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 27, 2018



Agenda Report # 86



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) COMMUNITY DEVELOPMENT SOFTWARE ? RFP NO. 18-0008

It is requested that Council authorize the purchase of software from Benevate,

Inc. d/b/a Neighborly Software (Atlanta, GA). The vendor will provide an

enterprise software solution that will assist the Community Reinvestment

Department with grant management.



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 21, 2017. This RFP has been

advertised, opened and evaluated. Proposals were received on November 3, 2017

from the following vendors:



Benevate, Inc. (Atlanta, GA)

Anglicotech, LLC (Arlington, VA)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Held Agenda/Action

Pre-Evaluation Meeting

11/28/2017 Purchasing advised evaluation committee members of the RFP rules and

process. Project Manager provided overview and expectations of the contracted

vendor(s). Proposals were disbursed to each committee member to review.

1st Evaluation Meeting 12/13/2017 Discussed each of the two (2) proposals received.

Committee decided to request further clarification from Benevate, Inc., and to

request a Best and Final Offer from Anglicotech, LLC.

Letters sent 12/14/2017 A letter was sent to each vendor requesting the specified

information with a response date of December 18, 2017.

Response received 12/15/17 Benevate, Inc. responded with clarification information.

Response received 12/18/17 Anglicotech, LLC agreed to reduce their Cost Proposal, but

requested further clarification of software needs in order to reduce their Cost

Proposal, as well as, Department Budget for this item.

Presentations scheduled 12/21/2018 Presentations were scheduled for both vendors for

January 24, 2018.

Response received 12/21/2018 Benevate, Inc. agreed to present on the date specified.

Response received 12/22/2018 Anglicotech, LLC agreed to present on the date specified;

however, requested the feedback as specified in their 12/18/17 response.

Letter sent 01/05/2018 Letter was sent to Anglicotech providing the feedback

requested on software needs and Department Budget for this item.

Withdrawal of Proposal 01/16/2018 Anglicotech, LLC withdrew their proposal from

consideration.

Presentations Cancelled 01/19/2018 Committee decided there was no need for Benevate, Inc.

to demonstrate software, or be interviewed.

Best and Final Offer 01/23/2018 Committee decided to request a Best and Final offer

from Benevate, Inc.

Letter sent 01/23/2018 Letter was sent to Benevate, Inc. cancelling the demonstration

and requesting a Best and Final offer with a response date of January 29, 2018.

Response received 01/29/2018 Benevate, Inc. provided their Best and Final Offer.

Recommendation Received 01/30/2018 Committee voted to recommend Benevate, Inc. for award



Evaluation Committee:

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

one representative from Planning, one representative from IT, and one

representative from Community Reinvestment, who served as voting members.



Award Recommendation:

The evaluation committee deemed the proposal from Benevate, Inc. (Atlanta, GA)

to be most responsive to the RFP specifications.



Vendor Experience and Qualifications:

? Founded in 2015, Benevate, Inc. (d/b/a Neighborly Software) provides

integrated software for the enrollment, administration and reporting of

housing, economic and community development programs, as well as, the

administration of over sixteen different federal, state, local and privately

funded programs, that will also incorporate the functionality required to

administer grant management, customer relationship management, loan processing

and construction and rehab management, with the anticipated result of improving

compliance and maximizing community investment outcomes.



? Provided turnkey solutions to the following clients:

o Arundel Community Development Services (Annapolis, MD) ? February 2017

o Augusta, Housing and Community Development Department (Augusta, GA) ? May 2017

o Savannah, Housing Department (Savannah, GA) ? October 2016

o North Miami, Housing and Community Redevelopment Agency (North Miami, FL) ?

March 2017

o Westside Future Fund (Atlanta, GA) ? August 2017



The City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the RFP process, there is no formal opening due to the

possibility of negotiated components of the proposal. In the event City

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

Therefore, the evaluation results and cost information has been submitted to

the City Manager in a separate memo for informational purposes.



Funds are budgeted in the FY18 Budget as follows: Home Program Fund ?

Community Reinvestment ? Home ? Contractual Services; 0213-245-2500-HOME-6319.



