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 # 10



Columbus Consolidated Government

Council Meeting



October 13, 2015



Agenda Report # 42



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) HARLEY-DAVIDSON ?ROAD KING? POLICE MOTORCYCLES ? RFB NO. 16-0006



It is requested that Council authorize the purchase of four (4) Harley-Davidson

?Road King? Police Motorcycles from Chattahoochee Harley-Davidson (Columbus,

GA), at a unit price of $23,650.00, for a total amount of $94,600.00.



Three (3) motorcycles were approved in the FY16 Budget. They will be used by

officers of the Motor Transportation Division, of the Columbus Police

Department, performing patrol duties. A fourth motorcycle was added to the

bid, by addendum, after a unit was wrecked and declared unsalvageable. All are

replacement vehicles.



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

the Georgia Procurement Registry. One (1) bid was received on August 26,

2015. Per Item #8, of the RFB General Provisions, the bid due date was

extended to allow for more competition; however, no new bids were received.

This bid has been advertised, opened and reviewed. The bidder was:





Vendors Manufacturer/Model Guaranteed Trade-In Allowance Unit Price Total Price

(4 Units)

Chattahoochee Harley-Davidson

(Columbus, GA) Harley-Davidson

2016 FLHP $ 6,800.00 $ 23,650.00 $ 94,600.00



Funds are budgeted in the FY16 Budget as follows: LOST-Public Safety Fund ?

Police ? Public Safety-LOST ? Automobiles; 0102-400-9900-LOST-7721 [$70,950.00]

and General Fund ? Police ? Motor Transport ? Automobiles;

0101-400-3230-MOTR-7721 [$23,650.00].



* * * * * * * *

(B) HYDRAULIC MINI EXCAVATOR ? NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT



It is requested that Council approve the purchase of one (1) hydraulic mini

excavator (Caterpillar 303.5E2) from Yancey Bros. (Fortson, GA) in the amount

of $40,812.00, by cooperative purchase via National Joint Powers Alliance

(NJPA) Contract #032515-CAT.



The vehicle will be used by the staff of the Rainwater Management Division, of

the Public Works Department, to dig at job sites involving storm water pipes.

It is a replacement vehicle.



The purchase will be accomplished via Request for Proposal (RFP) Contract

#032515-CAT, initiated by the National Joint Powers Alliance (NJPA), whereby

Caterpillar, Inc., was one of the successful vendors contracted to provide

Heavy Construction Equipment. Yancey Bros. is the licensed dealer of

Caterpillar products for the City?s Metropolitan Statistical Area. The

contract, which commenced May 19, 2015, is good through May 19, 2019, with an

option to renew for a fifth year at the discretion of NJPA. The National

Joint Powers Alliance is a Service Cooperative created by Minnesota Statute

123A.21. This statute was created in 1978 and revised in 1995 to allow

participating governmental and municipal agencies to reduce the cost of

purchased goods by leveraging their combined purchasing power. The bid process

utilized by National Joint Powers Alliance meets the requirements of the City?s

Procurement Ordinance; additionally, cooperative purchasing is authorized per

Article 9-101 of the Procurement Ordinance.



Funds are budgeted in the FY16 Budget: Sewer Fund ? Public Works ? Sewer

Maintenance ? Off Road Equipment; 0202-260-3210-SWRM-7725.



* * * * * *



(C) DEMOLITION SERVICES (ANNUAL CONTRACT) ? RFP NO. 15-0031



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

W. T. Miller, LLC (Columbus, GA) for demolition services on an as-needed

basis.



W. T. Miller, LLC will provide all necessary equipment, materials,

transportation, and labor for residential and commercial demolition services.

The contract will include projects primarily from the Inspections and Code

Department, Community Redevelopment Division, Right-of-Way Acquisition Division

and the Public Works Department. Other projects approved by the City may be

covered under this agreement; however, the City reserves the right to bid

projects separately if deemed to be in the best interest of the City.



The initial term of the contrast will 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.



Annual Contract History:

The previous five-year contract with D. H. Griffin Wrecking Company, Inc. d/b/a

Reaves Wrecking Company, Inc. (Columbus, GA) was awarded on August 20, 2010

(Resolution No. 270-10).





RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on May 20, 2015.



This RFP has been advertised, opened and evaluated. Proposals were received on

June 19, 2015 from the following five (5) vendors:



W. T. Miller, LLC (Columbus, GA)

American Logistics International, Inc. (Griffin, GA)

Complete Demolition Services (Carrollton, GA)

D. H. Griffin Wrecking Company, Inc. (Hoover, AL)

EnviroMasters, Inc. (Carrollton, GA)



The following events took place after receipt of proposals:

RFP MEETINGS/EVENTS

Description Date Held Agenda/Action

Pre-Evaluation Meeting 07/08/15 The Purchasing Manager advised evaluation committee

members of the RFP rules and process. The Project Manager provided an overview

and expectations of the contracted vendor. The Buyer disbursed proposal copies

to each committee member to review.

1st Evaluation Meeting 07/24/15 Discussed each of the five proposals received. After

the discussions, the voting members of the committee confirmed they were ready

to perform their individual evaluations

Evaluation forms completed 09/03/15 Evaluation forms were completed and returned to

Purchasing for compilation results.

2nd Evaluation Meeting 09/14/15 The committee met to discuss the evaluation results, and

short-listed the two highest rated firms.

Presentations & Recommendation 10/02/15 The two short-listed firms provided presentations to

the committee. Immediately after the presentations, the committee unanimously

voted to award to W. T. Miller.





Evaluation Committee:

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

of one voting member from the Inspections & Codes Department, one voting member

from the Engineering Department, and one voting member from the Community

Reinvestment Division. The committee also consisted of one non-voting

advisory member from the City Manager?s Office.





