Agenda Item # 8
Columbus Consolidated Government
Council Meeting

February 27, 2018

Agenda Report # 86

TO: Mayor and Councilors

SUBJECT: Purchase Authorizations

INITIATED BY: Finance Department



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

It is requested that Council authorize the purchase of software from Benevate, Inc. d/b/a Neighborly Software (Atlanta, GA). The vendor will provide an enterprise software solution that will assist the Community Reinvestment Department with grant management.

RFP Advertisement and Receipt of Proposals:
RFP specifications were posted on the web pages of the Purchasing Division and the Georgia Procurement Registry on September 21, 2017. This RFP has been advertised, opened and evaluated. Proposals were received on November 3, 2017 from the following vendors:

Benevate, Inc. (Atlanta, GA)
Anglicotech, LLC (Arlington, VA)

The following events took place after receipt of proposals:

RFP MEETINGS/EVENTS
Description
Date Held
Agenda/Action
Pre-Evaluation Meeting
11/28/2017
Purchasing advised evaluation committee members of the RFP rules and process. Project Manager provided overview and expectations of the contracted vendor(s). Proposals were disbursed to each committee member to review.
1st Evaluation Meeting
12/13/2017
Discussed each of the two (2) proposals received. Committee decided to request further clarification from Benevate, Inc., and to request a Best and Final Offer from Anglicotech, LLC.
Letters sent
12/14/2017
A letter was sent to each vendor requesting the specified information with a response date of December 18, 2017.
Response received
12/15/17
Benevate, Inc. responded with clarification information.
Response received
12/18/17
Anglicotech, LLC agreed to reduce their Cost Proposal, but requested further clarification of software needs in order to reduce their Cost Proposal, as well as, Department Budget for this item.
Presentations scheduled
12/21/2018
Presentations were scheduled for both vendors for January 24, 2018.
Response received
12/21/2018
Benevate, Inc. agreed to present on the date specified.
Response received
12/22/2018
Anglicotech, LLC agreed to present on the date specified; however, requested the feedback as specified in their 12/18/17 response.
Letter sent
01/05/2018
Letter was sent to Anglicotech providing the feedback requested on software needs and Department Budget for this item.
Withdrawal of Proposal01/16/2018Anglicotech, LLC withdrew their proposal from consideration.
Presentations Cancelled01/19/2018Committee decided there was no need for Benevate, Inc. to demonstrate software, or be interviewed.
Best and Final Offer01/23/2018Committee decided to request a Best and Final offer from Benevate, Inc.
Letter sent01/23/2018Letter was sent to Benevate, Inc. cancelling the demonstration and requesting a Best and Final offer with a response date of January 29, 2018.
Response received01/29/2018Benevate, Inc. provided their Best and Final Offer.
Recommendation Received01/30/2018Committee voted to recommend Benevate, Inc. for award

Evaluation Committee:
Proposals were reviewed by the Evaluation Committee members, which consisted of one representative from Planning, one representative from IT, and one representative from Community Reinvestment, who served as voting members.

Award Recommendation:
The evaluation committee deemed the proposal from Benevate, Inc. (Atlanta, GA) to be most responsive to the RFP specifications.

Vendor Experience and Qualifications: The City’s Procurement Ordinance Article 3-110, Competitive Sealed Proposals for the procurement of Equipment, Supplies and Professional Services, governs the RFP Process. During the RFP process, there is no formal opening due to the possibility of negotiated components of the proposal. In the event City Council does not approve the recommended offeror, no proposal responses or any negotiated components are made public until after the award of the contract. Therefore, the evaluation results and cost information has been submitted to the City Manager in a separate memo for informational purposes.

Funds are budgeted in the FY18 Budget as follows: Home Program Fund – Community Reinvestment – Home – Contractual Services; 0213-245-2500-HOME-6319.
* * * * * *

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

It is requested that Council authorize payment to Apex Insurance Agency, Inc. d/b/a Apex Insurance Services (Norcross, GA) in the amount of $654,793.08 for workers’ compensation excess coverage and loss control services for benefits and expenses payable for claims made under the State of Georgia Worker’s Compensation laws and regulations, such insurance to be per occurrence and subject to a deductible of $500,000. These services run concurrently with the contract period of the current Worker’s Compensation Claims Management provider, USIS/AmeriSys. The current contract expires on February 28, 2019.

