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 # 11



Columbus Consolidated Government

Council Meeting



March 27, 2018



Agenda Report # 101



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) ON-CALL SERVICES FOR INSTALLATION OR REPLACEMENT OF SIDEWALKS AND ADA RAMPS

LOCATED THROUGHOUT COLUMBUS, GA (ANNUAL CONTRACT) ? RFP NO. 18-0009

It is requested that Council authorize the execution of contracts with

Alexander Contracting Company, Inc. (Fortson, GA), Landmark Grading Company,

Inc. (Ft. Mitchell, AL), Robinson Paving Company (Columbus, GA), Southeastern

Site Development, Inc. (Newnan, GA) and The M. Mitchell Group, LLC (Carrollton,

GA) to provide installation or replacement of sidewalks and ADA ramps, and

minor concrete work on an as-needed basis. The contractors will submit quotes

to the Engineering Department and the Public Works Department for each project

that arises during the course of the contract.



The City frequently finds, throughout the year, the need to install or replace

minor concrete structures such as driveway aprons, concrete islands, curb and

gutter, etc. The City also has an ongoing program to install ADA ramps and

sidewalk. In many cases, the project would include replacement of existing

surface material such as grass/sod, asphalt, driveways, fences, etc. The exact

scope of work and specifications will be provided by the Department of

Engineering on a project or site basis. Based on past experience, the City

roughly anticipates installing or replacing 1.75 miles or 9,270 feet of

sidewalk and 220 each of ADA ramps per year. However, these quantities are

only estimates; the City may require more or less quantities during each year

of the contract term.



The initial term of this contract 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.



Annual Contract History:

The previous five-year contract was awarded on October 23, 2012 (Resolution No.

318-12) to Landmark Grading Company, Inc. (Ft. Mitchell, AL), Robinson Paving

Company (Columbus, GA) and Southeastern Site Development, Inc. (Newnan, GA)



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 18, 2017. This RFP has been

advertised, opened and evaluated. Six proposals were received on October 20,

2017 from the following vendors:



Alexander Contracting Company, Inc. (Fortson, GA)

Landmark Grading Company, Inc. (Ft. Mitchell, AL)

Robinson Paving Company (Columbus, GA)

Southeastern Site Development, Inc. (Newnan, GA)

The M. Mitchell Group, LLC (Carrollton, GA)

?AM Construction (Newnan, GA)



?AM Construction failed to provide the required transmittal letter and

qualifications/experience information. Therefore, the contractor?s proposal

was deemed non-responsive and did not receive further consideration.



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 11/13/17 At the time of the meeting, the Purchasing Division was

informed that a voting member was unable to attend.

Pre-Evaluation Meeting 01/16/18 At the time of the meeting, the Purchasing Division was

informed that a voting member was unable to attend.

Pre-Evaluation Meeting 01/25/18 The Purchasing Manager?s designee advised evaluation

committee members of the RFP rules and process, and the project manager

provided an overview. Proposals were disbursed to each committee member to

review.

1st Evaluation Meeting 02/15/18 Committee members discussed the proposals; no

clarifications were needed.

Evaluation Forms Sent 02/21/18 Evaluation forms were forwarded to voting committee

members.

Evaluation Forms Return 03/06/18 Evaluation forms were completed and returned to

Purchasing for compilation of results.

Recommendation 03/08/18 Evaluation results were forwarded to the Evaluation

Committee for review; the committee unanimously elected to award the contract

to all five (5) contractors.





Evaluation Committee:

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

two voting members from the Engineering Department and one voting member from

the Public Works Department.



Award Recommendation:

Proposals from Alexander Contracting Company, Inc., Landmark Grading Company,

Inc., Robinson Paving Company, Southeastern Site Development, Inc., and The M.

Mitchell Group were deemed responsive to the RFP specifications. Therefore the

Evaluation Committee, as reflected by their comments provided below, recommends

award of the contract to Alexander Contracting Company, Inc., Landmark Grading

Company, Inc., Robinson Paving Company, Southeastern Site Development, Inc.,

and The M. Mitchell Group for the following reasons:



Alexander Contracting Company, Inc.:

Evaluator Comments:

? The vendor has demonstrated a history of completing projects consistently on

time and within bid/budget.



? The contractor has completed several recent high quality projects for both

private and public owners.



? The company is a local, reputable construction company with more than 50

years of services.



Vendor Experience/Qualifications:

? Alexander Contracting Company was incorporated in 1965 and is a commercial

grading/excavating and underground utilities company with approximately 110

employees.



? The company has experienced personnel and a fleet of the most modern

construction equipment, which allows the company to tackle demanding and

complex site-work projects that include earthmoving, precision grading, storm

and sewer drainage, water systems, base and paving, concrete work, grassing and

erosion control.



? The company is a member of the Georgia Highway Contractors Association and

the Chambers of Commerce for Columbus, Harris County and Talbot County.



Client Work History:

? DBS Corporation (Chattanooga, TN): Site work for Wal-Mart/Victory Drive



? Turner Construction Co. (Huntsville, AL): Site work for Martin Army Hospital



? Batson-Cook (West Point, GA): Site work for Blue Cross Blue Shield



? Opelika Board of Education (Opelika, AL): Site work for expansion and

renovation of Opelika High School



? Columbus Consolidated Government: Site work for South Lumpkin Multi-use Trail



Landmark Grading Company, Inc.:

Evaluator Comments:

? The project managers have vast years of experience and knowledge.



? The contractor has completed several successful projects for the City in

recent years.



? The company has many years of experience with grading and sidewalk projects.



Vendor Experience/Qualifications:

? Landmark Grading Company, Inc. (formerly Best Backhoe Service, Inc.) has been

serving the Columbus, Phenix City and surrounding areas for over 20 years.



? The company specializes in clearing & grubbing, erosion control, grading, and

storm/sewer installation.