Award Recommendation:

The evaluation committee deemed the proposal from W. T. Miller, LLC most

responsive to the RFP specifications. Therefore the Evaluation Committee, as

reflected by their comments provided below, recommends award of the contract to

W. T. Miller, LLC for the following reasons:



? Because the contractor is a local company, they will be more responsive to

the needs of the City.

? The contractor has the appropriate experience, capacity and equipment to

handle the projected workload associated with this annual contract.

? Asbestos testing will be performed in-house, which will shorten lead times on

demolition.

? The firm provided a very detailed service plan, which includes a superior

response time on required tasks.

? Based on the contractor?s client work history, they can handle large jobs.

? The contractor?s proposed costs are within or lower than the other responding

contractors.

? The contractor will utilize local Disadvantaged Business Enterprises (DBEs).

With a total of 15% of the work being subcontracted to DBEs, the contractor

exceeded the 10% DBE participation goal.



Vendor Experience/Qualifications:

? W. T. Miller, LLC has been in operation for three years, has a full staff of

32 employees and is located in Columbus, Georgia.

? Local projects include:

o Columbus Regional HealthCare (Columbus, GA)

- Demolition and abatement of the Old Health Department located on Talbotton

Road

- Asbestos abatement on multiple floors of the Midtown Medical Center

o Columbus Ledger Enquirer (Columbus, GA)

- Demolition of the three-story printing press located at the Ledger Enquirer

Building

- Asbestos abatement of the Ledger-Enquirer building.

o Fort Benning, Georgia

- Demolition and abatement of Building 3240 (Starship Barrack Renovations

- Demolition of 35 buildings

o Downtown Broadway Renovation projects

o River Walk Power House Building renovation

? W. T. Miller is a current member of the Columbus Chamber of Commerce and the

National Demolition Association.

? W. T. Miller has the ability to perform demolition, asbestos abatement, lead

based paint abatement, and erosion control.

o W. T. Miller is a licensed contractor by the Georgia Secretary of State, a

licensed abatement contractor by the Georgia Environmental Protection Division,

and a licensed lead based paint abatement contractor by the Georgia

Environmental Protection Division.

o The 32 employees of W. T. Miller encompasses a broad range of Asbestos

Abatement certifications, Lead Based Paint certifications, Safety

certifications (OSHA and Equipment Operating), Erosion Control Certifications,

and CPR 1ST Aid Training.



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 each fiscal year for this on-going expense: Community

Reinvestment ? Real Estate ? Demolition Services, 0101-245-2400-REAL-6381;

Community Development Block Grant Fund ? Community Reinvestment ? Redevelopment

? Demolition Services, 0210-245-2100-RDEV-6381; and Community Development ?

Inspections and Code Enforcement ? Demolition Services, 0101-240-2200-INSP-6381.



* * * * * *



(D) CONTRACT AMENDMENT FOR PUBLIC TRANSIT NEEDS ASSESSMENT FOR MUSCOGEE

COUNTY, GA ? RFP NO. 13-0029



It is requested that Council authorize an amendment to the contract with

Connetics Transportation Group, Inc. (Roswell, GA) for the public transit needs

assessment. The contract amendment, which shall not exceed $140,659.17, is

required for professional transit planning services.



In July 2012, voters in the River Valley region, which includes Columbus,

approved the Transportation Special Purpose Local Option Sales Tax (TSPLOST), a

one-cent sales tax over 10 years earmarked to fund a list of transportation

related projects specific to each region. One of the projects approved was for

approximately $22.4 million towards transit improvements in Columbus-Muscogee

County.



Per Resolution No. 278-13, Columbus Council authorized the execution of a

contract with Connetics Transportation Group for a transit needs assessment,

which was completed in early 2015. The needs assessment was intended to

determine how to best invest those sales tax dollars in quality transit

services that will provide the greatest benefit to the community.

Implementation of the recommendations from the study would result in a complete

transformation of METRA?s service structure, ultimately providing a more robust

transit network with service to more destinations over a longer service day.



The Transit Needs Assessment includes recommendations that were developed in

mid-2014. It was assumed that the recommendations would be implemented in two

phases, with the first phase (Short Range Service Plan) being implemented in

2016, followed by the second phase (Long Range Service Plan) three years later

(2019).



Since the completion of the Transit Needs Assessment, CCG staff has gone

through a process of examining actual TSPLOST revenues and re-examining

estimated costs. Recognizing a likely shortfall in funding compared to

expenses, staff recommends revisiting the service plans to blend the best ideas

from the short and long range service plans. Georgia DOT has also agreed to

extend the timeframe for using the TSPLOST revenues by five years (from 2022 to

2028).



As part of the steps required to move forward towards implementation, staff has

identified a need for additional assistance from Connetics Transportation Group

to assist METRA with refinements to and implementation of the service plan

recommendations. Connetics Transportation Group proposes structuring this work

in task orders. Task Order 1 is clearly defined with designated hours and

expenses to complete each assignment. Task Order 2, however, is more loosely

defined as on-going implementation planning support on an as-needed basis.



TASK ORDER 1

This initial task order has been defined with specific tasks to be undertaken

by Connetics Transportation Group supporting the implementation of transit

system improvements identified as part of the METRA Transit Needs Assessment.



Task 1 ? Service and Financial Plan Refinements

As noted above, CCG staff has identified a need to refine the service plan

recommendations developed during the Transit Needs Assessment process to

reflect current cost considerations and the anticipated level of funding

available through the TSPLOST. Connetics Transportation Group will work

closely with METRA and other CCG staff to develop a financially sound and

implementable refined service plan that will make the best possible use of

projected resources to provide the services and amenities promised to the

public.



