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
October 7, 2003
Agenda Report #____117____
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) CONGESTION MANAGEMENT SYSTEM ? RFP NO. 04-0008
It is requested that Council approve the negotiation of a contract with Wilbur
Smith Associates for a congestion management study (CMS). The CMS will be used
to update the Columbus-Phenix City Transportation System (C-PCTS). Wilbur
Smith Associates may also be used to participate in the update of the Long
Range Transportation Plan.
The Columbus-Phenix City Metropolitan Planning Organization (MPO) has several
objectives in updating the C-PCTS CMS. Some relate to the fact that many of
the plan elements are dated. Others relate to the need to integrate certain
issues into the transportation planning process. The objectives of the plan
update include the following.
? Develop a Congestion Management System in compliance with federal
regulations. C-PCTS is a Transportation Management Area (TMA) with a
population of (2000 Census). The updated CMS should address all of the
relevant issues in the federal regulations.
? Reflect significant and meaningful public input. It will be important to
effectively involve the general public, especially Environmental Justice
communities, and other stakeholders in the plan update.
Requests for proposals were mailed to fifty-three vendors, and this RFP has
been advertised. Proposals were received on September 18, 2003 from five
offerors:
Wilbur Smith Associates (Atlanta, GA)
Jordan, Jones & Goulding, Inc. (Norcross, GA)
TEI Engineers & Planners (Duluth, GA)
URS Corporation (Atlanta, GA)
W K Dickson & Company, Inc. (Atlanta, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from the City Manager?s Office, Community & Economic
Development and Traffic Engineering Division. During the evaluation process,
Wilbur Smith Associates was deemed most responsive to the RFP.
The City?s Procurement Ordinance, Article 3-111, Architectural/Engineering and
Land Surveying 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 highest-ranked, responsive
offeror. Evaluation results have been submitted to the City Manager in a
separate memo for information purposes.
Funds are budgeted in FY04 Budget, Multi-Government Project Fund, Engineering ?
Transportation Planning, Contractual Services; 0216-250-2500-TPLA-6319.
* * * * * *
(B) LANDSCAPE MATERIAL (ANNUAL CONTRACT) (RE-BID) - BID NO. 04-0011
It is requested that Council approve the purchase of landscape material
consisting of approximately 1,000 bales of pine straw, 10,000 bales of long
leaf pine straw, 4,000 bales of wheat straw and 4,000 bales of hay, on an ?as
needed? basis, from ToMar Garden Center for the estimated contract value of
$65,000.00. This re-bid is necessary for the following reasons: 1) the vendor
awarded the original bid (Bid No. 03-0086) failed to render the services in
accordance with the specifications of the contract, and 2) when the next low
bidders, in succession, were asked to continue the contract, they all required
minimum orders in various quantities; however, the using departments were
unable to store the required quantities.
Public Services and Park Services will use the landscape material in flower
beds located in City parks and for erosion control mulch. The contract period
will be for one year with the option to renew for two additional twelve-month
periods. Contract renewal will be contingent upon the mutual agreement of the
City and the Contractor.
One hundred & eighty two bid invitations were mailed; two bids were received
September 17, 2003. This bid has been advertised, opened and reviewed. The
bidders were:
Description/Vendor To-Mar Garden Center
(Columbus, GA) *R3/R & R Enterprises
(Piedmont, AL)
1. Pine straw
Est. Qty ? 1,000 Unit Price: $3.00
Total Price: $3,000.00 Unit Price: NB
Total Price: NB
2. Long Leaf Pine Straw
Est. Qty ? 10,000 Unit Price: $ 4.00
Total Price: $40,000.00 Unit Price: NB
Total Price: NB
3. Wheat Straw
Est. Qty ? 4,000 Unit Price: $2.75
Total Price: $11,000.00 Unit Price: $ 3.23
Total Price: $12,920.00
4. Hay
Est. Qty ? 4,000 Unit Price: $2.75
Total Price: $11,000.00 Unit Price: $2.89
Total Price: $11,560.00
Total Estimated Contract Value $65,000.00 $24,480.00*
* Denotes vendor did not bid on all line items.
Funds are budgeted each fiscal year for this ongoing expense, Parks and
Recreation ? Park Services ? Horticulture/Landscaping Supplies,
0101-270-2100-PSRV-6727; Public Services ? Right Of-Way Maintenance ?
Horticulture/Landscaping Supplies, 0203-260-3120-ROWM-6727; Street Improvements
- Horticulture/Landscaping Supplies, 0203-260-2100-STRT-6727.
* * * * * * *
(C) GYM FLOOR MAINTENCE SERVICES (ANNUAL CONTRACT) ? BID NO. 04-0013
It is requested that Council approve the purchase of gym floor maintenance
services from Steven?s Gymnasiums, Inc., for the estimated annual contract
value of $10,080.00. The contractor will perform necessary maintenance to
recondition the gym floors, including repairing, stripping/sealing of wood gym
flooring at Comer Gym, North Columbus Gym, Shirley Winston Gym, Benning Park
Gym, Northside Recreation Center and Psalmond Road Recreation Center on an ?as
needed basis? for the Parks & Recreation Department.
The contract period is for two years, with the option to renew for three
additional twelve-month periods. Renewal is contingent upon the mutual
agreement of the City and the Contractor.
Thirty-two bid invitations were mailed; five bids were received September 17,
2003. This bid has been advertised, opened and reviewed. The bidders were:
Vendors Bid Amount
Stevens Gymnasiums, Inc. (Roswell, GA) $ 10,080.00
*JFC (Knoxville, TN) 8,084.12
**Revell Flooring Company, Inc. (Atlanta, GA) 9,282.00
Ram Enterprises, Inc. (Montgomery, AL) 11,370.00
Quality Flooring (Buford, GA) 90,400.00
* JFC failed to provide the required certificate of liability insurance;
therefore, their bid was deemed incomplete. The Purchasing Division notified
the vendor, in writing, of the bid evaluation findings.
**Revell Flooring Company, Inc., submitted the next low bid. However, the
vendor proposed 15 days to complete the floors at all locations, which did not
meet the bid specification of 5 days for completion. The Purchasing Division
notified the vendor, in writing, of the bid evaluation findings.
Funds are budgeted each fiscal year for this ongoing expense, Parks &
Recreation ? Recreation Services ? Contractual Services,
0101-270-2400-RECR-6319.
?ITEM A?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH WILBUR
SMITH ASSOCIATES FOR A CONGESTION MANAGEMENT STUDY.
WHEREAS, an RFP was administered (RFP No. 04-0008) and five proposals
were received; and,
WHEREAS, the proposal submitted by Wilbur Smith Associates met all
proposal requirements and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to
negotiate a contract with Wilbur Smith Associates for a congestion management
study (CMS). Funds are budgeted in FY04 Budget, Multi-Government Project Fund,
Engineering ? Transportation Planning, Contractual Services;
0216-250-2500-TPLA-6319.
__________________________________
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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO. _________
A RESOLUTION AUTHORIZING THE PURCHASE OF LANDSCAPE MATERIAL CONSISTING OF
APPROXIMATELY 1,000 BALES OF PINE STRAW, 10,000 BALES OF LONG LEAF PINE STRAW,
4,000 BALES OF WHEAT STRAW AND 4,000 BALES OF HAY, ON AN ?AS NEEDED? BASIS,
FROM TO-MAR GARDEN CENTER FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $65,000.00.
WHEREAS, the landscape material will be used by Public Services and Park
Services in flower beds located in City parks and for erosion mulch; and,
WHEREAS, the contract period will be for one year with the option to renew for
two 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 purchase landscape
material consisting of approximately 1,000 bales of pine straw, 10,000 bales of
long leaf pine straw, 4,000 bales of wheat straw and 4,000 bales of hay, on an
?as needed? basis, from Top Quality Straw, Inc., for the estimated annual
contract value of $65,000.00. Funds are budgeted each fiscal year for this
ongoing expense, Parks and Recreation ? Park Services ?
Horticulture/Landscaping Supplies, 0101-270-2100-PSRV-6727; Public Services ?
Right Of-Way Maintenance ? Horticulture/Landscaping Supplies,
0203-260-3120-ROWM-6727; Street Improvements - Horticulture/Landscaping
Supplies, 0203-260-2100-STRT-6727.
______________________________
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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO. _________
A RESOLUTION AUTHORIZING THE PURCHASE OF GYM FLOOR MAINTENANCE SERVICES ON AN
?AS NEEDED? BASIS, FROM STEVEN?S GYMNASIUMS, INC., FOR THE ESTIMATED ANNUAL
CONTRACT VALUE OF $10,080.00.
WHEREAS, the contractor will perform necessary maintenance to
recondition the gym floors, including repairing, stripping/sealing of wood gym
flooring at Comer Gym, North Columbus Gym, Shirley Winston Gym, Benning Park
Gym, Northside Recreation Center and Psalmond Road Recreation Center on an ?as
needed basis? for the Parks & Recreation Department, and;
WHEREAS, the contract period will 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.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase gym floor
maintenance services on an ?as needed basis? from Steven?s Gymnasiums, Inc.,
for the estimated annual contract value of $10,080.00. Funds are budgeted each
fiscal year for this ongoing expense, Parks & Recreation ? Recreation Services
? Contractual Services, 0101-270-2400-RECR-6319.
______________________________
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 Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
DATE: October 7, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
October 8, 2003
1. Dual Rear Wheel- 1 Ton Truck Crew Cab and Chassis with 8 ? Foot Flat
Dump Bed
Scope of Bid
Provide Three (3) Dual Rear Wheel- 1 Ton Truck Crew Cab and Chassis with 8 ?
Foot Flat Dump Bed to be used by the Street Repairs and Maintenance Division,
Right-of-Way Division, and Sewer Maintenance Division of the Public Services
Department.
2. 7-Yard Dump Truck Body
Scope of Bid
Provide One (1) 7-Yard Dump Truck Body to be used by the Street Improvements
Division of the Public Services Department.
3. Ammunition for Public Safety Departments (Annual Contract) ? Bid No. 04-0021
Scope of Bid
Provide ammunition of various types and quantities on an ?as needed?
basis to Columbus Consolidated Government (the City) to be utilized by the
Public Safety Departments. The contract term will be for one year, with the
option to renew for three additional twelve-month periods.
October 10, 2003
1. Traffic Incident Management Service (Annual Contract) ? RFP No.
04-0006
Scope of Bid
Provide Traffic Incident Management Service (Wrecker Service) on an ?as
needed basis? for various departments of Columbus Consolidated Government. The
term of the contract shall be for five (5) years.
2. Moving & Storage Services (Annual Contract) ? RFP No. 04-0007
Scope of Bid
Provide moving and storage services to temporarily relocate citizens under the
Homeowner Rehabilitation Assistance Program. The services will be required on
an ?as needed basis?. The term of the contract will be for three years with an
option to renew for two additional twelve-month periods. Contract renewal will
be contingent upon the mutual agreement of the City and the Contractor(s).
October 15, 2003
1. Concrete Ramps & Sidewalks ? Bid No. 04-0020
Scope of Bid
Provide concrete ramps and sidewalks at Lawyers Lane (Pecan Street, Schaul
Street, Marion Street, Bell Street, 10th Street and Hood Street); Macon Road
(Briarwood, South Dixon, Rigdon Road); North Lumpkin Road/30th Avenue; South
Lumpkin Road/Plantation Drive; Martin Luther King Blvd (Brennan School,
Coolidge Avenue, Lawyers Lane); Brown Avenue (Shepherd Drive, Col. Roberts
Center); Shepherd Drive (19th Street, 18th Street); Davis School (Crosswalk,
Marshall School); Manchester Exp/Daniel Middle School; 38th Street (Veterans
Parkway, 5th Avenue); River Road (Manchester Exp, 50th Street); 5th Avenue/6th
Street; 6th Avenue/10th Street; Veterans Parkway (10th Street, 6th Street, 9th
Street, KFC driveway, Carquest driveway); Hamilton Road/26th Street thru 35th
Street.
October 22, 2003
1. Passenger Vans ? Bid No. 04-0017
Scope of Bid
Provide two (2), Fifteen (15) Passenger Vans to be used by the Community
Services Division and Sheriff?s Motor Transport Division; and one (1), Seven
(7) Passenger Mini-Van to be used by the Motor Transport Division of the
Columbus Police Dept.
2. Regional Detention Pond and Wetland Mitigation ? Bid No. 04-0023
Scope of Bid
The work shall consist of furnishing all labor, materials, tools, equipment and
incidentals and performing all work required to construct complete-in-place and
ready-to-operate regional storm water detention ponds for the Muscogee
Technology Park. Also included is grading and erosion control measures to
create wetlands. The work involves construction of earthen berms approximately
2ft ? 5ft in height in an undeveloped area of the park along Bull Creek and its
tributaries.
3. Columbus Gateways Landscaping ? Bid No. 04-0025
Scope of Bid
The work shall consist of furnishing all labor, materials, tools, equipment and
incidentals and performing all work required to landscape I-185/Smith Road
Interchange and Manchester Expressway/Miller Road Interchange.