On December 3, 2013, per Resolution No. 431-13, Council approved the contract with USIS/AmeriSys, for Workers’ Compensation Claims Management Services. As part of the RFP requirements, the contractor was required to provide loss control and excess coverage services. In their RFP response, USIS/AmeriSys included broker, Public Risk Underwriters of Georgia (Peachtree Corners, GA) to facilitate access to loss control and excess coverage. Both vendors are separate divisions of Brown and Brown, Inc.

On February 11, 2014, per Resolution No. 68-14, Council authorized annual payments to Public Risk Underwriters of Georgia, Inc. Resolution No. 73-15, dated March 24, 2015, amended Resolution No. 68-14 by changing the name of Public Risk Underwriters of Georgia, Inc. to Apex Insurance Agency, Inc. d/b/a Apex Insurance Services (Norcross, GA) to continue providing workers’ compensation excess coverage and loss control.

Apex Insurance Agency, Inc. d/b/a Apex Insurance Services obtained quotes from several carriers for excess coverage. Safety National, our current A1-rated excess coverage carrier, provided the quotes most favorable to the City, as follows:


Funds are budgeted each fiscal year for this ongoing expense as follows: Risk Management Int Serv – Human Resources – Workers Compensation – Contractual Services; 0860-220-3820-WCOM-6319.
* * * * * *

(C) AMENDMENT 1 FOR ARCHITECTURAL AND ENGINEERING SERVICES FOR MOTT’S GREEN PLAZA ENHANCEMENT-PI #0015287 – RFP NO. 17-0013

It is requested that Council authorize the execution of Amendment 1 with Hecht Burdeshaw Architects, Inc. (Columbus, GA) in the estimated amount of $107,605.21 for additional services related to the Mott’s Green Plaza Enhancement project.

Per Resolution No. 151-17, dated May 23, 2017, Council authorized Hecht Burdeshaw Architects, Inc. to provide plans and drawings for the enhancement of the Mott’s Green Plaza (Frank Martin Pedestrian Bridge/Plaza area). This project is designed to improve the overall appearance of this area, while protecting its historic significance. Because this is a federally funded project, the Georgia Department of Transportation (GDOT) is requiring additional environmental and archeological surveys of the project area be performed. These surveys were not included in the original contract. The archeological and environmental work is a requirement that must be fulfilled in order for this project to move forward. A separate study for each will be required:

This change order is using TSPLOST Discretionary local match funding for this GDOT funded project. Funding is available as follows: T-SPLOST Projects Fund – Capital Projects – T-SPLOST – General Construction – Mott’s Green M230 Match; 0510-660-7000-7661-65014-20170.
* * * * * *

(D) PROFESSIONAL SIGN MAKING AND ERECTING SERVICES FOR ALCOHOL BEVERAGE LICENSE APPLICATIONS (ANNUAL CONTRACT) – RFB N0. 18-0031

It is requested that Council approve the annual contract for Professional Sign Making and Erecting Services for Alcohol Beverage License Applications, on an “as needed basis,” from Curtiss Signs, Inc. (Columbus, GA), for the estimated annual contract value of $9,250.00.

The Professional Sign Making and Erecting Services will be utilized by the Finance Department/Revenue Division. The sign making and erecting services requested are in conjunction with the application process for an Alcohol Beverage License in Muscogee County.

The term of the contract period shall be for two years, with the option to renew for three (3) additional twelve (12) month periods. Contract renewal is contingent upon the mutual agreement of the contractor and the City.