? The company has completed over (55) projects, both large and small,

successfully and on time within the past (9) years.



Client Work History:

? Columbus Consolidated Government ? 18th Avenue/Garrard Street Roundabout:



? Columbus Consolidated Government ? St. Mary?s Road/Northstar Drive Roundabout



? Tri-South Contractors (Grayson, GA) ? Childcare Network on Farr Road



? Cottle Properties (Columbus, GA) ? Veterans Parkway Center



? Muscogee County School District ? Columbus High School parking addition



Robinson Paving Company:

Evaluator Comments:

? The contractor has their own sidewalk crews, which will allow them to

efficiently manage any project.



? With 47 years of experience in this type of construction, Robinson Paving

Company is very much qualified.



? The contractor has a large quantity of equipment to be able to quickly

complete a project.



Vendor Experience/Qualifications:

? With roots dating back to 1973, Robinson Paving Company initially focused on

curbs, gutters and concrete surfaces. Since then, Robinson Paving Company has

grown and now includes turnkey site-work, roadway construction and hot mix

asphalt production.



? The company has (4) plants, located in Columbus, Talbotton, Rupert (GA) and

Phenix City.



? Some of the company?s more highly visible projects are the I-85 widening in

Columbus; Taxiway ?C? realignment at the Columbus Airport; Lawson Army Airfield

resurfacing; and Frederick Road widening in Opelika, AL.



Client Work History:

? Georgia Department of Transportation ? Widen and reconstruct Talbotton Road



? Department of the Army ? Various projects on Fort Benning



? River City Contracting ? Various projects around Columbus, GA



? City of Phenix City ? 3rd Avenue Streetscapes



? Columbus Consolidated Government ? Widen and reconstruct Moon Road



Southeastern Site Development, Inc.:

Evaluator Comments:

? The company is on the City?s current contract for these services and have

performed well.



? The contractor has completed several high quality projects for the City in

recent years, including sidewalk projects.



? The company is extremely familiar with construction work in Columbus and will

be able to use that experience to successfully complete projects.



Vendor Experience/Qualifications:

? Southeastern Site Development has been in business since May 2016, starting

as a small grading contractor focusing on unique excavation projects. The

contracting company now employs more than 175 individuals and has a bonding

capacity in excess of $100 million.



? The company specializes in heavy civil projects that include mass excavation

and structures over water. The company self-performs all facets of

construction including grading, underground utilities, concrete flatwork, and

bridges.



? Southeastern Site Development is a contractor for the current on-call

sidewalk and ADA ramps. The construction contractor responded to 100% of the

requests for quotes and completed all awarded work within the project timeframe.



Client Work History:

? Columbus Consolidated Government ? Retaining wall, form and pour Riverwalk

bike/pedestrian path, irrigation and landscaping.



? Columbus Consolidated Government ? Storm drain, site work, concrete flatwork,

irrigation and landscaping.



? City of Newnan, GA ? Grading, storm drain, concrete flatwork, Roundabout

construction, clearing



? Columbus Consolidated Government ? Construct concrete multipurpose trail

connecting Fall Line Trace and Riverwalk. Installation of concrete path, curb,

gutter and landscaping.



? Columbus Consolidated Government ? Installation of new sidewalk and ADA ramps

at various locations throughout the city of Columbus. Includes grading,

pouring concrete, backfilling and grassing.



The M. Mitchell Group:

Evaluator Comments:

? The contractor has several existing contracts with other public entities to

perform sidewalk and ADA projects. This experience will be helpful in

completing projects in Columbus.



? The contractor?s project managers are highly experienced, and their

subcontractors are accredited and in compliance with O.C.G.A. ?13-10-61(b).



? The contractor?s client work history demonstrates successful completion of

projects similar in size and scope as potential projects under this contract.



Vendor Experience/Qualifications:

? The M. Mitchell Group is a certified Disadvantaged Business Enterprise (DBE)

company headquartered in Carrollton, Georgia with offices in Alabama,

Mississippi and Ohio.



? The company specializes in construction management, design build services,

general contracting, architectural and engineering services, environmental

consulting, and contract maintenance.



? The M. Mitchell Group has a diversified client base including religious,

education, commercial, retail, residential, mixed-use development, and federal,

state, county/city authorities.



Client Work History:

? Martin Luther King High School (Stone Mountain, GA) ? Demolition of concrete

pads and sidewalks; install new ADA concrete sidewalks; ROTC concrete pad; yard

drain system; underground water quality control tank and landscape.



? Henderson Mill Elementary (Stone Mountain, GA) ? Demolition of curb,

sidewalks and gutter; install ADA ramp; water control tank; sewage, emergency

contractor and general contracting services.



? 27 Schools in DeKalb County School District (Stone Mountain, GA) ? Demolition

of pads and sidewalks; install new ADA sidewalks, curb and gutter, grading,

design and landscape.



? Ajax Building Corporation (Alpharetta, GA) ? Provided work at Patrick Hall

(Milledgville, GA) consisting of 2-story concrete bridge walkway; ADA concrete

sidewalks, curb and gutter, asphalt paving and landscapes.



? Nix Fowlers Construction (Mableton, GA) ? Provided work at Gresham & Terry

Mill Elementary school consisting of demolition of ADA structure ramps and

sidewalks; installation of new ADA wood structure ramps, install concrete

sidewalks, concrete ADA ramp, curb and gutter, and landscape.



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

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

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

to the possibility of negotiated components of the proposal. No proposal

responses or any negotiated components are made public until after the award of

the contract. If Council does not approve the recommended contractors, the RFP

specifications may be re-advertised. The evaluation results have been submitted

to the City Manager in a separate memo for informational purposes.



Funds are budgeted each fiscal year for this ongoing expense, in various

accounts of the Engineering Department and the Public Works Department.