It is anticipated that prior to beginning service plan refinement, CCG staff

will solicit, compile, and provide requests for service or amenities to

Connetics Transportation Group that were not included in the initial service

plan recommendations. Connetics Transportation Group will analyze these

service requests to determine which should be accommodated within the refined

service plan.



Task 2 ? Bus Stop Siting and Amenities

For new and modified fixed routes included in the final service plan

recommendations, bus stops will need to be added, removed and relocated.

Connetics Transportation Group will drive each route alignment to identify

where bus stops (new and existing) may be impacted. Traffic flow, visibility,

adjoining land uses, pedestrian access and ADA access will all be considered

during the siting process. When complete, a listing of new, relocated and

deleted stops will be presented to METRA staff for action. Additionally,

Connetics Transportation Group will work with METRA to identify bus shelter

locations along new or modified routes. Connetics Transportation Group will

identify stop and shelter locations using parameters and standards established

by METRA. If no standards exist, Connetics Transportation Group will use

industry best practices. Costs for stop and shelter installation and/or

removal will be calculated upon request, provided unit costs are furnished by

METRA. Please note, this task does not include installation or utility

location services.



The Transit Needs Assessment identified 13 locations along existing METRA

routes where poor access to bus stops (e.g., sidewalks and ADA compliant curb

cuts/ramps) restricts use of the fixed route system for METRA?s ADA paratransit

customers. For new and modified fixed routes, Connetics Transportation Group

will work with METRA to identify locations where additional bus stop access

improvements appear to be needed or where previously identified bus stop access

improvements are no longer required. A list of these locations will be

compiled and provided to CCG staff for costing and implementation.



Task 3 ? Scheduling and Run Cutting

Upon final approval of the refined service plan recommendations, scheduling and

run cutting activities will need to be completed. These activities will take

place and shortly prior to the implementation of each service change.

Activities include:



? Run Time Development ? For each of the new and modified routes, new run times

will be developed. Timepoints will be established based on passenger

connectivity needs and operational effectiveness. Using a combination of

estimated travel speeds and input from METRA operations staff to ensure

reasonableness, timepoint-to-timepoint run times will be calculated for use in

the Trip Building sub-task.



? Trip Building ? Using the data from the Run Time Development sub-task,

weekday and Saturday schedules for each route will be developed as prescribed

in the Short Range and Long Range Service Plans. Departure times will be

assigned to maximize system wide connectivity and optimize capacity at the

METRA Transit Center.



? Blocking ? Once Trip Building has been completed, trips will be organized

into the daily activity each vehicle block performs for weekday and Saturday

service. A nomenclature will be created that will be consistent and easy for

METRA operations staff to track. Interlining will be employed as prescribed by

the respective service plan.



? Run Cutting ? Upon completion of the Blocking sub-task, work shifts for

weekday and Saturday service will be created using parameters defined by

METRA. These parameters may include a combination of full time work (8 and/or

10 hour runs), straight and/or split shifts, or any other industry-standard

practices as outlined by METRA.



Task 4 ? Operations Summary

This task includes operational items that fall outside of the Scheduling and

Run Cutting task, including turn-by-turn directions for new and modified routes

to assist bus operators with navigating each route. Inbound and outbound

patterns will be accounted for as well as any pattern differentials or

trip-specific deviations. Additional materials such as transit center layout

and bay assignments will also be developed.



TASK ORDER 2

Connetics Transportation Group will be available to provide on-going

implementation planning support on an as-needed basis over a period not to

exceed three years. The intent is to provide a method to quickly respond to

professional transit planning services needs associated with the implementation

of improvements identified in the Transit Needs Assessment. Work will be

initiated by Connetics Transportation Group upon request by CCG Planning or

METRA staff. It is anticipated that specific tasks will be initiated after a

detailed scope, schedule, and budget has been defined and agreed upon by CCG

and Connetics Transportation Group. Possible areas of support may include, but

are not limited to the following:



? Columbus Council Meeting Support ? Columbus Council briefings and/or actions

may be required to move the transit recommendations forward to implementation.

Connetics Transportation Group will be available to attend and/or develop and

make PowerPoint presentations to the Columbus Council at up to two meetings.



? Steering Committee or Public Information Meeting Support ? Depending on the

final service plan recommendations, there may be a need to present the

recommendations at Transit Needs Assessment Steering Committee Meetings and/or

Public Information Meetings. Connetics Transportation Group will be available

to support CCG Planning and METRA staff by attending and/or developing and

making PowerPoint presentations to the Steering Committee or the public at up

to four meetings. METRA may also request Connetics Transportation Group

assistance to staff in responding to questions and concerns from citizens

before and/or after the meetings.



? Bus Route Schedule Development ? METRA currently produces both printed and

on-line schedules and maps for each fixed route in the transit system for use

by the public. At a minimum, development of printed and on-line schedules and

maps will be required for each new or modified route. Connetics Transportation

Group will be available to work with METRA to produce route schedules and/or

maps for METRA fixed routes. Timetables and maps developed as part of Task

Order 1 will be used to create production-ready public route schedules and/or

maps using desktop publishing software. The formatting of schedules and maps

will be upon with METRA staff prior to development. METRA staff will be

responsible for final proofing of the schedules and maps including the cover

and fare boilerplates. METRA will also be responsible for all printing and

distribution activities.



? Minor Interim Route Adjustments ? Between the time the refined service plan

is approved and the final days of implementation, there may be minor route

alignment changes that need to be included in the next service implementation

phase. These changes may be caused by the unexpected opening, closing or

relocation of a major business, employment center or public service facility.

Additional affordable housing that falls just outside of a proposed route?s

walk-shed may also influence a change from the original proposal. In the event

of these occurrences and if able to be accommodated into the route?s projected

cycle time, minor modifications will be incorporated into the appropriate

service plan and reflected in all related materials.