Bid information was posted on the web pages of the Purchasing Division and the Georgia Procurement Registry on January 10, 2018. One (1) bid was received on February 7, 2018. This bid has been advertised, opened and reviewed. The bidder was:

Estimated Annual Contract Value
Curtiss Signs, Inc., (Columbus, GA) $9,250.00

*Morris Signs submitted a quote, for a single sign, by email before the due date. The Vendor was notified, by phone, and informed that the bid had to be completed, with all necessary inclusions and submitted in a sealed package. The vendor failed to submit a responsive bid by the due date.

Funds will be budgeted each fiscal year for this ongoing expense: General Fund –Finance Department – Revenue-Occupation Tax – Professional Services; 0101-200-2200-REVN-6311.
* * * * * *

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

It is requested that Council authorize the execution of a construction contract with Cline Service Corp. (Columbus, GA) in the amount of $179,000.00 for Bradley Circle Slope Failure Repairs.

Cline Service Corp. will reconstruct a failed earthen slope between the Riverwalk and Bradley Circle in the City of Columbus, Ga. Included in the reconstruction are the removal and disposal of the existing damaged site improvements and the construction of new pavement on both the Riverwalk and Bradley Circle, new metal fencing along the Riverwalk, new retaining wall construction and repairs along with new curb and gutter and storm drainage upgrades on Bradley Circle. Upon reestablishment of the earthen embankment, vegetative cover will be installed to further stabilize the slope against the possibility of any future failure.

Bid information was posted on the web pages of the Purchasing Division and the Georgia Procurement Registry on January 12, 2018. Six (6) bids were received on February 14, 2018. This bid has been advertised, opened and reviewed. The bidders were:

Bidders
Total Bid
DBE Participation
Cline Service Corp (Columbus, GA)
$ 179,000.00
0.00%
¹Solidscapes LLC (Lavonia, GA)
137,648.00
10.18%
McLeroy, Inc. (Zebulon, GA)
188,350.00
4.75%
Earth-Scapes, Inc. (Phenix City, AL)
219,210.00
10.18%
Southeastern Site Development, Inc. (Newnan, GA)
239,070.00
14.45%
Scott Bridge Company, Inc. (Opelika, AL)
504,000.00
5.56%

This project is 100% reimbursable from FEMA. Funds are budgeted in the FY18 Budget: Special Projects – Capital Projects Fund – Capital Projects – General Fund Supported Capital Projects – General Construction – FEMA/GEMA-Bradley Circle Dec 2015 Storm Damage; 0508-660-1000-CPGF-7661-22948-20180.

* * * * * *

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

It is requested that Council approve the annual contract with Yardpro Lawncare & Landscaping (Lanett, AL), Primary Contractor (Option 1) and Secondary Contractor (Option 2); and Outdoor Solutions (Columbus, GA), Secondary Contractor (Option 1) and Primary Contractor (Option 2), to provide lot clearing services on an “as needed” basis. The Department of Public Works has $70,439.00 remaining funds for lot clearing services for FY18. The Department of Inspections and Code will budget for these services beginning in FY19 and subsequent fiscal years.

The contract will be awarded to both a Primary and Secondary contractor for Option 1: Grass Cutting Only (Residential and Commercial); and both a Primary and Secondary contractor for Option 2: Solid Waste Removal Only (Residential and Commercial). The Department of Inspections and Code estimates four hundred eighty-eight (488) lots to be classified as Option 1; and estimates one hundred twenty-four (124) lots to be classified as Option 2. When the services are needed, the Primary Contractor will be contacted first. If the Primary Contractor is not available, then the City will contact the Secondary Contractor to render the needed services.

The contract term shall be for two (2) years, with the option to renew for three (3) additional twelve-month periods.