* * * * * *



(B) ON-CALL SERVICES FOR INSTALLATION OR REPLACEMENT OF STORM SEWER / COMBINED

SEWER SYSTEMS LOCATED THROUGHOUT COLUMBUS, GA (ANNUAL CONTRACT) ? RFP NO.

18-0013

It is requested that Council authorize the execution of contracts with

Alexander Contracting Company, Inc. (Fortson, GA), Gordy Construction Company

(Fortson, GA), KAM, Inc. (Columbus, GA), Kiewit Infrastructure South Co.

(Peachtree City, GA), Landmark Grading Company, Inc. (Ft. Mitchell, AL), RDJE,

Inc. (Newnan, GA), Robinson Paving Company (Columbus, GA) and Strack, Inc.

(Fairburn, GA) to install or replace elements of storm sewer / combined sewer

systems on an as-needed basis. The contractors will submit quotes to the

Engineering Department for each project that arises during the course of the

contract.



The City frequently finds throughout the year the need to replace elements of a

storm sewer / combined sewer system due to flooding, deterioration or the need

to relocate structures. In many cases, the project would include replacement

of existing surface materials such as grass/sod, asphalt, driveway fences, etc.

The exact scope of work will be provided by the Department of Engineering on a

project or site basis. Based on past experience, the City averages the

replacement of approximately 2400 feet of pipe per year. However, the 2400

feet is only an estimate; the City may require more or less quantities of pipe

replacements during each year of the contract term.



The initial term of this contract 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.



Annual Contract History:

The previous five-year contract was awarded on November 13, 2012 (Resolution

No. 326-12) to Alexander Contracting Company, Inc. (Fortson, GA), Gordy

Construction Company (Fortson, GA) and KAM, Inc. (Columbus, GA).



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on November 1, 2017. This RFP has been

advertised, opened and evaluated. Eight proposals were received on December 1,

2017 from the following vendors:



Alexander Contracting Company, Inc. (Fortson, GA)

Gordy Construction Company (Fortson, GA)

KAM, Inc. (Columbus, GA)

Kiewit Infrastructure South Co. (Peachtree City, GA)

Landmark Grading Company, Inc. (Ft. Mitchell, AL)

RDJE, Inc. (Newnan, GA)

Robinson Paving Company (Columbus, GA)

Strack, Inc. (Fairburn, GA)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 02/12/18 The Purchasing Manager advised evaluation committee

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

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

1st Evaluation Meeting 03/05/18 Committee members discussed the proposals; no

clarifications were needed.

Evaluation Forms Sent 03/06/18 Evaluation forms were forwarded to voting committee

members.

Evaluation Results 03/16/18 Evaluation forms were completed and returned to Purchasing

for compilation of results. The results were forwarded to the Evaluation

Committee for review.

Recommendation 03/19/18 The Evaluation Committee unanimously elected to award the

contract to all eight (8) contractors.



Evaluation Committee:

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

two voting members from the Engineering Department and one voting member from

the Public Works Department. A representative from Barge, Waggoner, Sumner &

Cannon, Inc., a City contracted engineering firm, served as a non-voting

advisor.



Award Recommendation:

The evaluation committee deemed the proposals from Alexander Contracting

Company, Inc. (Fortson, GA), Gordy Construction Company (Fortson, GA), KAM,

Inc. (Columbus, GA), Kiewit Infrastructure South Co. (Peachtree City, GA),

Landmark Grading Company, Inc. (Ft. Mitchell, AL), RDJE, Inc. (Newnan, GA),

Robinson Paving Company (Columbus, GA) and Strack, Inc. (Fairburn, GA)

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

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

the eight (8) vendors for the following reasons:



Alexander Contracting Company, Inc.:

Evaluator Comments:

? Alexander Contracting Company is qualified to move Columbus Water Works sewer

and water lines, which will allow them to swiftly address any conflicts.



? The contractor has performed many road failures with sewer replacement jobs

in Columbus.



? They have numerous major projects that they have successfully completed in

the past five years, most of which were local projects.



Vendor Experience/Qualifications:

? Alexander Contracting Company was incorporated in 1965 and is a commercial

grading/excavating and underground utilities company with approximately 110

employees.



? The company has experienced personnel and a fleet of the most modern

construction equipment, which allows the company to tackle demanding and

complex site-work projects that include earthmoving, precision grading, storm

and sewer drainage, water systems, base and paving, concrete work, grassing and

erosion control.



? The company is a member of the Georgia Highway Contractors Association and

the Chambers of Commerce for Columbus, Harris County and Talbot County.



Client Work History:

? Columbus Water Works: Eastern Connector ? water main and utility relocation.



? Bailey Harris (Auburn, AL): Richland Road Elementary ? site work, utilities

and paving.



? Tiger Creek Development (Columbus, GA): Charleston Place Subdivision ? site

work, utilities and paving.



? Columbus Consolidated Government: Forrest Road ? widening and utilities.



? Batson-Cook (West Point, GA): Thrive Senior Living ? site work and utilities





Gordy Construction Company:

Evaluator Comments:

? The vendor is on the City?s current contract for these services and is an

approved vendor for Columbus Water Works.



? The vendor is highly qualified and has an excellent client history with

projects being within the local area.



? The company has an extensive history of completing complex pipe projects

throughout the Columbus area.



Vendor Experience/Qualifications:

? Gordy Construction Company was incorporated in Georgia on July 18, 1963.



? The company?s president has been the project manager for every project the

company has completed for the last 50 years.



? The job superintendent has over 31 years of experience in all levels of

difficulty specializing in laying large diameter pressure pipe, manholes, pump

stations, etc.



Client Work History:

? Southeastern Site Development (Newnan, GA): Newnan Airport ? sewer lines



? City of Thomaston, GA: Thomaston Avalon Road Phases I and II ? sewer lines



? Harris County, GA: The Grove ? water lines and sewer lines



? Columbus Consolidated Government: Moon Road Widening - water lines and sewer

work.



? Columbus Water Works: Whittlesey Road Water and Sewer Relocation



KAM Contractors:

Evaluator Comments:

? KAM has successfully completed several small projects including installing

pipe in a citizen?s backyard; each time, KAM paid special attention to the

citizen?s needs and concerns.



? KAM has many years of experience installing pipe systems in the Columbus area.



? The vendor is on the City?s current contract for these services and

environmental services.



Vendor Experience/Qualifications:

? KAM, Inc. is engaged fulltime as an environmental and grading contractor, and

has been in business since 1988.



? The contractor?s experience ranges from landfill construction and closure,

pond closures, creek and riverbank restoration, storm sewer

installation/replacement, general grading, and roadway construction and repair.



? The company has provided varied services to Columbus Consolidated Government

for the past twenty years.



Client Work History:

? WestRock (Cottonton, AL) ? Landfill Cell #7



? Columbus Consolidated Government ? 1st & 7th, Rotschild Building, and

Hilldale Drive Storm Drainage Repair



? Ramboll/Environ (Atlanta, GA) ? Cargill Plant/Detention Pond and Storm

Drainage Piping Rehabilitation



? Columbus Consolidated Government ? Oakland Park Storm Drainage Improvements ?

Phase IIA



? Columbus Consolidated Government ? Wynnton Road, St. Francis Avenue and

Warkwick Place Storm Drainage Repair



Kiewit Infrastructure South Co.:

Evaluator Comments:

? Kiewit is a large company that has almost unmatched resources, which will be

helpful should a large emergency project arise.



? The contractor has 40 years of experience in installing or replacing storm

sewer/combined sewer systems.



? Kiewit has successfully completed multiple projects in Columbus and is

familiar with both CCG and the Columbus Water Works.



Vendor Experience/Qualifications:

? Kiewit Infrastructure South Company is a subsidiary of Kiewit Infrastructure

Group, a wholly-owned subsidiary of Kiewit Corporation. Staff directly

involved with this project will come from the Peachtree City, GA office.



? The contracting company is currently working on the North Rotary Park Slope

Failure for Columbus Water Works.



? The project manager and superintendent have over 40 years of combined

construction experience and knowledge.



Client Work History:

? City of Atlanta Department of Aviation: 5800 linear feet of cured-in-place

pipe and 3000 linear feet of slip-lining rehabilitation, and 7000 linear feet

of open cut HDPE replacement.



? City of Atlanta Department of Aviation: Design and construction of the

sanitary sewer system for the south half of Concourse A, approximately 1000

linear feet of new sanitary sewer.



? Salt Lake City Department of Public Utilities: Slip-lining approximately

16,000 linear feet of 42? diameter and 48? diameter RCP sewer line



? City of Atlanta Department of Watershed Management: Over 40,000 cubic yards

of rock removal, 6500 cubic yards of concrete, and 1800 linear feet of RCP

storm drain



? Miami Dade County Public Works and Waste Management: The removal of an

existing 12? water main and replacing with a new 16? HDPE water main, using

4000 linear feet of directional bore.



Landmark Grading Company, Inc.:

Evaluator Comments:

? Landmark Grading Company is on the Columbus Water Works? list of approved

companies.



? The contractor has an extensive history of successfully completing

infrastructure projects for both public and private entities.



? For a relatively small firm, the company has an impressive 80 pieces of

equipment on hand for almost any project.



Vendor Experience/Qualifications:

? Landmark Grading Company, Inc. (formerly Best Backhoe Service, Inc.) has been

serving the Columbus, Phenix City and surrounding areas for over 20 years.



? The company specializes in clearing & grubbing, erosion control, grading, and

storm/sewer installation.



? The company has completed over (55) projects, both large and small,

successfully and on time within the past (9) years.



Client Work History:

? RPM & Associates (Chattanooga, TN) ? Wal-Mart Neighborhood Market on Buena

Vista Road: Installed 1657 linear feet of RCP and HDPE storm sewer ranging in

sizes from 18? to 24?.



? JP Thayer Construction (Columbus, GA) ? Midland Downs Subdivision South:

Installed 2600 linear feet of RCP storm sewer ranging in sizes from 12? to 42?.



? Willis Plantation, LLC (Columbus, GA) ? Garrett Pines Subdivision, Section 10

and 11: Installed 4486 linear feet of RCP storm sewer ranging in sizes from

12? to 42?.



? Cottle Properties (Columbus, GA) ? Veterans Parkway Center: Installed 747

linear feet of RCP storm sewer ranging in sizes from 15? to 36?.



? Hughston Homes (Fortson, GA) ? East Richland Subdivision: Installed 1942

linear feet of RCP storm sewer ranging in sizes from 15? to 60?.



RDJE, Inc.:

Evaluator Comments:

? The vendor is qualified by the Columbus Water Works for water and sewer

lines. This qualification is important for projects where water and sewer

lines must be relocated.



? RDJE comes recommended from several other local government agencies.



? The vendor has a great amount of resources and has never failed to complete

or execute a project.



Vendor Experience/Qualifications:

? The company was formed in 1943 and is focused on underground utilities, road

improvements, site development, water system development, sanitary sewer and

water treatment, plants, etc.



? The company is focused on underground utilities, road improvements, site

development, water system development, sanitary sewer and water treatment,

plants, etc.



? The vendor?s project managers, field superintendents and construction crews

have successfully improved infrastructure for residential, commercial,

municipal and industrial water and sewer systems throughout Alabama and Georgia.



? The company is a member of the Georgia Highway Contractors Association and

the Chambers of Commerce for Columbus, Harris County and Talbot County.



Client Work History:

? Blount Construction (Marietta, GA) ? Installation of 2100 linear feet of 6?

to 18? PVC, 776 linear feet of 24? to 48? RCP, and 1760 linear feet of 6? to 8?

DIP for a new apartment complex.