* * * * * *



(B) WORKERS? COMPENSATION EXCESS COVERAGE AND LOSS CONTROL SERVICES



It is requested that Council authorize payment to Apex Insurance Agency, Inc.

d/b/a Apex Insurance Services (Norcross, GA) in the amount of $654,793.08 for

workers? compensation excess coverage and loss control services for benefits

and expenses payable for claims made under the State of Georgia Worker?s

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

subject to a deductible of $500,000. These services run concurrently with the

contract period of the current Worker?s Compensation Claims Management

provider, USIS/AmeriSys. The current contract expires on February 28, 2019.



On December 3, 2013, per Resolution No. 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 (Peachtree Corners, GA) to

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

separate divisions of Brown and Brown, Inc.



On February 11, 2014, per Resolution No. 68-14, Council authorized annual

payments to Public Risk Underwriters of Georgia, Inc. Resolution No. 73-15,

dated March 24, 2015, amended Resolution No. 68-14 by changing the name of

Public Risk Underwriters of Georgia, Inc. to Apex Insurance Agency, Inc. d/b/a

Apex Insurance Services (Norcross, GA) to continue providing workers?

compensation excess coverage and loss control.



Apex Insurance Agency, Inc. d/b/a Apex Insurance Services obtained quotes from

several carriers for excess coverage. Safety National, our current A1-rated

excess coverage carrier, provided the quotes most favorable to the City, as

follows:



General Government Retention Level/Public Safety Retention Level

$500,000/$750,000 $536,567

$500,000/$500,000 $630,793





Funds are budgeted each fiscal year for this ongoing expense as follows: Risk

Management Int Serv ? Human Resources ? Workers Compensation ? Contractual

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



* * * * * *



(C) 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

$107,605.21 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.



? 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 will coordinate their work and the work of the consultants

with Georgia Department of Transportation for an additional fee of

approximately $24,000.00.



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. 107,605.21

New Contract Amount $ 207,605.21



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.



* * * * * *



(D) PROFESSIONAL SIGN MAKING AND ERECTING SERVICES FOR ALCOHOL BEVERAGE

LICENSE APPLICATIONS (ANNUAL CONTRACT) ? RFB N0. 18-0031



It is requested that Council approve the annual contract for Professional Sign

Making and Erecting Services for Alcohol Beverage License Applications, on an

?as needed basis,? from Curtiss Signs, Inc. (Columbus, GA), for the estimated

annual contract value of $9,250.00.



The Professional Sign Making and Erecting Services will be utilized by the

Finance Department/Revenue Division. The sign making and erecting services

requested are in conjunction with the application process for an Alcohol

Beverage License in Muscogee County.



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

renew for three (3) additional twelve (12) month periods. Contract renewal is

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



Bid information was posted on the web pages of the Purchasing Division and the

Georgia Procurement Registry on January 10, 2018. One (1) bid was received on

February 7, 2018. This bid has been advertised, opened and reviewed. The

bidder was:



Estimated Annual Contract Value

Curtiss Signs, Inc., (Columbus, GA) $9,250.00



*Morris Signs submitted a quote, for a single sign, by email before the due

date. The Vendor was notified, by phone, and informed that the bid had to be

completed, with all necessary inclusions and submitted in a sealed package.

The vendor failed to submit a responsive bid by the due date.



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

?Finance Department ? Revenue-Occupation Tax ? Professional Services;

0101-200-2200-REVN-6311.



* * * * * *



(E) BRADLEY CIRCLE SLOPE FAILURE REPAIRS ? RFB NO. 18-0032



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

with Cline Service Corp. (Columbus, GA) in the amount of $179,000.00 for

Bradley Circle Slope Failure Repairs.



Cline Service Corp. will reconstruct a failed earthen slope between the

Riverwalk and Bradley Circle in the City of Columbus, Ga. Included in the

reconstruction are the removal and disposal of the existing damaged site

improvements and the construction of new pavement on both the Riverwalk and

Bradley Circle, new metal fencing along the Riverwalk, new retaining wall

construction and repairs along with new curb and gutter and storm drainage

upgrades on Bradley Circle. Upon reestablishment of the earthen embankment,

vegetative cover will be installed to further stabilize the slope against the

possibility of any future failure.



