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 #________
Columbus Consolidated Government
Council Meeting
April 9, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) TRUCK CAB AND CHASSIS WITH 12-FT BED/LIFT TAILGATE ? BID NO. 02-0075
It is requested that Council approve the purchase of a truck cab and chassis
with 12-foot bed/lift tailgate from Jay Automotive Group in the amount of
$29,147.12. The replacement vehicle will be used by the Community Service
Division to transport community service workers, work material, tools and
equipment to and from clean-up sites.
Eighty-seven invitations were mailed and three bids were received on February
13, 2002. This bid has been advertised, opened, and reviewed. The bidders
were as follows:
Jay Automotive Group (Columbus, GA) $29,147.12
Freeway Ford (Columbus, GA) $32,566.00
Legacy Ford-Mercury (McDonough, GA) $33,611.00
Funds are budgeted in the FY02 Budget, Paving Fund ? Public Services ?
Community Services-Right A-Way Maintenance ? Light Trucks;
0203-260-3130-ROWM-7722.
* * * * *
(B) UTLILITY VEHICLES (SUVs) ? BID NO. 02-0073
It is requested that Council approve the purchase of two utility vehicles
(SUVs) from Jay
Automotive Group in the amount of $51,086.76. One of the new vehicles will go
to the Fire Department and the other to the Sheriff's Department.
Twenty-six invitations were mailed and three bids were received on February
6,2002. This bid has been advertised, opened, and reviewed. The bidders were
as follows:
Unit Cost Total Cost
Jay Automotive Group (Columbus,GA) $25,543.38 $51,086.76
*Mike Patton (Lagrange, GA) $21,774.00 $43,548.00
Bill Heard Chevrolet (Columbus, GA) $26,774.00 $53,438.00
*Mike Patton?s bid was deemed incomplete due to failure to submit current
model/year literature for proposed vehicle.
Funds are budgeted in the FY02 Budget as follows: (1) unit for Sheriff's
Department, 1999 Sales Tax Project Fund ? SPLOST ?99 SPLOST POL/FIRE VEH/EQUP?
Sheriff's ? Light Trucks; 0540-695-2123-TXSH-7722-5013002-V; (1) unit for
Fire Department, Bond and Lease Purchase Pools ? Light Trucks;
0542-200-5000-GMA-7722.
* * * * * *
(C) MIDLAND SCHOOL RECREATIONAL FACILITIES ? SITE IMPROVEMENTS ? BID NO. 02-0095
It is requested that Council authorize the execution of a construction contract
with Earth-Scapes, Inc., in the amount of $467,463.00. The contractor will
perform site improvements to the recreational facilities at Midland School.
The work includes, but is not limited to, demolition, concrete work, sports
field construction, sports field lighting, irrigation, chain link fencing,
landscaping and grassing.
Fifty-seven bid invitations were mailed; five bids were received on March 27,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Contractor Total Bid Amount DBE
Participation
Earth-Scapes, Inc.
(Phenix City, AL) $467,463.00 7%
Sports Turf Company
(Whitesburg, GA) 482,098.00 None
Holley Construction Company
(Columbus, GA) 484,483.00 *None
Project Earth Landscape Services
(Suwanee, GA) 514,335.00 39%
Grant Environmental Contractors
(Columbus, GA) 537,500.00 *100%
*Although Holley Construction listed the names of potential DBE subcontractors,
the vendor did not list anticipated dollar amounts committed to the DBE
subcontractors. The City has certified Grant Environmental Contractors as a
DBE vendor.
Funds are budgeted in FY02 Budget, 1993 SPLOST - Williams Road Park,
Engineering/Architectural Services; 0541-690-2110-PDNW-6338-70055010.
(D) HISTORICAL ARCHITECTURAL SERVICES TO DEVELOP A FEASIBILITY/ADAPTIVE USE
STUDY FOR THE RE-USE OF THE CITY MILLS GRAIN ELEVATORS ? RFP NO. 01-0036
It is requested that Council approve the negotiation of a contract with The
Spriggs Group for historical architectural services. The firm will develop and
oversee the feasibility/adaptive use study for the City Mills Grain Elevators,
which are located in the Columbus Historic Riverfront Industrial District.
With the help of a structural engineer, The Spriggs Group will document the
current conditions and prepare a feasibility study for alternatives to
demolition.
Requests for proposals were mailed to one hundred thirty-seven vendors, and
this RFP has been advertised. Proposals were received on June 1, 2001 from
seven offerors:
The Spriggs Group (Savannah, GA)
Brock Green Architects (Atlanta, GA)
Carter Watkins Associates (Monroe, GA)
Ken Levy, Architect (Midland, GA)
Meyer, Scherer & Rockcastle (Minneapolis, MN)
OJP/Architect, Inc. (Atlanta, GA)
Smith Dalia Architect (Atlanta, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from the City Manager Office, Community & Economic Development,
Engineering Department and Inspections & Code Division. During the evaluation
process, The Spriggs Group was deemed the 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 FY02 Budget, Community Development Block Grant Fund,
Neighborhood Redevelopment ? Site Improvements; 0210-240-3450-RDEV-7623.