Bid information was posted on the web pages of the Purchasing Division and the Georgia Procurement Registry on January 5, 2018. Five (5) bids were received on January 31, 2018. This bid has been advertised, opened and reviewed. The bidders were:


Outdoor Solutions (Columbus, GA)
YardPro Lawncare & Landscaping (Lanett, AL)
Absolute Quality Services, LLC (Columbus, GA)
Aspire Landscaping, Inc. (Cumming, GA)
Yard-Nique, Inc. (Sharpsburg, GA)
Total Option 1
Grass Cutting Only:
$ 42,872.00
$ 41,360.00
$ 99,000.00
$ 77,280.00
$ 48,200.00
Total Option 2
Solid Waste Removal Only:
$ 18,120.00
$ 43,164.00
$ 214,800.00
No Bid
No Bid
Total Extended Cost:
$ 60,992.00
$ 84,524.00
$ 313,800.00
$ 77,280.00
$ 48,200.00

Funds are budgeted in the FY18 Budget for this on-going expense: General Fund - Public Works– Lot Clearing and Maintenance; 0101-260-2400-SPCL-6382. The Department of Inspections and Code will budget for these services beginning in FY19 and subsequent fiscal years.
* * * * * *

(G) TICKET VENDING MACHINE & SUPPORT EQUIPMENT FOR METRA

It is requested that Council authorize the purchase of a ticket vending machine and support equipment from Genfare, Inc., (Elk Grove Village, IL), in the amount of $66,172.06. The purchase includes installation, as well as, support items i.e. swipe cards, and fare boxes.

This equipment will be utilized by the customers for purchasing the various types of swipe cards. The machine will be located in the Customer Lobby of the Transfer Center for the convenience of the customers. The cards will be used on the buses for quicker entrance on the buses for timely service.

This equipment will replace the older version equipment that is approximately 10-15 years old, presently at the Transfer Center, which has exceeded its useful life and is inoperable at this time. The particular model requested is compatible to the Genfare fare boxes on METRA’s entire fleet of buses. Using this company will allow compatibility with the original fare boxes, therefore not accruing additional costs for replacement of the entire fare infrastructure. This purchase is considered an only known source per Section 3-114 of the Procurement Ordinance.

Funds are budgeted in FY18 Budget: Transportation Fund – Transportation - FTA - Capital Expenditures Over $5000; 0751-610-2400-MFTA-7761 (Federal 80%, State 0% and City 20%).
* * * * * *

(H) SERVICE/REPAIR OF CATERPILLAR D7R BULL DOZER

It is requested that Council approve the service/repair of a Caterpillar D7R Bull Dozer, Vehicle #10822, by Yancey Brothers (Fortson, GA), in the amount $14,999.90.

In November of 2017, during the required inspection of the Bull Dozer it was discovered that the hydraulic system and undercarriage needed immediate repair, which was approved in November. It was during this inspection that Public Works was informed that the pins, bushings, and the idlers would need replacement within the next quarter. The cost for this replacement is $14,999.90.

Yancey Brothers, the local authorized Caterpillar distributer and repair service dealer, will be performing these repairs. Therefore, the vendor is deemed an only known source per the Procurement Ordinance, Article 3-114

Funds are available in the FY18 Budget: Integrated Waste Management Fund – Public Works – Granite Bluff Inert Landfill – Auto Parts and Supplies; 0207 – 260 – 3540 – BLUF – 6721.
* * * * * *

(I) CHANGE ORDER 1 FOR ALTERNATE #2 (PUBLIC DEFENDER’S OFFICE EXPANSION) OF THE MUSCOGEE COUNTY JAIL KITCHEN FLOOR REFURBISHMENT PROJECT– RFB NO. 18-0021

It is requested that Council authorize the execution of Change Order 1 with C. T. Bone, Inc. (Warner Robins, GA) in the amount of $ 35,920.20 for HVAC services related to Alternate #2, Public Defender’s Office Expansion, of the Muscogee County Jail Kitchen Floor Refurbishment project.

Per Resolution No. 424-17, dated December 12, 2017, Council authorized C. T. Bone, Inc. (Warner Robins, GA) to refurbish the kitchen floor at the Muscogee County Jail in the amount of $208,300.00 and expand the Public Defender’s Office (Alternate #2) in the amount of $119,200.00. C. T. Bone, Inc. has notified the City that their subcontractor failed to include pricing for HVAC work for Alternate #2. Therefore, the cost for Alternate #2 increased from $119,200.00 to $155,120.20, which is lower than that of the only other bid received for the project.