Bid information was posted on the web pages of the Purchasing Division and the

Georgia Procurement Registry on January 12, 2018. Six (6) bids were received

on February 14, 2018. This bid has been advertised, opened and reviewed. The

bidders were:



Bidders Total Bid DBE Participation

Cline Service Corp (Columbus, GA) $ 179,000.00 0.00%

?Solidscapes LLC (Lavonia, GA) 137,648.00 10.18%

McLeroy, Inc. (Zebulon, GA) 188,350.00 4.75%

Earth-Scapes, Inc. (Phenix City, AL) 219,210.00 10.18%

Southeastern Site Development, Inc. (Newnan, GA) 239,070.00 14.45%

Scott Bridge Company, Inc. (Opelika, AL) 504,000.00 5.56%





?As documented by the Engineering Department, Solidscapes LLC does not possess

a Georgia Contractor?s License as specified in the Bid documents and as

required by Georgia Code Title 43 Professions and Businesses, Chapter 41

Residential and General Contractors. Therefore, Solidscapes LLC is not the

lowest responsible bidder for this project, and is ineligible for award

consideration.



This project is 100% reimbursable from FEMA. Funds are budgeted in the FY18

Budget: Special Projects ? Capital Projects Fund ? Capital Projects ? General

Fund Supported Capital Projects ? General Construction ? FEMA/GEMA-Bradley

Circle Dec 2015 Storm Damage; 0508-660-1000-CPGF-7661-22948-20180.





* * * * * *



(F) LOT CLEARING SERVICES (ANNUAL CONTRACT) - RFB NO. 18-0029



It is requested that Council approve the annual contract with Yardpro Lawncare

& Landscaping (Lanett, AL), Primary Contractor (Option 1) and Secondary

Contractor (Option 2); and Outdoor Solutions (Columbus, GA), Secondary

Contractor (Option 1) and Primary Contractor (Option 2), to provide lot

clearing services on an ?as needed? basis. The Department of Public Works has

$70,439.00 remaining funds for lot clearing services for FY18. The Department

of Inspections and Code will budget for these services beginning in FY19 and

subsequent fiscal years.



The contract will be awarded to both a Primary and Secondary contractor for

Option 1: Grass Cutting Only (Residential and Commercial); and both a Primary

and Secondary contractor for Option 2: Solid Waste Removal Only (Residential

and Commercial). The Department of Inspections and Code estimates four

hundred eighty-eight (488) lots to be classified as Option 1; and estimates one

hundred twenty-four (124) lots to be classified as Option 2. When the services

are needed, the Primary Contractor will be contacted first. If the Primary

Contractor is not available, then the City will contact the Secondary

Contractor to render the needed services.



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

three (3) additional twelve-month periods.



Bid information was posted on the web pages of the Purchasing Division and the

Georgia Procurement Registry on January 5, 2018. Five (5) bids were received

on January 31, 2018. This bid has been advertised, opened and reviewed. The

bidders were:





Outdoor Solutions (Columbus, GA) YardPro Lawncare & Landscaping (Lanett, AL) Absolute

Quality Services, LLC (Columbus, GA) Aspire Landscaping, Inc. (Cumming, GA) Yard-Nique,

Inc. (Sharpsburg, GA)

Total Option 1

Grass Cutting Only: $ 42,872.00 $ 41,360.00 $ 99,000.00 $ 77,280.00 $ 48,200.00

Total Option 2

Solid Waste Removal Only: $ 18,120.00 $ 43,164.00 $ 214,800.00 No Bid No Bid

Total Extended Cost: $ 60,992.00 $ 84,524.00 $ 313,800.00 $ 77,280.00 $ 48,200.00



Funds are budgeted in the FY18 Budget for this on-going expense: General Fund -

Public Works? Lot Clearing and Maintenance; 0101-260-2400-SPCL-6382. The

Department of Inspections and Code will budget for these services beginning in

FY19 and subsequent fiscal years.



* * * * * *



(G) TICKET VENDING MACHINE & SUPPORT EQUIPMENT FOR METRA



It is requested that Council authorize the purchase of a ticket vending machine

and support equipment from Genfare, Inc., (Elk Grove Village, IL), in the

amount of $66,172.06. The purchase includes installation, as well as, support

items i.e. swipe cards, and fare boxes.



This equipment will be utilized by the customers for purchasing the various

types of swipe cards. The machine will be located in the Customer Lobby of the

Transfer Center for the convenience of the customers. The cards will be used

on the buses for quicker entrance on the buses for timely service.



This equipment will replace the older version equipment that is approximately

10-15 years old, presently at the Transfer Center, which has exceeded its

useful life and is inoperable at this time. The particular model requested is

compatible to the Genfare fare boxes on METRA?s entire fleet of buses. Using

this company will allow compatibility with the original fare boxes, therefore

not accruing additional costs for replacement of the entire fare

infrastructure. This purchase is considered an only known source per Section

3-114 of the Procurement Ordinance.



Funds are budgeted in FY18 Budget: Transportation Fund ? Transportation - FTA -

Capital Expenditures Over $5000; 0751-610-2400-MFTA-7761 (Federal 80%, State 0%

and City 20%).



* * * * * *



(H) SERVICE/REPAIR OF CATERPILLAR D7R BULL DOZER



It is requested that Council approve the service/repair of a Caterpillar D7R

Bull Dozer, Vehicle #10822, by Yancey Brothers (Fortson, GA), in the amount

$14,999.90.



In November of 2017, during the required inspection of the Bull Dozer it was

discovered that the hydraulic system and undercarriage needed immediate repair,

which was approved in November. It was during this inspection that Public

Works was informed that the pins, bushings, and the idlers would need

replacement within the next quarter. The cost for this replacement is

$14,999.90.



Yancey Brothers, the local authorized Caterpillar distributer and repair

service dealer, will be performing these repairs. Therefore, the vendor is

deemed an only known source per the Procurement Ordinance, Article 3-114



Funds are available in the FY18 Budget: Integrated Waste Management Fund ?

Public Works ? Granite Bluff Inert Landfill ? Auto Parts and Supplies; 0207 ?

260 ? 3540 ? BLUF ? 6721.



* * * * * *



(I) CHANGE ORDER 1 FOR ALTERNATE #2 (PUBLIC DEFENDER?S OFFICE EXPANSION) OF THE

MUSCOGEE COUNTY JAIL KITCHEN FLOOR REFURBISHMENT PROJECT? RFB NO. 18-0021



It is requested that Council authorize the execution of Change Order 1 with C.

T. Bone, Inc. (Warner Robins, GA) in the amount of $ 35,920.20 for HVAC

services related to Alternate #2, Public Defender?s Office Expansion, of the

Muscogee County Jail Kitchen Floor Refurbishment project.



Per Resolution No. 424-17, dated December 12, 2017, Council authorized C. T.

Bone, Inc. (Warner Robins, GA) to refurbish the kitchen floor at the Muscogee

County Jail in the amount of $208,300.00 and expand the Public Defender?s

Office (Alternate #2) in the amount of $119,200.00. C. T. Bone, Inc. has

notified the City that their subcontractor failed to include pricing for HVAC

work for Alternate #2. Therefore, the cost for Alternate #2 increased from

$119,200.00 to $155,120.20, which is lower than that of the only other bid

received for the project.





Document Description Amount

Original Contract Refurbish the kitchen floor at Muscogee County Jail and expand the

Public Defender?s Office (Alternate #2) 327,500.00

Change Order 1 HVAC work for Public Defender?s Office (Alternate #2) 35,920.20

New Contract Amount $ 363,420.20



Funding is available in the FY18 Budget: Special Projects-Capital Projects

Fund ? Capital Projects ? General Fund Supported Capital Projects ? General

Construction ? Public Defender?s Office Expansion.

0508-660-1000-CPFG-7661-22951-20180.

?ITEM A?

A RESOLUTION

NO. ______





A RESOLUTION AUTHORIZING TO APPROVE THE CONTRACT WITH BENEVATE, INC.

(PENSACOLA, FL), TO PROVIDE AN ENTERPRISE SOFTWARE SOLUTION THAT WILL ASSIST

THE COMMUNITYI REINVESTMENT DEPARTMENT WITH GRANT MANAGEMENT.