? The Potts Company (Suwanne, GA) ? Installation of 980 linear feet of 4? to 8?

DIP water line with meters, fire risers and fire hydrants; 505 linear feet of

6? to 8? DIP sewer line with 3 precast manholes; storm drainage included 568

linear feet of 18 HDPE pipe, 285 linear feet of 12? HDPE with 6? HDPE

French/foundation piping.



? Dr. Rahul Saraf (Marietta, GA) ? Installed 2000 linear feet of 4? to 8? DIP

water line, 1365 linear feet of 8? PVC gravity sewer, and 3772 of 12? to 30?

HDPE & RCP storm line.



? Archer Western (Atlanta, GA) ? Installed 18? and 24? CL3 RCP; 24? to 48? RCP;

6? to 15? SDR35 PVC; 6? Sewer DIP, 4? to 8? Water DIP.



? Gwinnett County Board of Education ? Installation of 660 linear feet of 6? to

15? HDPE pipe and 2300 linear feet of 18? to 24? storm pipe. Project included

36 storm structures, 21 cleanout assemblies and 2 outlet structures all

connection to two underground storage tanks.



Robinson Paving Company:

Evaluator Comments:

? This is a highly reputable company that has an excellent track record of

accomplishing hundreds of projects in the local area, including Ft. Benning.



? Robinson Paving is a locally owned company with enough employees to perform

the City?s large projects.



? The company has many different types of resources available, including paving

resources, which will be helpful for projects that include large amounts of

paving.



Vendor Experience/Qualifications:

? With roots dating back to 1973, Robinson Paving Company initially focused on

curbs, gutters and concrete surfaces. Since then, Robinson Paving Company has

grown and now includes turnkey site-work, roadway construction and hot mix

asphalt production.



? The company has (4) plants, located in Columbus, Talbotton, Rupert (GA) and

Phenix City.



? Some of the company?s more highly visible projects are the I-85 widening in

Columbus; Taxiway ?C? realignment at the Columbus Airport; Lawson Army Airfield

resurfacing; and Frederick Road widening in Opelika, AL.



Client Work History:

? Georgia Department of Transportation ? Widen and reconstruct Talbotton Road



? Department of the Army ? Various projects on Fort Benning



? River City Contracting ? Various projects around Columbus, GA



? City of Phenix City ? 3rd Avenue Streetscapes



? Columbus Consolidated Government ? Widen and reconstruct Moon Road



Strack, Inc.:

Evaluator Comments:

? Strack, Inc. has their own boring crews, which will be crucial on projects

that feature any boring work.



? The company has experience working with railroad companies, which could be

very positive for the City.



? The Company has successfully completed major projects in the southeast, to

include the Columbus area.



Vendor Experience/Qualifications:

? Strack, Inc. is a pipeline contractor that was founded in 1948 and

incorporated in the State of Georgia in 1979.



? The vendor?s primary sectors of construction are municipal pipeline

construction, boring and tunneling, pump station construction, railroad

construction for Norfolk Southern and CSX, landfill construction, and pipeline

testing.

? Since its inception, the company estimates that it has installed over 20

million linear feet of sewer, water, force main and storm drain pipe pipelines.



Client Work History:

? Spartanbug, SC Sanitary Sewer District ? 2480 linear feet of 24? SDR35 PVC,

1750 linear feet of 30? SDR35 PVC, 390 linear feet of 30? ductile iron, 205

linear feet of 36? SDR35 PVC, 480 linear feet of steel casing, 16 sewer

manholes, and cast-in-place Parshall flume.



? Augusta, GA Utilities Department ? 5691 linear feet of 30? PVC F679 PS115;

1309 linear feet of 30? DIP; 390 linear feet of 30? ductile iron, one creek

crossing; 35 sewer manholes; and 5000 cubic yards of undercutting.



? Anderson County, South Carolina ? 6900 linear feet of 30? gravity sewer line,

polymer concrete manholes and demolition of existing manholes; bypass pumping

for the duration of the project.



? Cobb County Water System ? 3300 linear feet of 24? concrete gravity sewer

with 36? PVC gravity sewer main; rock excavation; polymer concrete manholes;

erosion control; clearing; bypass pumping; service disconnect and reconnection;

storm drain replacement; curb & gutter replacement; sidewalk replacement;

asphalt replacement and live stream crossing.



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

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

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

to the possibility of negotiated components of the proposal. No proposal

responses or any negotiated components are made public until after the award of

the contract. If Council does not approve the recommended contractors, the RFP

specifications may be re-advertised. The evaluation results have been submitted

to the City Manager in a separate memo for informational purposes.



Funds are budgeted each fiscal year for this ongoing expense, in various

accounts of the Engineering Department.





* * * * * *



(C) OVERHEAD DOOR INSTALLATION & MAINTENANCE SERVICES (ANNUAL CONTRACT) ? RFB

NO. 18-0024



It is requested that Council approve the annual contract with River City Door

Company (Columbus, GA) to provide overhead door installation and maintenance

services. The contractor will provide all supervision, labor, tools,

equipment, materials and services required for the installation and maintenance

of commercial overhead roll-up doors at various City locations. The Public

Works Department budgets approximately $9,500.00, per fiscal year, for these

services.



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

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

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



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

the Georgia Procurement Registry. Two (2) bids were received on February 28,

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







Regular Work Hours Outside Regular Work Hours

Remove and/or Install Doors

(per hour) Repair Doors

(per hour) Perform Annual Preventative Maintenance

(per hour) Remove & Install Doors

(per hour) Repair Doors

(per hour) Perform Annual Preventative Maintenance

(per hour) Materials

Cost + ___% Cost Per Mile

River City

Door Company

(Columbus, GA) $ 75.00 $ 75.00 $ 75.00 $ 95.00 $ 95.00 $ 95.00 15% $ 0.00

Overhead Door Company

(Columbus, GA) $ 125.00 $ 125.00 $ 125.00 $ 187.50 $ 187.50 $ 187.50 14% $ 0.00



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

Public Works, Other Maintenance/Repairs -Various; 0101-260-3710-6527, 6528,

6529.



