enhancement of the Mott?s Green Plaza (Frank Martin Pedestrian Bridge/Plaza

area); and,



WHEREAS, because this is a federally funded project, the Georgia Department of

Transportation (GDOT) is requiring additional environmental and archeological

surveys of the project area be performed. These surveys were not included in

the original contract. The archeological and environmental work is a

requirement that must be fulfilled in order for this project to move forward. A

separate study for each will be required; and,



WHEREAS, the sub-consultant Calyx Engineers and Consultants (Columbus, GA) will

provide archaeology environmental services in the amount of $52,888.71; Hecht

Burdeshaw Architects will coordinate their work and the work of their

consultants with the Georgia Department of Transportation for an additional fee

of $33,008.00; the sub-consultant Southern Research Consultants (Waverly Hall,

GA) will conduct a phase-one intensive archaeological survey in the amount of

$30,716.50; Hecht Burdeshaw Architects will redo the schematic design

development phases, due to changes requested by the City, for a fee of

$27,158.00; and Barge Design Consultants will convert Hecht Burdeshaw

Architects? lump sum bid drawings into unit cost drawings. The additional

hourly services will be capped at $22,500.00.



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



That the City Manager is hereby authorized to execute Amendment 1 with Hecht

Burdeshaw Architects, Inc. (Columbus, GA) in the estimated amount of

$166,271.21 for additional services related to the Mott?s Green Plaza

Enhancement project. This change order is using TSPLOST Discretionary local

match funding for this GDOT funded project. Funding is available as follows:

T-SPLOST Projects Fund ? Capital Projects ? T-SPLOST ? General Construction ?

Mott?s Green M230 Match; 0510-660-7000-7661-65014-20170.

___________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting _________

Councilor Barnes voting _________

Councilor Crabb _________

Councilor Davis voting _________

Councilor Garrett voting _________

Councilor House voting _________

Councilor Huff voting _________

Councilor Thomas voting _________

Councilor Turner Pugh voting _________

Councilor Woodson voting _________





_______________________________???_____ __________________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor



?ITEM F?

A RESOLUTION



NO. __________



A RESOLUTION TO AMEND RESOLUTION NUMBER 135-18 TO CHANGE THE AWARD

AMOUNT FROM $30,7816.11 TO $30,816.11 IN PARAGRAPH 1, AND FROM $19,330.00 TO

$30,816.11 IN PARAGRAPH 6, FOR THE PURCHASE OF A 2018 FORD F-150 WITH

ADDITIONAL OPTIONS FROM GEORGIA DEPARTMENT OF PUBLIC SAFETY, 1122 PROCUREMENT

PROGRAM.



WHEREAS, The award amounts on the resolution were incorrectly entered when

Resolution 135-18 was prepared, and the award amount reads as $30,7816.11 in

paragraph 1, and as $19,330.00 in paragraph 6 instead of $30,816.11.



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



That Resolution Number 135-18 is amended to change the award amount to

$30,816.11 for the purchase of a 2018 Ford F-150 with additional options from

Georgia Department of Public Safety, 1122 Procurement Program.

___________________________



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

held the _________ day of _________________, 2019 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting _________

Councilor Barnes voting _________

Councilor Crabb _________

Councilor Davis voting _________

Councilor Garrett voting _________

Councilor House voting _________

Councilor Huff voting _________

Councilor Thomas voting _________

Councilor Turner Pugh voting _________

Councilor Woodson voting _________





_______________________________???_____ __________________________________

Sandra T. Davis, Clerk of Council B.H. ?Skip? Henderson III, Mayor





DATE: February 12, 2019

TO: Mayor and Councilors

FROM: Finance Department

SUBJECT: Advertised Bids/RFPs



February 13, 2019

1. Electric Motor Repair Services (Annual Contract) ? RFB No. 19-0031

Scope of Bid

Provide repair services for electric motors. The repairs will include all

single and three phase electric motors up to 150 HP to include, but not limited

to, Belt-Drive A/C Blower Motors, Direct-Drive A/C Blower Motors and Water

Circulators.



2. Animal Control Truck ? RFB No. 19-0027

Scope of Bid

Columbus Consolidated Government (the City) is seeking bids from qualified

vendors to provide one (1) animal control truck.



February 18, 2019

1. Double Churches Pool Resurfacing

A Mandatory Site Visit is scheduled at 12:00 PM (Eastern) on Monday, February

18, 2019. Vendors shall convene in the parking lot at the entrance to Double

Churches Pool, which is located at 2300 Double Churches Road, Columbus, Georgia

31904.



February 20, 2019

1. Hot Asphalt & General Road Repair Services (Annual Contract) ? RFB No.

19-0032

Scope of Bid

Provide hot asphalt and general road repair services to include: removing old

asphalt, resurfacing roads, asphalt patching, concrete patching, mill asphalt

paving and etc., on an ?as needed? basis, to the Columbus Consolidated

Government (the City). The contract term will be for three years, with the

option to renew for two additional twelve-month periods.



2. Swim Gear (Annual Contract) ? RFB No. 19-0030

Scope of Bid

Provide various types of swimming gear on an ?as needed? basis to the Columbus

Parks and Recreation Division. The contract term shall be for two (2) years,

with the option to renew for three (3) additional twelve-month periods.



March 6, 2019

1. Double Churches Pool Resurfacing

Scope of Bid

Provide all labor, equipment and materials to resurface the pool at Double

Churches Park. Time is of the essence; work must be completed by May 10, 2019.







CITY MANAGER?S AGENDA ? PAGE 2

02/15/2019



Place bid advertisements here





CITY MANAGER?S AGENDA ? PAGE 3 Date BID ADVERTISEMENT (Scheduled bid opening

dates)







Attachments


No attachments for this document.

Back to List