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 #__7__





Columbus Consolidated Government

Council Meeting



May 17, 2005





Agenda Report #__73__



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) EMERGENCY CLEAN-UP & REMOVAL OF DEBRIS (ANNUAL CONTRACT) ? RFP NO. 05-0011



It is requested that Council approve the contract with D & J Enterprises for

Emergency Clean-up and Removal of Debris. The Contractor will provide services

and equipment for emergency clean-up and removal of debris that may result from

natural (storms, fallen trees, etc.) or man made disasters (terrorism, remnants

of destroyed building, etc.) on an ?as needed basis?.



Services will include removing debris from public Right-of-Way or specific

locations, which may require cutting large and small fallen trees, loading the

debris in transport vehicles, transporting and disposing of said debris at a

designated location (approximately ten miles distance). Services may also

include removing debris from a man made disaster, which may require some

demolition, loading, transporting and disposing of said debris at a designated

location. Disposing of all debris will be in accordance with local, state and

federal laws.



The City does not have the resources to do a large scale clean up from a major

storm, or a possible disaster from a terrorist attack. Therefore, having a

contract in place for contingencies will help to get the clean up done

expeditiously and provide the City with data for reimbursement from Federal

Emergency Management Agency (FEMA).



The initial term of the contract shall be two years, with the option to renew

for three additional twelve-month periods. The contract renewal will be

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



Request for proposal invitations were mailed to fifty-three vendors and the RFP

has been advertised. A Mandatory Pre-Proposal Conference was held March 25,

2005, with twelve (12) vendors attending. Six proposals were received, April

8, 2005, from the following offerors:



D & J Enterprises (Auburn, AL)

Asplundh Environmental (Fairhope, AL)

Storm Reconstruction (Tuscaloosa, AL)

Littleton Storm (Virginia, IL)

Natco, Inc. (Bristol, TN)

TAG Grinding Services (Palmetto, GA)



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

representatives from Public Services. During the evaluation process, D & J

Enterprises was deemed most responsive to the RFP. 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. 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 responsive

offeror. Cost and evaluation results have been submitted to the City Manager

in a separate memo for information purposes.



Funds will be available each fiscal year for this on-going expense, Public

Services, Pine Grove Landfill ? Contractual Services; 0207-260-3560-PGRO-6319.



?ITEM A?





A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH D & J

ENTERPRISES TO PROVIDE EMERGENCY CLEAN-UP AND REMOVAL OF DEBRIS SERVICES ON AN

?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 05-0011) and six proposals were

received; and,



WHEREAS, the proposal submitted by D & J Enterprises met all proposal

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



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

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

contract renewal will be contingent upon the mutual agreement of the City and

the Contractor.



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



That the City Manager is hereby authorized to execute a contract with D & J

Enterprises to provide Emergency Clean-up and Removal of Debris on an ?as

needed basis?. Funds will be available each fiscal year for this on going

service. Public Services, Pine Grove Landfill ? Contractual Services;

0207-260-3560-PGRO-6319.

_________________________________________



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

_________ day of _________________, 2005 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: May 17, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





May 18, 2005

1. Glass Enclosure at Security Entrance ? RFB No. 05-0070

Scope of Bid

Provide all labor, equipment and materials to construct one (1) glass enclosure

at the security entrance on the Ground Floor of the Government Center Tower.

The glass enclosure shall measure 22? L x 11?? W x 9? Ht.



2. Flood Abatement Project ? 6th Avenue and Side Streets System ? RFP No.

05-0022

Scope of RFP

The Project consists of the following major elements: construction of

approximately 1,600 feet of 8-foot by 5-foot box culvert; 570 feet of 8-foot by

6-foot box culvert; 800 feet of 8-foot by 8-foot box culvert; 1,100 feet of

twin 10-foot by 8-foot box culvert; 1400 feet of 10-foot by 8- foot; 420 feet

of 12-foot by 8-foot box culvert; 500 feet of 14-foot by 10-foot box culvert;

5,200 feet of 14-foot by 12-foot box culvert; 1,600 feet of 72-inch gravity

sewer; 1,170 feet of 60-inch gravity sewer; 1320 feet of 54-inch gravity sewer;

140 feet of 48-inch gravity sewer; 150 feet of 42-inch gravity sewer; 70 feet

of 36-inch gravity sewer; 130 feet of 30-inch gravity sewer; 80 feet of 24-inch

gravity sewer; 10 feet of 18-inch gravity sewer; 80 feet of 15-inch gravity

sewer; one river outfall structure; one diversion structure; one drop

structure; approximately 700 feet of 16-inch water line; 320 feet of 12-inch

water line; 2,900 feet of 8-inch water line; 50 feet of 4-inch water line; 5

railroad crossings; 1 state road crossing; streetscape improvements; erosion

and sedimentation control; and all associated restoration connections and

appurtenant Work.



3. Panasonic Toughbook 29 Laptop Computers ?PQ No. 05-0006

Scope of PQ

Provide two (2) Panasonic ToughBook 29 Laptop Computers to be used by the

Department of Fire/EMS



May 20, 2005

1. Program Instructors for the Dept of Parks & Recreation, Community Schools

(Annual Contract) ? RFP No. 05-0025

Scope of RFP

Provide Parks & Recreation, Community Schools with instructors in various

activities to participants in the Before and After School Programs operated by

the Community Schools Division. The term of 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

Contractor.



2. Laboratory Services (Annual Contract) ? RFP No. 05-0021

Scope of RFP

Provide the Columbus Consolidated Government (the City) (an NPDES Phase

I community) with laboratory analytical services required for the City?s Storm

Water permit. The term of the contract will be three (3) years with option to

renew for two (2) additional twelve (12) month periods.



3. 450? Self Supporting Radio Tower Installation/Erection? RFB No. 05-0061

Scope of RFB

The Columbus Consolidated Government desires to select a qualified

vendor to provide installation for a Valmont U-42.0 x 450? (or equal)

self-supporting galvanized steel radio tower.



May 27, 2005

1. Credentialing & Security Access System ? RFP No. 05-0026

Scope of RFP

Provide a credentialing and security access system for the City, to be utilized

at the Government Center. Vendor will provide all equipment, software and

training for an employee identification credentialing and access system.

System must be capable of interfacing and communicating with the West Central

Health District and Columbus Fire Department current software and imaging

systems regarding data file transfers and communications with bar code scanners

to and from a central base database. The existing database for interface with

the Medical community is Card Control Systems, Inc., Tucker, Georgia.

Back to List