Document
Description
Amount
Original ContractRefurbish the kitchen floor at Muscogee County Jail and expand the Public Defender’s Office (Alternate #2)
327,500.00
Change Order 1HVAC work for Public Defender’s Office (Alternate #2)
35,920.20
New Contract Amount
$ 363,420.20
Funding is available in the FY18 Budget: Special Projects-Capital Projects Fund – Capital Projects – General Fund Supported Capital Projects – General Construction – Public Defender’s Office Expansion. 0508-660-1000-CPFG-7661-22951-20180.
“ITEM A”
A RESOLUTION
NO. ______


A RESOLUTION AUTHORIZING TO APPROVE THE CONTRACT WITH BENEVATE, INC. (PENSACOLA, FL), TO PROVIDE AN ENTERPRISE SOFTWARE SOLUTION THAT WILL ASSIST THE COMMUNITYI REINVESTMENT DEPARTMENT WITH GRANT MANAGEMENT.

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

WHEREAS, the proposal submitted by Benevate, Inc. (Pensacola, FL) met all proposal requirements and was evaluated responsive to the RFP.

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

That the City Manager is hereby authorized to approve the contract with Benevate Inc. (Pensacola, FL), to provide an enterprise software solution that will assist the Community Reinvestment Department with grant management. Funds are budgeted in the FY18 Budget as follows: Home Program Fund – Community Reinvestment – Home – Contractual Services; 0213-245-2500-HOME-6319.
_____________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of ____________, 2018 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Garrett voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


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

“ITEM B”

A RESOLUTION
NO. _____


A RESOLUTION AUTHORIZING PAYMENT TO APEX INSURANCE AGENCY, INC. D/B/A APEX INSURANCE SERVICES (NORCROSS, GA) IN THE AMOUNT OF $654,793.08 FOR WORKERS’ COMPENSATION EXCESS COVERAGE AND LOSS CONTROL SERVICES FOR BENEFITS AND EXPENSES PAYABLE FOR CLAIMS MADE UDER THE STATE OF GEORGIA WORKERS’ COMPENSATION LAWS AND REGULATIONS, SUCH INSURANCE TO BE PER OCCURRENCE AND SUJBECT TO A DEDUCTIBLE OF $500,000. THESE SERVICES RUN CONCURRENTLY WITH THE CONTRACT PERIOD OF THE CURRENT WORKERS’ COMPENSATION CLAIMS MANAGEMENT PROVIDER, USIS/AMERISYS. THE CURRENCT CONTRACT EXPRES ON FEBRUARY 28, 2019.

WHEREAS, on December 3, 2013, per Resolution No. 431-13, Council approved the contract with USIS/AmeriSys, for Workers’ Compensation Claims Management Services. As part of the RFP requirements, the contractor was required to provide loss control and excess coverage services. In their RFP response, USIS/AmeriSys included broker, Public Risk Underwriters of Georgia (Peachtree Corners, GA) to facilitate access to loss control and excess coverage. Both vendors are separate divisions of Brown and Brown, Inc.; and,

WHEREAS, on February 11, 2014, per Resolution No. 68-14, Council authorized annual payments to Public Risk Underwriters of Georgia, Inc. Resolution No. 73-15, dated March 24, 2015, amended Resolution No. 68-14 by changing the name of Public Risk Underwriters of Georgia, Inc. to Apex Insurance Agency, Inc. d/b/a Apex Insurance Services (Norcross, GA) to continue providing workers’ compensation excess coverage and loss control; and,

WHEREAS, Apex Insurance Agency, Inc. d/b/a Apex Insurance Services obtained quotes from several carriers for excess coverage. Safety National, our current A1-rated excess coverage carrier, provided the quotes most favorable to the City.