WHEREAS, an RFP was administered (RFP 18-0008) and proposals were received from

two offerors; and,



WHEREAS, the proposal submitted by Benevate, Inc. (Pensacola, FL) met all

proposal requirements and was evaluated responsive to the RFP.



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



That the City Manager is hereby authorized to approve the contract with

Benevate Inc. (Pensacola, FL), to provide an enterprise software solution that

will assist the Community Reinvestment Department with grant management. Funds

are budgeted in the FY18 Budget as follows: Home Program Fund ? Community

Reinvestment ? Home ? Contractual Services; 0213-245-2500-HOME-6319.

_____________



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 PAYMENT TO APEX INSURANCE AGENCY, INC. D/B/A APEX

INSURANCE SERVICES (NORCROSS, GA) IN THE AMOUNT OF $654,793.08 FOR WORKERS?

COMPENSATION EXCESS COVERAGE AND LOSS CONTROL SERVICES FOR BENEFITS AND

EXPENSES PAYABLE FOR CLAIMS MADE UDER THE STATE OF GEORGIA WORKERS?

COMPENSATION LAWS AND REGULATIONS, SUCH INSURANCE TO BE PER OCCURRENCE AND

SUJBECT TO A DEDUCTIBLE OF $500,000. THESE SERVICES RUN CONCURRENTLY WITH THE

CONTRACT PERIOD OF THE CURRENT WORKERS? COMPENSATION CLAIMS MANAGEMENT

PROVIDER, USIS/AMERISYS. THE CURRENCT CONTRACT EXPRES ON FEBRUARY 28, 2019.



WHEREAS, on December 3, 2013, per Resolution No. 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 (Peachtree

Corners, GA) to facilitate access to loss control and excess coverage. Both

vendors are separate divisions of Brown and Brown, Inc.; and,



WHEREAS, on February 11, 2014, per Resolution No. 68-14, Council authorized

annual payments to Public Risk Underwriters of Georgia, Inc. Resolution No.

73-15, dated March 24, 2015, amended Resolution No. 68-14 by changing the name

of Public Risk Underwriters of Georgia, Inc. to Apex Insurance Agency, Inc.

d/b/a Apex Insurance Services (Norcross, GA) to continue providing workers?

compensation excess coverage and loss control; and,



WHEREAS, Apex Insurance Agency, Inc. d/b/a Apex Insurance Services obtained

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

A1-rated excess coverage carrier, provided the quotes most favorable to the

City.



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



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

Agency, Inc. d/b/a Apex Insurance Services (Norcross, GA) in the amount of

$654,793.08 for workers? compensation excess coverage and loss control services

for benefits and expenses payable for claims made under the State of Georgia

Worker?s Compensation laws and regulations, such insurance to be per occurrence

and subject to a deductible of $500,000. These services run concurrently with

the contract period of the current Worker?s Compensation Claims Management

provider, USIS/AmeriSys. The current contract expires on February 28, 2019.

Funds are budgeted each fiscal year for this ongoing expense as follows: 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 ____________, 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 EXECUTION OF CONTRACT AMENDMENT 1 WITH HECHT

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

$107,605.21 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; the

sub-consultant Southern Research Consultants (Waverly Hall, GA) will conduct a

phase-one intensive archaeological survey in the amount of $30,716.50; and

Hecht Burdeshaw will coordinate their work and the work of the consultants with

Georgia Department of Transportation for an additional fee of approximately

$24,000.00.



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

$107,605.21 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 ____________, 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 D?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR PROFESSIONAL SIGN MAKING AND

ERECTING SERVICES FOR ALCOHOL BEVERAGE LICENSE APPLICATIONS, ON AN ?AS NEEDED

BASIS?, FROM CURTISS SIGNS, INC. (COLUMBUS, GA), FOR THE ESTIMATED ANNUAL

CONTRACT VALUE OF $9,250.00.



WHEREAS, the Professional Sign Making and Erecting Services will be utilized by

Finance Department/Revenue Division The sign making and erecting services

requested are in conjunction with the application process for an Alcohol

Beverage License in Muscogee County; and,



WHEREAS, the term of contract period shall be for two years, with option to

renew for three (3) additional twelve (12) month periods.



