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.