* * * * * *
(E) STEEL/CONCRETE SIGNAL STRAIN POLES ? BID NO. 02-0099
It is requested that Council authorize the purchase of steel/concrete signal
strain poles from Newmark International, Inc., in the amount of $21,730.00.
Four (4) new traffic signals will be installed on the poles. The traffic
signals are required to accommodate a roadway improvement project that is
currently under construction. The locations are Moon Road @ Whittlesey
B1/Stone Mill Drive; Moon Road @ South Ramps, J.R. Allen Parkway (US 80); Moon
Road @ North Ramps, J.R. Allen Parkway (US 80); and Veterans Parkway (SR1) @
South, J.R. Allen Parkway (US 80).
Forty-three bid invitations were mailed; two bids were received on March 27,
2002. This bid has been advertised, opened and reviewed. The bidders were:
VENDOR BID AMOUNT
Newmark International, Inc. (Claxton, GA) $21,730.00
Southern Lighting & Traffic Systems (Roswell, GA) 27,285.00
Funds are budgeted in FY02 Budget, 1999 SPLOST Road/Bridge/Street - Road
Maintenance Materials, Signals/Traffic Loop Maintenance;
0540-695-2126-TXRB-6751-50311010.
?ITEM A?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF A TRUCK CAB AND CHASSIS WITH
12-FOOT BED/LIFT TAILGATE FROM JAY AUTOMOTIVE IN THE AMOUNT OF $29,147.12.
WHEREAS, the replacement vehicle will be used by the Community Service
Division to transport community service workers, work material, tools and
equipment to and from clean-up sites.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase a truck cab and
chassis with 12-foot bed/lift tailgate in the amount of $29,147.12. Funds are
budgeted in the FY02 Budget, Paving Fund ? Public Services ? Community
Services-Right A-Way Maintenance ? Light Trucks; 0203-260-3130-ROWM-7722.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO.________
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO UTILITY VEHICLES (SUV?S)
FROM JAY AUTOMOTIVE IN THE AMOUNT OF $51,086.76.
WHEREAS, one of the new vehicles will go to the Fire Department and the
other to the Sheriffs Department.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase two utility vehicles
(SUV?s) from Jay Automotive in the amount of $51,086.76. Funds are budgeted in
the FY02 Budget as follows: (1) unit for Sheriffs Department, 1999 Sales Tax
Project Fund ? SPLOST ? Sheriffs ? Light Trucks;
0540-695-2123-TXSH-7722-5013002-V; (1) unit for Fire Department, Bond and
Lease Purchase Pools ? Light Trucks; 0542-200-5000-GMA-7722.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM C?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
EARTH-SCAPES, INC., IN THE AMOUNT OF $467,463.00.
WHEREAS, The contractor will perform site improvements to the
recreational facilities at Midland School. The work includes, but is not
limited to, demolition, concrete work, sports field construction, sports field
lighting, irrigation, chain link fencing, landscaping and grassing.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a construction contract
with Earth-Scapes, Inc., in the amount of $467,463.00. Funds are budgeted in
FY02 Budget, 1993 SPLOST - Williams Road Park, Engineering/Architectural
Services; 0541-690-2110-PDNW-6338-70055010.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM D?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH THE SPRIGGS GROUP
TO PROVIDE HISTORICAL ARCHITECTURAL SERVICES FOR A FEASIBILITY/ADAPTIVE USE
STUDY FOR THE CITY MILLS GRAIN ELEVATORS.
WHEREAS, an RFP was administered (RFP No. 01-0036) and seven proposals were
received; and,
WHEREAS, the proposal submitted by The Spriggs Group 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 negotiate a contract with The
Spriggs Group to provide historical architectural services for a
feasibility/adaptive use study for the City Mills Grain Elevators. Funds are
budgeted in FY02 Budget, Community Development Block Grant Fund, Neighborhood
Redevelopment ? Site Improvements; 0210-240-3450-RDEV-7623.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM E?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF STEEL/CONCRETE SIGNAL STRAIN
POLES FROM NEWMARK INTERNATIONAL, INC., IN THE AMOUNT OF $21,730.00.
WHEREAS, Four (4) new traffic signals will be installed on the poles.
The traffic signals are required to accommodate a roadway improvement project
that is currently under construction. The locations are Moon Road @ Whittlesey
B1/Stone Mill Drive; Moon Road @ South Ramps, J.R. Allen Parkway (US 80); Moon
Road @ North Ramps, J.R. Allen Parkway (US 80); and Veterans Parkway (SR1) @
South, J.R. Allen Parkway (US 80).
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase steel/concrete
signal strain poles from Newmark International, Inc., in the amount of
$21,730.00. Funds are budgeted in FY02 Budget, 1999 SPLOST Road/Bridge/Street
- Road Maintenance Materials, Signals/Traffic Loop Maintenance;
0540-695-2126-TXRB-6751-50311010.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor