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 # 8



Columbus Consolidated Government



Council Meeting



February 11, 2014



Agenda Report # 72





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) PROFESSIONAL NEGOTIATING SERVICES (ANNUAL CONTRACT) ? RFP NO. 14-0007



It is requested that Council authorize the execution of annual contracts with

Paul Garrett (Thomaston, GA) and Moreland Altobelli Associates, Inc. (Norcross,

GA) for professional negotiating services.



The services will be procured on an ?as needed? basis, and are necessary for

right-of-way acquisitions. The services may include, but are not limited to,

acquisition, negotiation, preparation of condemnation information and

settlements. The vendors will be selected to perform the services based on the

size of the project, the vendor?s availability and the expertise or experience

level of the services required.



The term of contract shall be for two years, with the option to renew for three

additional twelve-month periods. Contract renewal is contingent upon the

mutual agreement of the City and the Contractor.



Request for proposals were mailed to eighteen (18) vendors and specifications

were posted on the websites of the City, Georgia Procurement Registry and Onvia

DemandStar. The RFP has been advertised, opened and evaluated. Three (3)

proposals were received on November 22, 2013 from the following offerors:



Paul Garrett (Thomaston, GA)

Moreland Altobelli Associates, Inc. (Norcross, GA)

Smith Real Estate Services (Atlanta, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the Planning Department and the Community

Reinvestment Department. Additional representatives from the Planning

Department served as non-voting, advisory members of the committee.



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 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. Cost information has been submitted to the

City Manager in a separate memo for information purposes.



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

Projects-Paving Supported, Professional Services, various projects;

0508-660-3000-CPPF-6311; 1999 SPLOST Sales Tax Supported ? Professional

Services, various projects, 0540-695-2126-TXRB-6311.



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



(B) OAKLAND PARK MILLING & RESURFACING



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

with Landmark Grading Company, Inc. (Fort Mitchell, AL) in the amount of

36,234.87 for milling and resurfacing of a roadway in Oakland Park.



Per Resolution Number 139-13 (dated April 23, 2013), Council authorized a

contract with Landmark Grading Company to provide storm drainage improvements

in Oakland Park The roadway requiring milling and resurfacing is located

within the work areas. In order to not have two contractors working within the

same project area and so the paving matches up and can be performed in a

continuous run, the Engineering Department obtained a quote and subsequently

granted approval for Landmark Grading Company to proceed with the milling and

resurfacing work. Therefore, Landmark Grading Company is considered an only

known source, per Section 3-114 of the Procurement Ordinance.



Funds are budgeted in the FY14 Budget: LOST-Infrastructure ? Engineering ?

Road Improvements ? LOST Resurface/Rehabilitation;

0109-250-9901-ROAD-7643-92001-20140.



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



(C) WORKERS? COMPENSATION SERVICES



It is requested that Council authorize payment to Public Risk Underwriters of

Georgia, Inc., (Peachtree Corners, GA) to provide workers? compensation excess

coverage and loss control services, in the total amount of $534,870, annually,

for the first year, for benefits and expenses payable for claims made under the

State of Georgia Workers? Compensation laws and regulations, such insurance to

be per occurrence and subject to a deductible of $500,000. Fees after the

first year will be negotiated contingent upon the City?s required services.

These services shall run concurrent with the contract time-line of the current

Workers? Compensation Claims Management provider, Usis/Amerisys.

On December 3, 2013, per Resolution #431-13, Council approved the contract with

Usis/Amerisys, for Workers? Compensation Claims Management Services. As part of

the RFP requirements, the contractor was required to provide loss control and

excess coverage services. In their RFP response, Usis/Amerisys included

broker, Public Risk Underwriters of Georgia to facilitate access to loss

control and excess coverage. Both vendors are separate divisions of Brown and

Brown, Inc.



Public Risk Underwriters of Georgia obtained quotes from several carriers for

excess coverage. Safety National, our current excess coverage carrier,

provided the quotes most favorable to the City, as follows:



General Government Retention Level/Public Safety Retention Level

$750,000/$750,000 $377,270

$500,000/$750,000 $438,900

$500,000/$500,000 $522,870



Safety National is an A1-rated carrier.



Loss control and excess coverage was previously covered under the Workers?

Compensation contract with ACCG. While under contract with ACCG, the excess

coverage cost was included in the annual invoice the City received for all

workers? compensation charges. However, there was no itemized delineation of

the various charges for which we were being billed. The City?s Risk Manager

requested last year?s cost for excess coverage, which was $502,692.



Excess coverage premiums for those entities whose experience modifier is

greater than 1.0 has been expected to rise in 2014 due to a change in formula

that was promulgated by the State Board of Workers Compensation. Public Risk

Underwriters of Georgia have been able to obtain a premium from an A1-rated

carrier that is very close to that we paid in 2013.



With the new contract, the City will receive invoices from USIS/AmeriSys for

workers compensation claims services, and a separate invoice for excess

coverage and loss control services. The fee for loss control services will

vary according to the amount of services we request each year, but the initial

cost for the first year of services was set at $24,000. Public Risk

Underwriters have committed to cutting that fee to $12,000 for 2014.



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

Risk Management Int Serv-Human Resource-Workers Compensation-Contractual

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





?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF ANNUAL CONTRACTS WITH PAUL

GARRETT (THOMASTON, GA) AND MORELAND ALTOBELLI ASSOCIATES, INC. (ATLANTA,

GA)FOR PROFESSIONAL NEGOTIATING SERVICES, WHICH WILL BE PROCURED ON AN ?AS

NEEDED? BASIS.



WHEREAS, an RFP was administered (RFP No. 14-0007) and proposals were received

from three offerors; and,



WHEREAS, the proposals submitted by Paul Garrett and Moreland Altobelli

met all proposal requirements and were 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 execute annual contracts

with Paul Garrett (Thomaston, GA) and Moreland Altobelli (Atlanta, GA) for

professional negotiating services. Funds will be budgeted each fiscal year for

this on-going expense: Capital Projects-Paving Supported, Professional

Services, various projects; 0508-660-3000-CPPF-6311; 1999 SPLOST Sales Tax

Supported ? Professional Services, various projects, 0540-695-2126-TXRB-6311.

_____________________



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

held the _________ day of ______________, 2014 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 EXECUTION OF A CONSTRUCTION CONTRACT WITH

LANDMARK GRADING COMPANY, INC. (FORT MITCHELL, AL) IN THE AMOUNT OF $36,234.87

FOR MILLING AND RESURFACING OF A ROADWAY IN OAKLAND PARK.



WHEREAS, per Resolution Number 139-13 (dated April 23, 2013), Council

authorized a contract with Landmark Grading Company to provide storm drainage

improvements in Oakland Park; and,



WHEREAS, the roadway requiring milling and resurfacing is located along Howe

Avenue between the intersections of Ramsey Road and Hawthorne Rowe, which falls

within the work areas of the storm drainage improvements project; and,



WHEREAS, in order to not have two contractors working within the same

project area and so the paving matches up and can be performed in a continuous

run, the Engineering Department obtained a quote and subsequently granted

approval for Landmark Grading Company to proceed with the milling and

resurfacing work. Therefore, Landmark Grading Company 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 execute a construction

contract with Landmark Grading Company, Inc. (Fort Mitchell, AL) in the amount

of 36,234.87 for milling and resurfacing of a roadway in Oakland Park. Funds

are budgeted in the FY14 Budget: LOST-Infrastructure ? Engineering ? Road

Improvements ? LOST Resurface/Rehabilitation;

0109-250-9901-ROAD-7643-92001-20140.



_____________________



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

held the _________ day of ______________, 2014 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 payment to Public Risk Underwriters of

Georgia, Inc., (Peachtree Corners, GA) to provide workers? compensation excess

coverage and loss control services, in the total amount of $534,870, annually,

for the first year, for benefits and expenses payable for claims made under the

State of Georgia Workers? Compensation laws and regulations, such insurance to

be per occurrence and subject to a deductible of $500,000. Fees after the

first year will be negotiated contingent upon the City?s required services.

These services shall run concurrent with the contract time-line of the current

Workers? Compensation Claims Management provider, Usis/Amerisys.

WHEREAS, On December 3, 2013, per Resolution #431-13, Council approved

the contract with Usis/Amerisys, for Workers? Compensation Claims Management

Services. As part of the RFP requirements, the contractor was required to

provide loss control and excess coverage services. In their RFP response,

Usis/Amerisys included broker, Public Risk Underwriters of Georgia to

facilitate access to loss control and excess coverage. Both vendors are

separate divisions of Brown and Brown, Inc; and,



WHEREAS, Public Risk Underwriters of Georgia obtained quotes from

several carriers for excess coverage. Safety National, our current excess

coverage carrier, provided the quotes most favorable to the City; and,



WHEREAS, With the new contract, the City will receive invoices from

USIS/AmeriSys for workers compensation claims services, and a separate invoice

for excess coverage and loss control services. The fee for loss control

services will vary according to the amount of services we request each year,

but the initial cost for the first year of services was set at $24,000. Public

Risk Underwriters have committed to cutting that fee to $12,000 for 2014.



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

FOLLOWS:



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

to Public Risk Underwriters of Georgia, Inc., (Peachtree Corners, GA) to

provide workers? compensation excess coverage and loss control services, in the

total amount of $534,870, annually, for the first year, for benefits and

expenses payable for claims made under the State of Georgia Workers?

Compensation laws and regulations, such insurance to be per occurrence and

subject to a deductible of $500,000. Fees after the first year will be

negotiated contingent upon the City?s required services. These services shall

run concurrent with the contract time-line of the current Workers? Compensation

Claims Management provider, Usis/Amerisys. Funds will be budgeted each

fiscal year for this ongoing expense as follows: Risk Management Int

Serv-Human Resource-Workers Compensation-Contractual Services;

0860-220-3820-WCOM-6319.

________________________________________



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

the _________ day of ____________________ 2014, 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