? Operations Staff Training ? Prior to implementation of service changes, METRA

operations staff will require training on the specific details of how each

route will be operated. Connetics Transportation Group will be available to

brief selected supervisors and training staff on each route?s new alignment and

schedule, major connection points, and route interlining developed in the

Scheduling and Run Cutting task in Task Order 1. The selected supervisors and

trainers will also be versed in anticipated questions/issues that may arise

from bus operators and customers.



? On-Site Support on Day of Implementation ? To ensure a smooth transition to

the new service, Connetics Transportation Group staff will be available to be

on-site for the first day of implementation of major service changes. The

on-site presence will be in place to provide last-minute assistance and

trouble-shooting for METRA operations staff, bus operators and customers.





Estimated Labor Costs and Expenses

The following table identifies estimated labor costs and expenses associated

with the Task Orders outlined in this proposal.



Task Order 1 is clearly defined with designated hours and expenses to complete

each assignment.



Task Order 2, however, is more loosely defined as on-going implementation

planning support on an as-needed basis. Assignments within this task order may

or may not fully exhaust the hours and expenses identified. The allocated

hours/expenses for this task are on an on-call basis and will only be utilized

as requested by CCG Planning or METRA staff.









Funding is available in the FY16 Budget: Transportation Fund ? UMTA Capital

Grant ? Metra-TSPLOST ? Consulting ? Bus Route Study;

0751-610-2500-MTSP-6315-68001-20140.



* * * * * *



(E) REAL ESTATE APPRAISAL SERVICES (ANNUAL CONTRACT) ? RFP NO. 15-0021



It is requested that Council approve the annual contract for Real Estate

Appraisal Services from Norris Appraisal Group, LLC for Option 1: Community

Reinvestment; as well as, Appraisal Enterprises, Inc., and Norris Appraisal

Group, LLC for Option 2: Right-of-Way. The firms will provide all labor,

supervision, and materials required to perform real estate appraisal services,

on an ?as needed basis?, for various projects involving land acquisition and

disposition.



Option 1: Community Reinvestment ? Norris Appraisal Group, LLC will perform

real estate appraisal services for the Department of Community Reinvestment in

accordance with standards contained in the Department of Housing and Urban

Development Handbook 1278 5-3; 49 CAR 24.103 and Appendix 20.



Option 2: Right-of-Way ? Appraisal Enterprises, Inc., and Norris Appraisal

Group, LLC will perform appraisal services for Right of Way projects that are

State/Federal projects approved by the Georgia Department of Transportation

(GDOT) and appraisers must be classified as Level I, II, III, IV or V. As

required by GDOT, all Appraisers are on the approved list of Pre-qualified for

Right of Way related services. Price quotes will be requested of the

contracted vendors, and the award will be governed by cost and availability to

perform the appraisal services in a timely manner.



The initial term of the contract will be for one year with the option to renew

for four (4) additional twelve-month periods. Contract renewal will be

contingent upon the mutual agreement of the City and the Contractor(s).



Annual Contract History:

The current five year contract with Appraisal Enterprises, Inc., Moreland

Altobelli Associates, Inc., Norris Appraisal Group, LLC, Realty Appraisal

Services and G. E. Heinzelman & Associates, Inc., was awarded on May 25, 2010

(Resolution No. 170-10), to perform real estate appraisal services for various

projects involving land acquisition and disposition on an ?as needed basis?.



Realty Appraisal Services and G. E. Heinzelman & Associates, Inc. were unable

to fulfill their contracted services, and were therefore removed from the

contract. A second bid was advertised on November 16, 2011, to fill the

vacancies of these two contractors. It was awarded on March 13, 2012

(Resolution No. 65-12), to Cliatt Appraisal Company and Crider, Bouye &

Elliott, LLC.



Due to the additional time needed to complete the evaluation process for the

new RFP, this contract was extended through November 30, 2015.



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on April 20, 2015.



This RFP has been advertised, opened and evaluated. Proposals were received on

May 29, 2015 from the following vendors:



Norris Appraisal Group, LLC (Columbus, GA)

Appraisal Enterprises, Inc. (Buford, GA)

Anderson Appraisal Associates, Inc. (Atlanta, GA)

Black Sun Valuation (Atlanta, GA)

Fraysier Appraisal Services, Inc. (Ball Ground, GA)

RE Appraisal Group, Inc. (Flowery Branch, GA)

Reece Realty Resources (Atlanta, GA)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Held Agenda/Action



Pre-Evaluation Meeting

6/23/2015 Purchasing advised evaluation committee members of the RFP rules and

process. Project Managers provided overview and expectations of the contracted

vendors. Proposals were disbursed to each committee member to review.

1st Evaluation Meeting 7/30/2015 Discussed each of the seven proposals received. Voting

members agreed they were ready to complete the evaluation forms.

Evaluation forms completed 8/6/2015 Evaluation forms were completed and returned to

Purchasing for compilation results.

Evaluation Results 9/29/2015 Results were sent to Evaluation Committee members.

Recommendation received 10/2/2015 Evaluation committee voted to award to highest ranked

vendor(s) per respective option.





Evaluation Committee:

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

two representatives from Community Reinvestment, one representative from

Planning, one representative from Traffic Engineering, and one representative

from Engineering/GIS, who served as voting members. The committee also

consisted of two non-voting advisory members from Planning.



Award Recommendation:



Option 1: Community Reinvestment:

The evaluation committee deemed the proposal from Norris Appraisal Group, LLC,

most responsive to the RFP specifications for Option1: Community Reinvestment.

Therefore the Evaluation Committee, as reflected by their comments provided

below, recommends award of the contract for Option1: Community Reinvestment, to

Norris Appraisal Group, LLC for the following reasons:



? Firm is qualified and has the experience needed to perform all aspects of the

appraisal services.

? The vendor has performed appraisals for the Columbus Consolidated Government

and for the Georgia Department of Transportation since approximately 1993.

? Vendor has performed appraisals for different kinds of organizations and many

different types of appraisals from residential, commercial and vacant

properties.

? The vendor?s service plan outlines what process will be undertaken to

complete the appraisal process and will comply with the standards contained in

the Department of Housing and Urban Development Handbook.

? The vendor provided the most favorable costs for their services.



Option 2: Right-of-Way:

The evaluation committee deemed the proposals from Appraisal Enterprises, Inc.

, and Norris Appraisal Group, LLC most responsive to the RFP specifications.

Therefore the Evaluation Committee, as reflected by their comments provided

below, recommends award of the contract to Appraisal Enterprises, Inc., and

Norris Appraisal Group, LLC for the following reasons:



Appraisal Enterprises, Inc.:

? Very good experience. Vendor is a Level 4 appraiser. Vendor provided expert

testimony on many occasions. All different types of appraisals conducted.

? The vendor?s qualification/experience is excellent. The vendor has over 25

years experience and a variety of training.

? Work history is very impressive and firm has worked for the City of Columbus

on several projects.

? Very detailed service plan, which includes steps and time frame for

completion and submission to the City.

? Fee proposals are very reasonable.



Norris Appraisal Group, LLC:

? Firm is very qualified and has the experience needed to perform appraisal

services. Mr. Norris has a BBA in General Business with a concentration in

Finance.

? Work history is impressive. Firm has performed work for the city of Columbus

for past and current projects. Firm has performed appraisal work in Georgia

and Alabama.

? Firm will use the methods outlined in the standard ROW appraisal procedures

required by the Georgia Department of Transportation (when required). Service

plan is very detailed on the process.

? The vendor provided a very reasonable cost proposal compared to other

proposals.



Vendor(s) Experience/Qualifications:



Appraisal Enterprises, Inc.:

? Incorporated in the State of Georgia in 2015. The company is owned by

Cynthia K. Milner (51%) and Walter T. Milner (49%). Prior to this date,

Cynthia Milner worked as a sole proprietor in the Appraisal Community.

? Cynthia Milner is currently one of three approved appraisers for Gwinnett

County Georgia and provides appraisals on an ?as needed? basis to the County

for various projects. These assignments have included appraisals for public

park land, utility easements, surplus property offered for sale by the County

and the most active current assignment is for the NSP program (Neighborhood

Stabilization Program).

? Appraisal Enterprises, Inc., has provided appraisal services for several

municipalities including the City of Sugar Hill Georgia, Columbus Consolidated

Government, the town of Cornelia Georgia and the town of Cleveland, Georgia.

? Cynthia Milner has provided appraisals and negotiated property acquisitions for

the Georgia Department of Transportation both for the Department and for

private property owners. Appraisal Enterprises, Inc., has been associated with

W. McRae Greene, a Level IV appraiser for the Department of Transportation and

one of the most well respected appraisers called on to testify in eminent

domain proceedings in Georgia. Mr. Greene has agreed to associate with

Appraisal Enterprises in this endeavor for upper level appraisal assignments.

? Appraisal Enterprises, Inc. is on the Prime Contractor team of IAR, Inc.

headed by Mr. Julian Diaz, MAI. Appraisal Enterprises, Inc. has completed over

100 acquisition appraisals for this Prime Contractor for the Georgia Department

of Transportation.

? Cynthia Milner is a Certified Property Manager (CPM), is a Georgia Certified

General Appraiser and holds a Georgia Real Estate License. She is an Associate

Member of the Appraisal Institute, and is an FHA Approved Appraiser. She is on

the FDIC Approved Appraiser List, and is a State of Georgia Hearing and

Arbitration Officer (DOR). She is WOSB Certified and DBE Certified.

? Cynthia Milner has training in the following:

o Managing Commercial Buildings, Institute of Real Estate Management

o Managing Real Estate as an Investment, Institute of Real Estate Management

o Problem Solving and Decision Making, Institute of Real Estate Management

o Ethics in Real Estate Management, Institute of Real Estate Management

o Basic Income Capitalization, Appraisal Institute

o General Applications, Appraisal Institute

o Standards of Professional Practice

o USPAP, Update, Appraisal Institute

o Advanced Income Capitalization, Appraisal Institute

o Advanced Sales Comparison and Cost Approach, Appraisal Institute

o Historic Preservation

o FHA and the New Residential Appraisal Forms

o Business Practices and Ethics

o What Commercial Clients Would Like Appraisers to Know

o Eminent Domain and Condemnation

o Market Analysis and the Site to do Business

o Conservation Easement Certification

o Plus many continuing education courses.

? Client History include:

o Georgia Department of Transportation

o International Appraisal & Research Group, Inc. (IAR)

o Columbus Consolidated Government

Norris Appraisal Group, LLC:

? Rick Norris is the Owner of Norris Appraisal Group, LLC, May, 2009 to

present. Harris County Board of Tax Assessors 2004-2015, Chairman, 2004, 2006

and 2008 to 2012.

? Limited Partner ? Cliatt & Norris Appraisals, LLP January, 2000 to May,

2009. Qualified as Level IV appraiser with the Georgia Department of

Transportation, which is now known as a Level III (GDOT Reclassification).

? Independent Fee Appraiser ? Cliatt Appraisal Company, May, 1993 through

December, 1999. Appraisals completed include commercial and manufacturing

properties, rural acreage, farmland and residential properties. Qualified as a

Level III appraiser with the Georgia Department of Transportation.

? Commercial Appraiser ? Columbus Consolidated Government, October, 1987

through May, 1993. Conducted field work and valuation analysis for commercial

real property. Defended valuations before the Muscogee County Board of Tax

Assessors and Board of Equalizations. Member of the Georgia Association of

Assessing Officials 1989-1993. Qualified as a Level II Appraiser with the

Georgia Department of Revenue.

? Rick Norris is a Certified General Real Property Appraiser in both Georgia

and Alabama.

? Rick Norris has a BBA Degree and Major in General Business.

? Rick Norris has successfully completed the following courses:

o Georgia Department of Revenue Georgia Assessment Administration, October,

2008.

o Georgia Department of Revenue Course V, Cost Approach to Value, May, 2006.

o Georgia Department of Revenue Course 1, Certification for Assessors, May,

2004.

o The Appraisal Institute, Course 320 ? General Applications, February, 1997.

o The Appraisal Institute, Course 310 ? Basic Income Capitalization, September,

1995.

o Lee and Grant Company, Uniform Standards of Professional Appraisal Practice,

July, 1993.

o Georgia Department of Revenue Course 1A, Basic Appraisal, February, 1993.

o Society of Real Estate Appraisers Course #101, Introduction to Real Property,

June, 1991.

o Georgia Department of Revenue, Course 2, Income Course, May, 1989.

o Various other continuing education courses.

? Client History include:

o Major lending institutions with local branches (Synovus, SunTrust, Regions,

Citizens Trust, Heritage Bank of the South, Ameris Bank)

o Credit Unions (MEA Federal Credit Union, Kinetic Credit Union, Five Star

Credit Union)

o Local Government (City of Columbus, Columbus Water Works, Columbus Housing

Authority, Columbus Municipal Airport, Russell County School Board, Phenix City

Housing Authority)

o State Government (Georgia Department of Transportation, University of Georgia

Board of Regents [Columbus State University, Georgia Southwest State

University])

o Federal Government (U.S. Army Corps of Engineers, HUD)

o Other Companies and Institutions (Columbus Regional Healthcare,

Jackson-Burgin, Inc., Boral Bricks, Blue Cross Blue Shield, Georgia Power,

Mead-Westvaco)

o Local attorneys

o A large variety of other banks, lenders, attorneys, private investors and

individuals.

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 will be budgeted each fiscal year for this on-going expense: General Fund

? Community Reinvestment ? Real Estate ? Appraisals, 0101-245-2400-REAL-6373;

and Other various projects will be funded through the Capital Improvement

Project Financing.



* * * * * *



(F) SWITCHED ETHERNET SERVICE



It is requested that Council approve an agreement with AT&T for switched

Ethernet service. This agreement with AT&T for switched Ethernet service

covers the Garfield Dr & River Rd radio towers at an approximate monthly amount

of $857.50, for sixty (60) months and it also covers the Fire Stations and

other locations such as Pine Grove Landfill, the Sheriff's Training Facility,

Muscogee County Prison, and the Recycling Center at a monthly amount of

approximately $5,276.25 for sixty (60) months.





AT&T switched Ethernet is the service connection between many of the city

buildings and the data center. This used to be called Metro Ethernet or Metro

E. The locations in the agreement are already connected by AT&T through one of

their services and this new agreement moves the locations to the latest

offering by AT&T. The new services also are cheaper than the previously offered

services. The AT&T services provide connectivity for VoIP and other services by

connecting these locations to the wide area network (WAN).





Funds will be budgeted in the appropriate fiscal years to cover the payment as

follows: Emergency Telephone Fund ? Police ? E-911 ? Other Purchased Services;

0209 ? 400 - 3220 ? E911 ? 6699. OLOST Fund ? Fire/EMS ? Telephone;

0102-410-9900-6621, General Fund ? Information Technology ? Telephone;

0101-210-1000-6621, General Fund ? Sheriff ? Administration ? Telephone;

0101-550-1000-6621.



* * * * * *



(G) CHANGE ORDER 3 FOR FORREST ROAD BRIDGES-COOPER CREEK AND BULL CREEK

? RFB NO. 14-0007



It is requested that Council authorize the execution of Change Order 3 with

Southeastern Site Development, Inc. (Newnan, GA) in the amount of $1,240,344.94

for the Forrest Road Bridges project.



Per Resolution No. 339-13, Council authorized the replacement of Cooper Creek

Bridge and Bull Creek Bridge on Forrest Road. The primary need for Change

Order 3 is utility relocations and additional unforeseen work adjacent to the

bridges. Additional work includes relocation of the water line on the Cooper

Creek Bridge, pre-stressed concrete piles for bridge foundations, delays due to

utility relocations per the contract agreement, supporting AT&T conduit on both

bridges, and hidden storm sewer manhole relocation on the Cooper Creek Bridge.







Document Description Amount

Original Contract Replacement of Cooper Creek Bridge and Bull Creek Bridge on Forrest

Road. 5,277,780.00

Change Order 1 Additional utility work required for completion of the project. 359,451.59

Change Order 2 Additional utility work required for completion of the project. 123,448.89

Change Order 3 Utility relocations and additional unforeseen work adjacent to the

bridges. Additional work includes relocation of the water line on the Cooper

Creek bridge, pre-stressed concrete piles for bridge foundations, delays due to

utility relocations per the contract agreement, supporting AT&T conduit on both

bridges, and hidden storm sewer manhole relocation on the Cooper Creek Bridge.

1,240,344.94

New Contract Amount $7,001,025.45





Funding is available in the FY16 Budget: 2010 CBA Bonds Road/Street ? Road

Improvements ? Forrest Road Bridge Bull Creek and Forrest Road Bridge Cooper

Creek; 0559-800-2160-BARS-7643-82053 & 82054-20100.

?ITEM A?



A RESOLUTION

NO. ___





A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) HARLEY-DAVIDSON ?ROAD

KING? POLICE MOTORCYCLES FROM CHATTAHOOCHEE HARLEY-DAVIDSON (COLUMBUS, GA), AT

A UNIT PRICE OF $23,650.00, FOR A TOTAL PRICE OF $94,600.00.



WHEREAS, three motorcycles were approved in the FY16 Budget, and one motorcycle

was added to the bid, by addendum, after a unit was wrecked and declared

unsalvageable. They will be used by officers of the Columbus Police

Department, Motor Transportation Division. All are replacement vehicles.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase four (4)

Harley-Davidson ?Road King? Police Motorcycles from Chattahoochee

Harley-Davidson (Columbus, GA), at a unit price of $23,650.00, for a total

amount of $94,600.00. Funds are budgeted in the FY16 Budget as follows:

LOST-Public Safety Fund ? Police ? Public Safety-LOST ? Automobiles;

0102-400-9900-LOST-7721 [$70,950.00] and General Fund ? Police ? Motor

Transport ? Automobiles; 0101-400-3230-MOTR-7721 [$23,650.00].



__________________



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

held the______ day of ____________, 2015 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson 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 PURCHASE OF ONE (1) HYDRAULIC MINI

EXCAVATOR (CATERPILLAR 303.5E2), FROM YANCEY BROS. (FORTSON, GA), IN THE AMOUNT

OF $40,812.00, BY COOPERATIVE PURCHASE VIA NATIONAL JOINT POWERS ALLIANCE

(NJPA) CONTRACT #032515-CAT.



WHEREAS, the hydraulic mini excavator (Caterpillar 303.5E2) will be used

by the staff of the Rainwater Management Division of the Public Works

Department to dig at job sites involving storm water pipes. This is a

replacement vehicle.



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

FOLLOWS:



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

hydraulic mini excavator (Caterpillar 303.5E2) from Yancey Bros., (Fortson, GA)

in the amount of $40,812.00. Funds are budgeted in the FY16 Budget: Sewer

(Stormwater) Fund ? Public Works ? Sewer Maintenance ? Off Road Equipment;

0202-260-3210-SWRM-7725.



_____________



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

held the _____ day of_________, 2015 and adopted at said meeting by the

affirmative vote of ______ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson 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 AN ANNUAL CONTRACT WITH W. T.

MILLER, LLC (COLUMBUS, GA) FOR DEMOLITION SERVICES ON AN AS-NEEDED BASIS.



WHEREAS, an RFP was administered (RFP No. 15-0031) and five proposal

were received; and,



WHEREAS, the proposal submitted by W. T. Miller, LLC met all proposal

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



WHEREAS, the initial term of the contrast will 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 execute an annual

contract with W. T. Miller, LLC (Columbus, GA) for demolition services on an

as-needed basis. Funds are budgeted each fiscal year for this on-going

expense: Community Reinvestment ? Real Estate ? Demolition Services,

0101-245-2400-REAL-6381; Community Development Block Grant Fund ? Community

Reinvestment ? Redevelopment ? Demolition Services, 0210-245-2100-RDEV-6381;

and Community Development ? Inspections and Code Enforcement ? Demolition

Services, 0101-240-2200-INSP-6381.



_______________



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

held the _____ day of____________, 2015 and adopted at said meeting by the

affirmative vote of ______ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson 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 AN AMENDMENT TO THE CONTRACT WITH CONNETICS

TRANSPORTATION GROUP, INC. (ROSWELL, GA) FOR THE PUBLIC TRANSIT NEEDS

ASSESSMENT. THE CONTRACT AMENDMENT, WHICH SHALL NOT EXCEED $140,659.17, IS

REQUIRED FOR PROFESSIONAL TRANSIT PLANNING SERVICES.



WHEREAS, in July 2012, voters in the River Valley region, which includes

Columbus, approved the Transportation Special Purpose Local Option Sales Tax

(TSPLOST), a one-cent sales tax over 10 years earmarked to fund a list of

transportation related projects specific to each region. One of the projects

approved was for approximately $22.4 million towards transit improvements in

Columbus-Muscogee County; and,



WHEREAS, per Resolution No. 278-13, Columbus Council authorized the execution

of a contract with Connetics Transportation Group for a transit needs

assessment, which was completed in early 2015. The needs assessment was

intended to determine how to best invest those sales tax dollars in quality

transit services that will provide the greatest benefit to the community.

Implementation of the recommendations from the study would result in a complete

transformation of METRA?s service structure, ultimately providing a more robust

transit network with service to more destinations over a longer service day;

and,



WHEREAS, the Transit Needs Assessment includes recommendations that were

developed in mid-2014. It was assumed that the recommendations would be

implemented in two phases, with the first phase (Short Range Service Plan)

being implemented in 2016, followed by the second phase (Long Range Service

Plan) three years later (2019); and,



WHEREAS, since the completion of the Transit Needs Assessment, CCG staff has

gone through a process of examining actual TSPLOST revenues and re-examining

estimated costs. Recognizing a likely shortfall in funding compared to

expenses, staff recommends revisiting the service plans to blend the best ideas

from the short and long range service plans. Georgia DOT has also agreed to

extend the timeframe for using the TSPLOST revenues by five years (from 2022 to

2028); and,



WHEREAS, as part of the steps required to move forward towards implementation,

staff has identified a need for additional assistance from Connetics

Transportation Group to assist METRA with refinements to and implementation of

the service plan recommendations. Connetics Transportation Group proposes

structuring this work in task orders. Task Order 1 is clearly defined with

designated hours and expenses to complete each assignment. Task Order 2,

however, is more loosely defined as on-going implementation planning support on

an as-needed basis.



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

FOLLOWS:



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

Connetics Transportation Group (Roswell, GA) for the public transit needs

assessment. The contract amendment, which shall not exceed $140,659.17, is

required for professional transit planning services. Funding is available in

the FY16 Budget: Transportation Fund ? UMTA Capital Grant ? Metra-TSPLOST ?