* * * * * * * *



(D) OFFICE FURNITURE FOR FACILITIES MAINTENANCE NEW LOCATION ? RFB NO. 18-0030



It is requested that Council approve the purchase of Office Furniture in the

amount of $24,276.43 from Malone Office Environments (Columbus, GA). The firm

will provide furniture, to include assembly and installation, for the

Facilities Maintenance Division?s new offices located at 1511 Cusseta Road,

Columbus, Georgia 31903.



The furniture will be purchase using insurance proceeds and will include such

items as: desks, desk chairs, bookcases, file cabinets, conference table and

chairs, and guest chairs. The items will replace those which were destroyed by

fire in the previous Facilities Maintenance Division location.



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

the Georgia Procurement Registry. Four (4) bids were received on February 28,

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



Malone Office Environments

(Columbus, GA) Atlanta Office Furniture

(Norcross, GA) The Overby Company

(Columbus, GA) Minton Jones Company

(Norcross, GA)



Revised Bid Form 2/8

Total Cost $ 24,276.43 $ 26,864.00 $ 25,704.51 $ 28,976.30



Funds are budgeted in the FY18 Budget as follows: Special Project ? Capital

Project Fund ? General Fund Supported Capital Project ? Furniture ? Public

Works 602 11th Ave Building Repairs; 0508-660-1000-7731-22952-20180.



* * * * * *

(E) DEBT COLLECTION SERVICES (ANNUAL CONTRACT) ? RFP NO. 18-0007

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

Automated Collection Services, Inc. (Nashville, TN) for debt collection

services on an as-needed basis. The Revenue Division requires the services to

maximize collections of delinquent accounts, which include, but are not limited

to, landfill collections, parking, false alarms, ambulance, demolition liens,

etc.



Some City departments issue invoices/statements/tickets for services provided

or for violations. These invoices or statements can be issued at the time of

service or on a monthly basis; tickets are issued at the time of violation.

Each department that issues the invoices/ticket is responsible for collecting

the debt. After all internal efforts have been made, the contracted firm

attempts to collect all debt possible with additional resources that are

currently not available internally. This contract is expected to provide

another layer of fiscal responsibility and increase the collection rate on

delinquent accounts.



The initial term of this contract 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.



Annual Contract History:

The previous five-year contract was awarded on August 28, 2012 (Resolution No.

257-12) to Credit Financial Services (Durham, NC). The vendor?s name was

changed to Professional Recovery Consultants, per Resolution No. 7-16, dated

January 12, 2016,



RFP Advertisement and Receipt of Proposals:

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

the Georgia Procurement Registry on November 7, 2017. This RFP has been

advertised, opened and evaluated. Five proposals were received on December 15,

2017 from the following vendors:



Automated Collection Services, Inc. (Nashville, TN)

Financial Asset Management Systems, Inc. (Woodstock, GA)

First Credit Services (Columbus, GA)

HS Financial Group, LLC (Cleveland, OH)

Professional Recovery Consultants (Durham, NC)



The following events took place after receipt of proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation Meeting 01/05/18 The Purchasing Manager advised evaluation committee

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

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

1st Evaluation Meeting 02/23/18 Committee members discussed the proposals and determined

clarifications were needed from (2) vendors.

Clarification Requested 03/01/18 Requests for clarification were forwarded to

(2) vendors.

Evaluation Forms Sent 03/01/18 Evaluation forms were forwarded to voting committee

members to begin evaluating those firms that did not require clarifications.

Clarification Received 03/06/18 Clarification responses received.

Additional Clarification Requested 03/08/18 Additional clarification was requested from

(1) vendor.

Additional Clarification Received 03/14/18 Additional clarification was received from (1)

vendor.

Evaluation Forms Received 03/14/18 Evaluation forms were completed and returned to

Purchasing for compilation of results.

Recommendation 03/16/18 Evaluation results were forwarded to the Evaluation

Committee for review; the committee unanimously elected to award the contract

to Automated Collection Services, Inc., the highest ranking vendor.





Evaluation Committee:

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

one voting member from the City Manager?s office, one voting member from the

Finance Department, and one voting member from the Trade Center. Two

additional Finance Department representatives served as non-voting advisors.



Award Recommendation:

The evaluation committee deemed the proposal from Automated Collection

Services, Inc. most responsive to the RFP specifications. Therefore the

Evaluation Committee, as reflected by their comments provided below, recommends

award of the contract to Automated Collection Services, Inc. for the following

reasons:



? The firm currently collects for Fire/EMS ambulance services for several

clients.



? The vendor has experience with state, county and city governments; healthcare

providers; education institutions and retail creditors.



? The firm has a dedicated director solely for the collection of healthcare.

They seem to be tech savvy with a lot of emphasis on employees and offer

bonuses for good performance.



? They seem to have very good internal controls and have a manager for every

10-12 collectors. Their bloodhound software is very detailed and can produce

over 70 reports.



Vendor Experience/Qualifications:

? Automated Collection Services, Inc. (ACSI) is a Tennessee-based recovery

agency with 20 years of experience collecting on delinquent debts, providing

full service collection services on a nationwide basis.



? ACSI?s average collection rates for their government clients is 13% as

account installment payment programs reach full payment resolution.



? The vendor proposes to provide an expanded communications reach through an

online Virtual Agent Avatar (pseudo human), email, and texting options. This

will allow consumers to make payments, receive answers to common questions via

the virtual agent, access free financial education courses, contact an ACSI

ombudsman, and find links to helpful resources on a 24/7/365 basis.



? ACSI has an A+ Better Business Rating.



? In Tennessee, the firm was named to the Tennessean?s Top Workplace List as

voted by their employees for 2014, 2015, 2016 and 2017, the only collection

agency to make this list four years in a row.



? The vendor is an active member and participant in the American Collections

Association (ACA) International.





? Listed below are three (5) clients for which ACSI has provided similar

services:



o Metropolitan Government of Nashville/Davidson County, TN 12/13 - present

1st and 2nd placement collection services on delinquent, multidepartment debts

on behalf of Metro?s various departments, including Fire/EMS, Criminal Court

Clerk, Juvenile Court Clerk, Water Services, Department of Law, and Treasurer.



o City of Mobile, AL 09/15 - present

Collection services on delinquent 1st placement EMS debts on behalf of Mobile?s

Fire and Rescue Department.



o City of Germantown, TN 12/14 - present

1st placement debt collection services on ambulance transportation,

court/traffic, and utility accounts.



o City of Columbia, TN 07/15 - present

1st placement delinquent debt collection services on court fees and fines.



o City of Franklin, TN 11/12 - present

Collection services on delinquent 1st placement municipal court fines and fees

as well as solid waste, storm water, and utility bills.





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.



Proceeds received from the contracted vendor will be deposited into various

revenue accounts throughout the City. The contracted vendor will be paid a

percentage of the proceeds for collection services from Various Funds -

Contractual Services Account.



* * * * * *

(F) STREET SWEEPER ENGINE REPAIR



It is requested that Council approve payment to Flint Equipment Company

(Columbus, GA), in the amount of $11,357.91, for the engine repair of a Tympco

Street Sweeper, Vehicle #11119,



The engine was having excessive ?blow by? which is caused by the wear within

the engine. The primary purpose of this engine is to supply power to the

sweeper regeneration operation. Due to the engine having to operate at full

throttle for the duration of the sweeping operation the engine is susceptible

to wear even though stringent preventive maintenance is performed. This is a

common issue with engines used in this application.



Flint is the only local authorized service and repair dealer for the John Deer

engine.



Funds are available in the FY18 Budget: Paving Fund ? Public Works ? Right of

Way Maintenance ? Auto Parts and Supplies; 0203 ? 260 ? 3120 - ROWM ? 6721.



* * * * * *

(G) GARBAGE TRUCK ENGINE REPAIR

It is requested that Council approve payment to Four Star Freightliner, Inc,

(Dothan, AL), in the amount of $15,629.64, for the engine repairs of a

Freightliner M Class Garbage Truck, vehicle #6999.



The transmission wiring and the high pressure fuel pump in this vehicle have

failed. The 2009 Garbage Truck experienced the mechanical failure is due to

extensive use of the equipment. The truck has maintained its preventive

maintenance schedule and these types of failures are simply because the truck

is being used consistently.



Four Star Freight Liner is the authorized repair dealer for Cummings engines

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

Public Works ? Solid Waste Collection ? Auto Parts and Supplies; 0207 ? 260 ?

3510 ? GARB ? 6721.





(H) 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.



* * * * * *

?ITEM A?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING THE EXECUTION OF ANNUAL CONTRACTS WITH ALEXANDER

CONTRACTING COMPANY, INC. (COLUMBUS, GA), LANDMARK GRADING COMPANY, INC. (FT.

MITCHELL, AL), ROBINSON PAVING COMPANY (COLUMBUS, GA), SOUTHEASTERN SITE

DEVELOPMENT, INC. (NEWNAN, GA), AND THE M. MITCHELL GROUP, LLC (CARROLLTON, GA)

TO PROVIDE INSTALLATION OR REPLACEMENT OF SIDEWALKS AND ADA RAMPS, AND OTHER

MINOR CONCRETE WORK ON AN AS-NEEDED BASIS.



WHEREAS, an RFP was administered (RFP No. 18-0009) and six proposals were

received; and,



WHEREAS, the proposals submitted by Alexander Contracting Company, Inc.,

Landmark Grading Company, Inc., Robinson Paving Company, Southeastern Site

Development, Inc. and The M. Mitchell Group met all proposal requirements and

were evaluated most responsive to the RFP; and,



WHEREAS, the initial term of the contract shall be for two (2) years with the

option to renew for three (3) additional twelve-month periods. The contract

renewals 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 with

Alexander Contracting Company, Inc. (Fortson, GA), Landmark Grading Company,

Inc. (Ft. Mitchell, AL), Robinson Paving Company (Columbus, GA), Southeastern

Site Development, Inc. (Newnan, GA) and The M. Mitchell Group, LLC (Carrollton,

GA) to provide installation or replacement of sidewalks and ADA ramps, and

minor concrete work on an as-needed basis. Funds are budgeted each fiscal year

for this ongoing expense, in various accounts of the Engineering Department and

Public Works Department.



_____________



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

_________ day of _________________, 2018 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM B?



A RESOLUTION

NO._________



A RESOLUTION AUTHORIZING THE EXECUTION OF ANNUAL CONTRACTS WITH ALEXANDER

CONTRACTING COMPANY, INC. (FORTSON, GA), GORDY CONSTRUCTION COMPANY (FORTSON,

GA), KAM, INC. (COLUMBUS, GA), KIEWIT INFRASTRUCTURE SOUTH CO. (PEACHTREE CITY,

GA), LANDMARK GRADING COMPANY, INC. (FT. MITCHELL, AL), RDJE, INC. (NEWNAN,

GA), ROBINSON PAVING COMPANY (COLUMBUS, GA) AND STRACK, INC. (FAIRBURN, GA) TO

INSTALL OR REPLACE ELEMENTS OF STORM SEWER/COMBINED SEWER SYSTES ON AN

AS-NEEDED BASIS.