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



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

Professional Sign Making and Erecting Services for Alcohol Beverage License

Applications on an ?as needed basis? from Curtiss Signs, Inc. (Columbus, GA)

for the estimated annual contract value of $9,250.00. The term of contract

shall be for two years with the option to renew for three additional

twelve-month periods. Funds will be budgeted each fiscal year for this ongoing

expense: General Fund ?Finance Department ? Revenue-Occupation Tax ?

Professional Services; 0101-200-2200-REVN-6311.



__________



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 CLINE

SERVICE CORP. (COLUMBUS, GA) IN THE AMOUNT OF $179,000.00 FOR BRADLEY CIRCLE

SLOPE FAILURE REPAIRS.



WHEREAS, Cline Service Corp. will reconstruct a failed earthen slope between

the Riverwalk and Bradley Circle in the City of Columbus, Ga. Included in the

reconstruction are the removal and disposal of the existing damaged site

improvements and the construction of new pavement on both the Riverwalk and

Bradley Circle, new metal fencing along the Riverwalk, new retaining wall

construction and repairs along with new curb and gutter and storm drainage

upgrades on Bradley Circle. Upon reestablishment of the earthen embankment,

vegetative cover will be installed to further stabilize the slope against the

possibility of any future failure.



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



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

with Cline Service Corp. (Columbus, GA) in the amount of $179,000.00 for

Bradley Circle Slope Failure Repairs. This project is 100% reimbursable from

FEMA. Funds are budgeted in the FY18 Budget: Special Projects ? Capital

Projects Fund ? Capital Projects ? General Fund Supported Capital Projects ?

General Construction ? FEMA/GEMA-Bradley Circle Dec 2015 Storm Damage;

0508-660-1000-CPGF-7661-22948-20180.

_______________



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 ANNUAL CONTRACT WITH YARDPRO LAWNCARE &

LANDSCAPING (LANETT, AL), PRIMARY CONTRACTOR (OPTION 1) AND SECONDARY

CONTRACTOR (OPTION 2); AND OUTDOOR SOLUTIONS (COLUMBUS, GA), SECONDARY

CONTRACTOR (OPTION 1) AND PRIMARY CONTRACTOR (OPTION 2), TO PROVIDE LOT

CLEARING SERVICES, ON AN ?AS NEEDED? BASIS. THE DEPARTMENT OF PUBLIC WORKS HAS

$70,439.00 REMAINING FUNDS FOR LOT CLEARING SERVICES FOR FY18. THE DEPARTMENT

OF INSPECTIONS AND CODE WILL BUDGET FOR THESE SERVICES BEGINNING IN FY19 AND

SUBSEQUENT FISCAL YEARS.



WHEREAS, the work includes cutting and removing grass, weeds, undergrowth and

other vegetation, and removing any and all solid waste as required by law;

and,



WHEREAS, the Department of Inspections and Code estimates four hundred

eighty-eight (488) lots each to be classified as Option 1 (Grass Cutting Only);

and estimates one hundred twenty-four (124) lots to be classified as Option 2

(Solid Waste Removal). The contract will be awarded to both a Primary

Contractor and Secondary Contractor for each option. When the services are

needed, the Primary Contractor will be contacted first. If the Primary

Contractor is not available, then the City will contact the Secondary

Contractor to render the needed services; and,



WHEREAS, the contract period shall be for two years, with the option to renew

for three additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractors.



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



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

Yardpro Lawncare & Landscaping (Lanett, AL), Primary Contractor (Option 1) and

Secondary Contractor (Option 2); and Outdoor Solutions (Columbus, GA),

Secondary Contractor (Option 1) and Primary Contractor (Option 2), to provide

lot clearing services, on an ?as needed? basis. Funds are budgeted in the FY18

Budget for this on-going expense: General Fund - Public Works? Lot Clearing and

Maintenance; 0101-260-2400-6382. The Department of Inspections and Code will

budget for these services beginning in FY19 and subsequent fiscal years.

_________________



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 AUTHORIZE THE PURCHASE OF A TICKET VENDING MACHINE AND

SUPPORT EQUIPMENT FROM GENFARE, INC., (ELK GROVE VILLAGE, IL), IN THE AMOUNT OF

$66,172.06. THE PURCHASE INCLUDES INSTALLATION, AS WELL AS, SUPPORT ITEMS

I.E. SWIPE CARDS, AND FARE BOXES.



WHEREAS, this equipment will be utilized by the customers for purchasing the

various types of swipe cards. The machine will be located in the Customer Lobby

of the Transfer Center for the convenience of the customers. The cards will be

used on the buses for quicker entrance on the buses for timely service; and,



WHEREAS, this equipment will replace the older version equipment that is

approximately 10-15 years old, presently at the Transfer Center, which has

exceeded its useful life and is inoperable at this time. The particular model

requested is compatible to the Genfare fare boxes on METRA?s entire fleet of

buses. Using this company will allow compatibility with the original fare

boxes, therefore not accruing additional costs for replacement of the entire

fare infrastructure. This purchase 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 purchase a ticket vending

machine and support equipment from Genfare, Inc., (Elk Grove Village, IL), in

the amount of $66,172.06. The purchase includes installation, as well as,

support items i.e. swipe cards, and fare boxes. Funds are budgeted in FY18

Budget: Transportation Fund ? Transportation - FTA - Capital Expenditures Over

$5000; 0751-610-2400-MFTA-7761 (Federal 80%, State 0% and City 20%).



______________



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 AUTHORIZE THE SERVICE/REPAIR OF A CATERPILLAR D7R BULL

DOZER, VEHICLE #10822, BY YANCEY BROTHERS (FORTSON, GA), IN THE AMOUNT

$14,999.90.



WHEREAS, in November of 2017, during the required inspection of the Bull Dozer

it was discovered that the hydraulic system and undercarriage needed immediate

repair, which was approved in November. It was during this inspection that

Public Works was informed that the pins, bushings, and the idlers would need

replacement within the next quarter. The cost for this replacement is

$14,999.90; and,



WHEREAS, Yancey Brothers, the local authorized Caterpillar distributer and

repair service dealer, will be performing these repairs. Therefore, the

vendor is deemed an only known source per the Procurement Ordinance, Article

3-114



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



That the City Manager is hereby authorized to proceed with the service/repair

of a Caterpillar D7R Bull Dozer, Vehicle #10822, by Yancey Brothers (Fortson,

GA), in the amount $14,999.90. Funds are available in the FY18 Budget:

Integrated Waste Management Fund ? Public Works ? Granite Bluff Inert Landfill

? Auto Parts and Supplies; 0207-260-3540-BLUF-6721.



_______________



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 I?

A RESOLUTION

NO. ______



A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER 1 WITH C. T. BONE, INC.

(WARNER ROBINS, GA) IN THE AMOUNT OF $35,920.20 FOR HVAC SERVICES RELATED TO

ALTERNATE #2, PUBLIC DEFENDER?S OFFICE EXPANSION, OF THE MUSCOGEE COUNTY JAIL

KITCHEN FLOOR REFURBISHMENT PROJECT.



WHEREAS, per Resolution No. 424-17, dated December 12, 2017, Council authorized

C. T. Bone, Inc. (Warner Robins, GA) to refurbish the kitchen floor at the

Muscogee County Jail in the amount of $208,300.00 and expand the Public

Defender?s Office (Alternate #2) in the amount of $119,200.00; and,



WHEREAS, C. T. Bone, Inc. has notified the City that their subcontractor failed

to include pricing for HVAC work for Alternate #2. Therefore, the cost for

Alternate #2 increased from $119,200.00 to $155,120.20, which is lower than

that of the only other bid received for the project.



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



That the City Manager is hereby authorized to execute Change Order 1 with C. T.

Bone, Inc. (Warner Robins, GA) in the amount of $35,920.20 for HVAC services

related to Alternate #2, Public Defender?s Office Expansion, of the Muscogee

County Jail Kitchen Floor Refurbishment project. Funding is available in the

FY18 Budget: Special Projects-Capital Projects Fund ? Capital Projects ?

General Fund Supported Capital Projects ? General Construction ? Public

Defender?s Office Expansion; 0508-660-1000-CPFG-6561-22951-20180.



_____________



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









Attachments


No attachments for this document.

Back to List