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

That the City Manager is hereby authorized to make payment to Apex Insurance Agency, Inc. d/b/a Apex Insurance Services (Norcross, GA) in the amount of $654,793.08 for workers’ compensation excess coverage and loss control services for benefits and expenses payable for claims made under the State of Georgia Worker’s Compensation laws and regulations, such insurance to be per occurrence and subject to a deductible of $500,000. These services run concurrently with the contract period of the current Worker’s Compensation Claims Management provider, USIS/AmeriSys. The current contract expires on February 28, 2019. Funds are budgeted each fiscal year for this ongoing expense as follows: Risk Management Int Serv – Human Resources – Workers Compensation – Contractual Services; 0860-220-3820-WCOM-6319.
_____________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of ____________, 2018 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Garrett voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


_______________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
“ITEM C”
A RESOLUTION
NO. _____

A RESOLUTION AUTHORIZING THE EXECUTION OF CONTRACT AMENDMENT 1 WITH HECHT BURDESHAW ARCHITECTS, INC. (COLUMBUS, GA) IN THE ESTIMATED AMOUNT OF $107,605.21 FOR ADDITIONAL SERVICES RELATED TO THE MOTT’S GREEN PLAZA ENHANCEMENT PROJECT.

WHEREAS, per Resolution No. 151-17, dated May 23, 2017, Council authorized Hecht Burdeshaw Architects, Inc. to provide plans and drawings for the enhancement of the Mott’s Green Plaza (Frank Martin Pedestrian Bridge/Plaza area); and,

WHEREAS, because this is a federally funded project, the Georgia Department of Transportation (GDOT) is requiring additional environmental and archeological surveys of the project area be performed. These surveys were not included in the original contract. The archeological and environmental work is a requirement that must be fulfilled in order for this project to move forward. A separate study for each will be required; and,

WHEREAS, the sub-consultant CALYX Engineers and Consultants (Columbus, GA) will provide archaeology environmental services in the amount of $52,888.71; the sub-consultant Southern Research Consultants (Waverly Hall, GA) will conduct a phase-one intensive archaeological survey in the amount of $30,716.50; and Hecht Burdeshaw will coordinate their work and the work of the consultants with Georgia Department of Transportation for an additional fee of approximately $24,000.00.

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

That the City Manager is hereby authorized to execute Amendment 1 with Hecht Burdeshaw Architects, Inc. (Columbus, GA) in the estimated amount of $107,605.21 for additional services related to the Mott’s Green Plaza Enhancement project. This change order is using TSPLOST Discretionary local match funding for this GDOT funded project. Funding is available as follows: T-SPLOST Projects Fund – Capital Projects – T-SPLOST – General Construction – Mott’s Green M230 Match; 0510-660-7000-7661-65014-20170.
____________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of ____________, 2018 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Garrett voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


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

“ITEM D”
A RESOLUTION
NO.______

A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR PROFESSIONAL SIGN MAKING AND ERECTING SERVICES FOR ALCOHOL BEVERAGE LICENSE APPLICATIONS, ON AN “AS NEEDED BASIS”, FROM CURTISS SIGNS, INC. (COLUMBUS, GA), FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $9,250.00.

WHEREAS, the Professional Sign Making and Erecting Services will be utilized by Finance Department/Revenue Division The sign making and erecting services requested are in conjunction with the application process for an Alcohol Beverage License in Muscogee County; and,

WHEREAS, the term of contract period shall be for two years, with option to renew for three (3) additional twelve (12) month periods.

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

That the City Manager is hereby authorized to enter into an annual contract for Professional Sign Making and Erecting Services for Alcohol Beverage License Applications on an “as needed basis” from Curtiss Signs, Inc. (Columbus, GA) for the estimated annual contract value of $9,250.00. The term of contract shall be for two years with the option to renew for three additional twelve-month periods. Funds will be budgeted each fiscal year for this ongoing expense: General Fund –Finance Department – Revenue-Occupation Tax – Professional Services; 0101-200-2200-REVN-6311.
__________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of ____________, 2018 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Garrett voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.



_______________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
"ITEM E”
A RESOLUTION

NO. _______


A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH CLINE SERVICE CORP. (COLUMBUS, GA) IN THE AMOUNT OF $179,000.00 FOR BRADLEY CIRCLE SLOPE FAILURE REPAIRS.

WHEREAS, Cline Service Corp. will reconstruct a failed earthen slope between the Riverwalk and Bradley Circle in the City of Columbus, Ga. Included in the reconstruction are the removal and disposal of the existing damaged site improvements and the construction of new pavement on both the Riverwalk and Bradley Circle, new metal fencing along the Riverwalk, new retaining wall construction and repairs along with new curb and gutter and storm drainage upgrades on Bradley Circle. Upon reestablishment of the earthen embankment, vegetative cover will be installed to further stabilize the slope against the possibility of any future failure.

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

That the City Manager is hereby authorized to execute a construction contract with Cline Service Corp. (Columbus, GA) in the amount of $179,000.00 for Bradley Circle Slope Failure Repairs. This project is 100% reimbursable from FEMA. Funds are budgeted in the FY18 Budget: Special Projects – Capital Projects Fund – Capital Projects – General Fund Supported Capital Projects – General Construction – FEMA/GEMA-Bradley Circle Dec 2015 Storm Damage; 0508-660-1000-CPGF-7661-22948-20180.
_______________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of ____________, 2018 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Garrett voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


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

ITEM F

A RESOLUTION

NO. ______

A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT WITH YARDPRO LAWNCARE & LANDSCAPING (LANETT, AL), PRIMARY CONTRACTOR (OPTION 1) AND SECONDARY CONTRACTOR (OPTION 2); AND OUTDOOR SOLUTIONS (COLUMBUS, GA), SECONDARY CONTRACTOR (OPTION 1) AND PRIMARY CONTRACTOR (OPTION 2), TO PROVIDE LOT CLEARING SERVICES, ON AN “AS NEEDED” BASIS. THE DEPARTMENT OF PUBLIC WORKS HAS $70,439.00 REMAINING FUNDS FOR LOT CLEARING SERVICES FOR FY18. THE DEPARTMENT OF INSPECTIONS AND CODE WILL BUDGET FOR THESE SERVICES BEGINNING IN FY19 AND SUBSEQUENT FISCAL YEARS.

WHEREAS, the work includes cutting and removing grass, weeds, undergrowth and other vegetation, and removing any and all solid waste as required by law; and,

WHEREAS, the Department of Inspections and Code estimates four hundred eighty-eight (488) lots each to be classified as Option 1 (Grass Cutting Only); and estimates one hundred twenty-four (124) lots to be classified as Option 2 (Solid Waste Removal). The contract will be awarded to both a Primary Contractor and Secondary Contractor for each option. When the services are needed, the Primary Contractor will be contacted first. If the Primary Contractor is not available, then the City will contact the Secondary Contractor to render the needed services; and,

WHEREAS, the contract period shall be for two years, with the option to renew for three additional twelve-month periods. Contract renewal will be contingent upon the mutual agreement of the City and the Contractors.

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

That the City Manager is hereby authorized to execute an annual contract with Yardpro Lawncare & Landscaping (Lanett, AL), Primary Contractor (Option 1) and Secondary Contractor (Option 2); and Outdoor Solutions (Columbus, GA), Secondary Contractor (Option 1) and Primary Contractor (Option 2), to provide lot clearing services, on an “as needed” basis. Funds are budgeted in the FY18 Budget for this on-going expense: General Fund - Public Works– Lot Clearing and Maintenance; 0101-260-2400-6382. The Department of Inspections and Code will budget for these services beginning in FY19 and subsequent fiscal years.
_________________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of _________________, 2018 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Garrett voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


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

“ITEM G”

A RESOLUTION
NO.______

A RESOLUTION AUTHORIZING AUTHORIZE THE PURCHASE OF A TICKET VENDING MACHINE AND SUPPORT EQUIPMENT FROM GENFARE, INC., (ELK GROVE VILLAGE, IL), IN THE AMOUNT OF $66,172.06. THE PURCHASE INCLUDES INSTALLATION, AS WELL AS, SUPPORT ITEMS I.E. SWIPE CARDS, AND FARE BOXES.