WHEREAS, an RFP was administered (RFP No. 18-0013) and eight proposals were

received; and,



WHEREAS, the proposals submitted by Alexander Contracting Company, Inc., Gordy

Construction Company, KAM, Inc., Kiewit Infrastructure South Co., Landmark

Grading Company, Inc., RDJE, Inc., Robinson Paving Company, and Strack, Inc.

met all proposal requirements and were evaluated responsive to the RFP; and,



WHEREAS, the initial term of the contract shall be for two (2) years with the

option to renew for three (3) additional twelve-month periods. The contract

renewals 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 with

Alexander Contracting Company, Inc. (Fortson, GA), Gordy Construction Company

(Fortson, GA), KAM, Inc. (Columbus, GA), Kiewit Infrastructure South Co.

(Peachtree City, GA), Landmark Grading Company, Inc. (Ft. Mitchell, AL), RDJE,

Inc. (Newnan, GA), Robinson Paving Company (Columbus, GA) and Strack, Inc.

(Fairburn, GA) to install or replace elements of storm sewer / combined sewer

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

ongoing expense, in various accounts of the Engineering Department.



__________________



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 AN ANNUAL CONTRACT FOR THE PROVISION

OF OVERHEAD DOOR INSTALLATION & MAINTENANCE SERVICES FROM RIVER CITY DOOR

COMPANY (COLUMBUS, GA), FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $9,500.00.



WHEREAS, the contractor will provide all supervision, labor, tools, equipment,

materials and services required for the installation and maintenance of

commercial overhead roll-up doors at various City locations; and,



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

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

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



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



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

the provision of overhead door installation & maintenance services from River

City Door Company (Columbus, GA), for the estimated annual contract value of

$9,500.00. Funds will be budgeted each fiscal year for this on-going expense:

General Fund - Public Works, Other Maintenance/Repairs -Various;

0101-260-3710-6527, 6528, 6529.



______________



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

_________ day of ____________, 2018 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ ________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM D?

A RESOLUTION

NO. _______



A RESOLUTION AUTHORIZING THE PURCHASE OF OFFICE FURNITURE, IN THE AMOUNT OF

$24,276.43, FROM MALONE OFFICE ENVIRONMENTS (COLUMBUS, GA) FOR THE FACILITIES

MAINTENANCE DIVISION.



WHEREAS, the furniture will include such items as: desks, desk chairs,

bookcases, file cabinets, conference table and chairs, and guest chairs; and,



WHEREAS, the items will replace those which were lost due to a fire in the

previous Facilities Maintenance Division location.



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



That the City Manager is hereby authorized to purchase Office Furniture from

Malone Office Environments (Columbus, GA) in the amount of $24,276.43. Funds

are budgeted in the FY18 Budget as follows: Special Project ? Capital Project

Fund ? General Fund Supported Capital Project ? Furniture ? Public Works 602

11th Ave Building Repairs; 0508-660-1000-7731-22952-20180.



____________



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 E?



A RESOLUTION

NO.____



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH AUTOMATED

COLLECTION SERVICES, INC. (NASHVILLE, TN) TO PROVIDE DEBT COLLECTION SERVICES

ON AN AS-NEEDED BASIS.



WHEREAS, an RFP was administered (RFP No. 18-0007) and five proposals were

received; and,



WHEREAS, the proposal submitted by Automated Collection Services, Inc. met all

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



WHEREAS, the initial term of the contract shall be for two (2) years with the

option to renew for three (3) additional twelve-month periods. The contract

renewals 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

Automated Collection Services, Inc. (Nashville, TN) for debt collection

services on an as-needed basis. Proceeds received from the contracted vendor

will be deposited into various revenue accounts throughout the City. The

contracted vendor will be paid a percentage of the proceeds for collection

services from Various Funds - Contractual Services Account.



_____________



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 PAYMENT TO FLINT EQUIPMENT COMPANY (ALBANY, GA), IN

THE AMOUNT OF $11,357.91, FOR THE ENGINE REPAIR OF A TYMPCO STREET SWEEPER,

VEHICLE #11119.



WHEREAS, the engine was having excessive ?blow by? which is caused by the wear

within the engine. The primary purpose of this engine is to supply power to

the sweeper regeneration operation. Due to the engine having to operate at

full throttle for the duration of the sweeping operation the engine is

susceptible to wear even though stringent preventive maintenance is performed.

This is a common issue with engines used in this application; and,



WHEREAS, Flint is the only local authorized service and repair dealer for the

John Deere engine.



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



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

Equipment Company (Albany, GA), in the amount of $11,357.91, for the engine

repair of a Tympco Street Sweeper, Vehicle #11119. Funds are available in the

FY18 Budget: Paving Fund ? Public Works ? Right of Way Maintenance ? Auto

Parts and Supplies; 0203 ? 260 ? 3120 - ROWM ? 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 G?

A RESOLUTION

NO._____



A RESOLUTION AUTHORIZING PAYMENT TO FOUR STAR FREIGHTLINER, INC, (DOTHAN, AL),

IN THE AMOUNT OF $15,629.64, FOR THE ENGINE REPAIRS OF A FREIGHTLINER M CLASS

GARBAGE TRUCK, VEHICLE #6999.



WHEREAS, the transmission wiring and the high pressure fuel pump in this

vehicle have failed. The 2009 Garbage Truck experienced the mechanical failure

due to extensive use of the equipment. The truck has maintained its preventive

maintenance schedule and these types of failures are simply because the truck

is being used consistently; and,



WHEREAS, Four Star Freight Liner is the closest authorized repair dealer for

Cummings engines.



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



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

Freightliner, Inc, (Dothan, AL), in the amount of $15,629.64, for the engine

repairs of a Freightliner M Class Garbage Truck, vehicle #6999. Funds are

available in the FY18 Budget: Integrated Waste Management Fund ? Public Works

? Solid Waste Collection ? Auto Parts and Supplies; 0207 ? 260 ? 3510 ? GARB ?

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 H?

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

Attachments


No attachments for this document.

Back to List