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 #___4____





Columbus Consolidated Government

Council Meeting



July 8, 2003





Agenda Report #___87___



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) ENGINEERING AND DESIGN SERVICES FOR LANDFILL GAS CONTROL & COLLECTION

SYSTEM ? RFP NO. 03-0029



It is requested that Council authorize the execution of a contract with Jordan,

Jones & Goulding, Inc., for engineering and design services of a landfill gas

control and collection system. The firm will design a landfill gas collection

and control system and provide for the installation of gas collection wells in

Pine Grove Landfill Phase I, Cells A & B with flare station, so as to meet air

quality requirements in accordance with Federal Air Regulation 40 CFR, Part 60,

Sub-part WWW, ?Standards of Performance for Municipal Solid Waste Landfills.



Requests for proposals were mailed to one hundred sixty-six vendors, and this

RFP has been advertised. Proposals were received on April 24, 2003, from five

offerors:



Jordan, Jones & Goulding, Inc. (Columbus, GA)

Arcadis G & M, Inc. (Atlanta, GA)

SCS Engineers (Powder Springs, GA)

Stantec Consulting Services, Inc. (Columbus, GA)

Weston Solutions, Inc. (Norcross, GA)



Proposals were reviewed by the Evaluation Committee, which consisted of

representatives from Landscape & Forestry, Repairs & Maintenance and Pine Grove

Landfill divisions of the Public Services Department. The Director of Public

Services served in an advisory capacity. Jordan Jones & Goulding, Inc.,

received the highest ranking; therefore, the committee requested a cost

proposal from the vendor:



The City?s Procurement Ordinance, Article 3-111, Architectural/Engineering and

Land Surveying Services, governs the RFP process. This process insures the

City obtains the most qualified offeror to provide the equipment, supplies

and/or services required. During the process of an RFP, there is no formal

opening, due to the possibility of negotiated components of the proposal. In

the event Council does not approve the recommended offeror, no proposal

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

the contract. If Council does not approve the recommended offeror,

negotiations will begin with the next highest-ranked, responsive offeror.

Evaluation results and cost information has been submitted to the City Manager

in a separate memo, for informational purposes.



Funds are budgeted in FY04 Budget, Integrated Waste Supported Capital Projects

? Engineering/Architectural Services, Landfill Closure;

0508-660-4000-CPIW-6371-20711030.



?ITEM A?



A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH JORDAN, JONES &

GOULDING, INC., FOR ENGINEERING AND DESIGN SERVICES FOR A LANDFILL GAS CONTROL

AND COLLECTION SYSTEM.



WHEREAS, an RFP was administered (RFP No. 03-0029) and five proposals were

received; and,



WHEREAS, the proposal submitted by Jordan, Jones & Goulding, Inc., met all

proposal requirements and is deemed responsive to the RFP.



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



That the City Manager is hereby authorized to execute a contract with Jordan,

Jones & Goulding, Inc., for engineering and design services for a landfill gas

control and collection system. Funds are budgeted in FY04 Budget, Integrated

Waste Supported Capital Projects ? Engineering/Architectural Services, Landfill

Closure; 0508-660-4000-CPIW-6371-20711030.

_________________________________________



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

the _________ day of _________________, 2003 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



DATE: July 8, 2003



TO: Mayor and Councilors



FROM: Kay Love, Director of Finance



SUBJECT: Advertised Bids







July 16, 2003

1. Emergency Medical Replenishable Supplies (Annual Contract) ? Bid

No. 03-0101

Scope of Bid

Provide various emergency medical supplies on an ?as needed basis? to

include: Airway Supplies, Intravenous Supplies, Oxygen Delivery Supplies,

Bandages, Exposure Control Supplies, Exam Gloves and other Miscellaneous

items. The term of the contract shall be for one (1) year period, with the

option to renew for two (2) additional twelve-month periods, if agreeable to

both parties.



July 30, 2003

1. Group Life, AD&D and Long Term Disability Insurance

(Annual Contract) ? Bid No. 04-0002

Scope of Bid

Provide Columbus Consolidated Government employees with Group Life, AD&D and

Long-Term Disability Insurance through a fully funded program. The term of

contract shall be for two years, beginning September 1, 2003, 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.
Back to List