Consulting ? Bus Route Study; 0751-610-2500-MTSP-6315-68001-20140.



_____________



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

held the _____ day of__________, 2015 and adopted at said meeting by the

affirmative vote of ______ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson 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 ANNUAL CONTRACTS FOR REAL

ESTATE APPRAISAL SERVICES, ON AN ?AS NEEDED BASIS?, WITH NORRIS APPRAISAL

GROUP, LLC (COLUMBUS, GA) FOR OPTION 1: COMMUNITY REINVESTMENT; AND APPRAISAL

ENTERPRISES, INC. (BUFORD, GA), AS WELL WAS, NORRIS APPRAISAL GROUP, LLC

(COLUMBUS, GA) FOR OPTION 2: RIGHT-OF-WAY.



WHEREAS, an RFP was administered (RFP No. 15-0021) and seven proposals

were received; and,



WHEREAS, the proposal submitted by Norris Appraisal Group, LLC met all

proposal requirements and was evaluated most responsive to the RFP for Option

1: Community Reinvestment; and,



WHEREAS, the proposals submitted by Appraisal Enterprises, Inc., as

well as, Norris Appraisal Group, LLC met all proposal requirements and was

evaluated most responsive to the RFP for Option 2: Right-of-Way; and,



WHEREAS, the initial term of the contract shall be for one year, with

the option to renew for four (4) additional twelve-month periods. The 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 execute annual contracts

for real estate appraisal services, on an ?as needed basis?, with Norris

Appraisal Group, LLC (Columbus, GA) for Option 1: Community Reinvestment; and

Appraisal Enterprises, Inc. (Buford, GA), as well as, Norris Appraisal Group,

LLC (Columbus, GA) for Option 2: Right-of-Way. Funds will be budgeted each

fiscal year for this on-going expense: General Fund ? Community Reinvestment ?

Real Estate ? Appraisals, 0101-245-2400-REAL-6373; and Other various projects

will be funded through the Capital Improvement Project Financing.

________________



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

held the _____ day of_____________, 2015 and adopted at said meeting by the

affirmative vote of ______ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson 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 AGREEMENT WITH AT&T FOR SWITCHED ETHERNET

SERVICE, THIS AGREEMENT WITH AT&T FOR SWITCHED ETHERNET SERVICE COVERS THE

GARFIELD DR & RIVER RD RADIO TOWERS AT AN APPROXIMATE MONTHLY AMOUNT OF

$857.50, FOR SIXTY (60) MONTHS AND IT ALSO COVERS THE FIRE STATIONS AND OTHER

LOCATIONS SUCH AS PINE GROVE LANDFILL, THE SHERIFF?S TRAINING FACILITY,

MUSCOGEE COUNTY PRISON, AND THE RECYCLING CENTER AT A MONTHLY AMOUNT OF

APPROXIMATELY $5,276.25 FOR SIXTY (60) MONTHS.



WHEREAS, AT&T switched Ethernet is the service connection between many of the

city buildings and the data center. This used to be called Metro Ethernet or

Metro E. The locations in the agreement are already connected by AT&T through

one of their services and this new agreement moves the locations to the latest

offering by AT&T. The new services also are cheaper than the previously offered

services. The AT&T services provide connectivity for VoIP and other services by

connecting these locations to the wide area network (WAN).



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

FOLLOWS:



That the City Manager is hereby authorized to enter into an agreement

with AT&T for switched Ethernet service for the approximate monthly amount of

$857.50, for sixty (60) months that covers the Garfield Dr & River Rd radio

towers and it also covers the Fire Stations and other locations such as Pine

Grove Landfill, the Sheriff's Training Facility, Muscogee County Prison, and

the Recycling Center at a monthly amount of approximately $5,276.25 for sixty

(60) months. Funds will be budgeted in the appropriate fiscal years to cover

the payment as follows: Emergency Telephone Fund ? Police ? E-911 ? Other

Purchased Services; 0209 ? 400 - 3220 ? E911 ? 6699. OLOST Fund ? Fire/EMS ?

Telephone; 0102-410-9900-6621, General Fund ? Information Technology ?

Telephone; 0101-210-1000-6621, General Fund ? Sheriff ? Administration ?

Telephone; 0101-550-1000-6621.

_____________________



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

_________ day of ___________, 2015 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson 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 EXECUTION OF CHANGE ORDER 3 WITH

SOUTHEASTERN SITE DEVELOPMENT, INC. (NEWNAN, GA) IN THE AMOUNT OF $1,240,344.94

FOR THE FORREST ROAD BRIDGE PROJECT.



WHEREAS, per Resolution No. 339-13, Council authorized the replacement

of Cooper Creek Bridge and Bull Creek Bridge on Forrest Road; and,



WHEREAS, the primary need for Change Order 3 is utility relocations and

additional unforeseen work adjacent to the bridges. Additional work includes

relocation of the water line on the Cooper Creek Bridge, pre-stressed concrete

piles for bridge foundations, delays due to utility relocations per the

contract agreement, supporting AT&T conduit on both bridges, and hidden storm

sewer manhole relocation on the Cooper Creek Bridge.



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

FOLLOWS:



That the City Manager is hereby authorized to execute Change Order 3

with Southeastern Site Development, Inc. (Newnan, GA) in the amount of

$1,240,344.94 for the Forrest Road Bridges project. Funding is available in

the FY16 Budget: 2010 CBA Bonds Road/Street ? Road Improvements ? Forrest Road

Bridge Bull Creek and Forrest Road Bridge Cooper Creek;

0559-800-2160-BARS-7643-82053 & 82054-20100.



_____________



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

held the _____ day of________, 2015 and adopted at said meeting by the

affirmative vote of ______ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Buck voting __________.

Councilor Davis voting .

Councilor Henderson 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


Back to List