WHEREAS, this equipment will be utilized by the customers for purchasing the various types of swipe cards. The machine will be located in the Customer Lobby of the Transfer Center for the convenience of the customers. The cards will be used on the buses for quicker entrance on the buses for timely service; and,

WHEREAS, this equipment will replace the older version equipment that is approximately 10-15 years old, presently at the Transfer Center, which has exceeded its useful life and is inoperable at this time. The particular model requested is compatible to the Genfare fare boxes on METRA’s entire fleet of buses. Using this company will allow compatibility with the original fare boxes, therefore not accruing additional costs for replacement of the entire fare infrastructure. This purchase is considered an only known source per Section 3-114 of the Procurement Ordinance.

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

That the City Manager is hereby authorized to purchase a ticket vending machine and support equipment from Genfare, Inc., (Elk Grove Village, IL), in the amount of $66,172.06. The purchase includes installation, as well as, support items i.e. swipe cards, and fare boxes. Funds are budgeted in FY18 Budget: Transportation Fund – Transportation - FTA - Capital Expenditures Over $5000; 0751-610-2400-MFTA-7761 (Federal 80%, State 0% and City 20%).
______________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of ____________, 2018 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Garrett voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


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


“ITEM H”
A RESOLUTION
NO.______

A RESOLUTION AUTHORIZING AUTHORIZE THE SERVICE/REPAIR OF A CATERPILLAR D7R BULL DOZER, VEHICLE #10822, BY YANCEY BROTHERS (FORTSON, GA), IN THE AMOUNT $14,999.90.

WHEREAS, in November of 2017, during the required inspection of the Bull Dozer it was discovered that the hydraulic system and undercarriage needed immediate repair, which was approved in November. It was during this inspection that Public Works was informed that the pins, bushings, and the idlers would need replacement within the next quarter. The cost for this replacement is $14,999.90; and,

WHEREAS, Yancey Brothers, the local authorized Caterpillar distributer and repair service dealer, will be performing these repairs. Therefore, the vendor is deemed an only known source per the Procurement Ordinance, Article 3-114

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

That the City Manager is hereby authorized to proceed with the service/repair of a Caterpillar D7R Bull Dozer, Vehicle #10822, by Yancey Brothers (Fortson, GA), in the amount $14,999.90. Funds are available in the FY18 Budget: Integrated Waste Management Fund – Public Works – Granite Bluff Inert Landfill – Auto Parts and Supplies; 0207-260-3540-BLUF-6721.
_______________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of ____________, 2018 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Garrett voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.



_______________________________ _________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
“ITEM I”
A RESOLUTION

NO. ______


A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER 1 WITH C. T. BONE, INC. (WARNER ROBINS, GA) IN THE AMOUNT OF $35,920.20 FOR HVAC SERVICES RELATED TO ALTERNATE #2, PUBLIC DEFENDER’S OFFICE EXPANSION, OF THE MUSCOGEE COUNTY JAIL KITCHEN FLOOR REFURBISHMENT PROJECT.

WHEREAS, per Resolution No. 424-17, dated December 12, 2017, Council authorized C. T. Bone, Inc. (Warner Robins, GA) to refurbish the kitchen floor at the Muscogee County Jail in the amount of $208,300.00 and expand the Public Defender’s Office (Alternate #2) in the amount of $119,200.00; and,

WHEREAS, C. T. Bone, Inc. has notified the City that their subcontractor failed to include pricing for HVAC work for Alternate #2. Therefore, the cost for Alternate #2 increased from $119,200.00 to $155,120.20, which is lower than that of the only other bid received for the project.

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

That the City Manager is hereby authorized to execute Change Order 1 with C. T. Bone, Inc. (Warner Robins, GA) in the amount of $35,920.20 for HVAC services related to Alternate #2, Public Defender’s Office Expansion, of the Muscogee County Jail Kitchen Floor Refurbishment project. Funding is available in the FY18 Budget: Special Projects-Capital Projects Fund – Capital Projects – General Fund Supported Capital Projects – General Construction – Public Defender’s Office Expansion; 0508-660-1000-CPFG-6561-22951-20180.
_____________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of ____________, 2018 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting __________.
Councilor Garrett voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.



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