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 # 3
Columbus Consolidated Government
Council Meeting
April 29, 2003
Agenda Report # 52
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) LANDSCAPE MATERIAL (ANNUAL CONTRACT) (RE-BID) - BID NO. 03-0069
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 Top Quality Straw, Inc., for the estimated contract value
of $47,500.00; and rescind Resolution No. 82-03 due to the re-bid process. The
original bid, Bid No. 03-0069, was canceled due to the need to revise
specifications and re-bid the contract.
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.
Ninety-six bid invitations were mailed; five bids were received March 26,
2003. This bid has been advertised, opened and reviewed. The bidders were:
VENDOR
PINE STRAW
(Est. 1,000 Bales)
LONG LEAF PINE STRAW
(Est. 10,000 Bales)
WHEAT STRAW
(Est. 4,000 Bales)
HAY
(Est. 4,000 Bales)
Total Estimated Contract Value
1. Top Quality Straw, Inc. (Phenix City, AL) Unit Cost: $2.50
Ext. Price: $2,500.00 Unit Cost: $2.50
Ext. Price: $25,000.00 Unit Cost: $2.50
Ext. Price: $10,000.00 Unit Cost: $2.50
Ext. Price: $10,000.00
$47,500.00
2. M.E. Elliott
(Leary, GA) Unit Cost: $2.25
Ext. Price: $2,250.00 Unit Cost: $2.25
Ext. Price: $22,500.00 Unit Cost: NB
Ext. Price: Unit Cost: NB
Ext. Price:
$24,750.00*
3. Southern Straw, Inc.
(Opelika, AL) Unit Cost: $2.50
Ext. Price: $2,500.00 Unit Cost: $2.50
Ext. Price: $25,000.00 Unit Cost: $2.75
Ext. Price: $11,000.00 Unit Cost: NB
Ext. Price:
$38,500.00*
4. Eric?s Landscaping
(Phenix, AL) Unit Cost: $3.33
Ext. Price: $3,330.00 Unit Cost: NB
Ext. Price: Unit Cost: $3.94
Ext. Price: $15,760.00 Unit Cost: $4.00
Ext. Price: $16,000.00
$35,090.00*
5. Wholesale Pinestraw
(Phenix City, AL) Unit Cost: $2.50
Ext. Price: $2,500.00 Unit Cost: $2.50
Ext. Price: $25,000.00 Unit Cost: NB
Ext. Price: Unit Cost: NB
Ext. Price:
$27,500.00*
* Denote vendors 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, 0203-270-3120-ROWM-6727; Pine Grove Landfill
? Horticulture/Landscaping Supplies, 0207-260-3560-PGRO-6727; Street
Improvements ? Horticulture/Landscaping Supplies, 0203-260-2100-STRT-;
Sewer-Maintenance ? Horticulture/Landscaping Supplies, 0202-260-3210-SWRM-6727.
* * * * * *
(B) SHIRLEY WINSTON PARK STORM PIPE REPLACEMENT ? BID NO. 03-0084
It is requested that Council authorize the execution of a construction contract
with Earth-Scapes, Inc., in the amount of $65,890.00 for the replacement of a
storm pipe at Shirley Winston Park. The scope of work includes, but is not
limited to, installing 30?, 36? an 48? RCP class III pipes, soil erosion
control, reconstructing or replacing existing manholes, inlets, headwalls, etc.
and landscaping.
Eighty-three bid invitations were mailed; eight bids were received on April 9,
2003. This bid has been advertised, opened and reviewed. The bidders were:
CONTRACTOR BID AMOUNT
Earth-Scapes, Inc. (Phenix City, AL) $ 65,890.00
Robinson Paving Company (Columbus, GA) 72,818.00
Kam, Inc. (Columbus, GA) 79,160.00
Alexander Contracting Company (Columbus, GA) 81,441.25
Gordy Construction Company (Fortson, GA) 86,226.30
David Elliott & Associates (Phenix City, AL) 117,076.17
McMath-Turner Construction (Columbus, GA) 211,475.80
Cline Construction Company (Columbus, GA) 224,850.00
Funds are budgeted in FY03 Budget, Sewer Fund Supported Capital Projects ?
Drainage/Street Improvements, Pipe Rehabilitation;
0508-660-2000-CPSF-7622-20770980.
* * * * * * *
(C) GLOBAL POSITIONING SATELLITE SURVEY SYSTEM ? RFP NO. 03-0020
It is requested that Council authorize the purchase of a global positioning
satellite survey system from Earl Dudley Associates, Inc. The equipment will
be used for the purpose of mapping the drainage network of Muscogee County. It
will be used in a conventional manner with the recording of raw data and post
processing for conventional (non real time) GPS surveying. To further
facilitate this purchase, the Engineering Department will trade-in surplus
global positioning survey equipment.
Requests for proposals were mailed to twenty vendors. This RFP has been
advertised. The following three vendors submitted proposals on January 29,
2003:
Earl Dudley Associates, Inc. (Birmingham, AL)
Navigation Electronics, Inc. (Norcross, GA)
1 Thales Navigation, Inc. (Santa Clara, CA)
1 The proposal submitted by Thales Navigation, Inc., did not include the
required acknowledgement of Addenda One and Two, therefore the vendor?s
proposal was deemed incomplete. Addendum One instructed vendors to disregard
the original pricing request issued in the RFP and gave instruction for a new
pricing format. Thales submitted pricing per the original request, therefore,
their pricing was not in accordance with the amended requirements of the RFP.
The vendor has been notified, in writing, of the findings regarding their
proposal.
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Engineering. In addition, representatives from the
Traffic Engineering and Drainage divisions, of Engineering, served in advisory
capacities. After preliminary evaluations, the committee decided to see
demonstrations from Earl Dudley Associates and Navigation Electronics.. A
demonstration was made by Earl Dudley Associates on March 11, 2003, and a
demonstration was made by Navigation Electronics on March 13, 2003. After the
demonstrations, the committee took a final vote, whereby Earl Dudley
Associates, Inc., was selected.
The City?s Procurement Ordinance, Contracting for Equipment, Supplies or
Professional Services per Article 3-110, governs the RFP process. During the
RFP process, there is no formal opening due to the possibility of negotiated
components of the proposal. In the event City Council does not approve the
recommended offeror, no proposal responses or any negotiated components are
made public until after the award of the contract. The cost information and
evaluation results have been submitted to the City Manager in a separate memo
for informational purposes.
Funds are budgeted in FY03 Budget, Sewer Fund? Engineering ?Drainage ? Capital
Expenditures over $5,000.00; 0202-250-2300-DRAN-7761.
* * * * * * *
(D) TWO AERIAL QUINT FIRE TRUCKS
It is requested that Council approve the purchase of two (2) E-One HP 100?
Aerial Quint Fire Trucks from E-One (Lawrenceville, Georgia) in the of
$1,335,000.00. The Department of Fire/EMS will use one quint as a replacement
vehicle for a ladder truck. The other quint will be utilized at the newly
constructed Fire Station #16.
To accommodate this purchase as expediently as possible, the City is
participating in an RFP administered by the City of Tallahassee, Florida. The
City?s Procurement Ordinance, Article 9-101, ?Cooperative Purchasing
Authorized,? allows for participation in this RFP.
The RFP administered by the City of Tallahassee, Request for Proposal No,
2166-95-A01-9GG, issued October 16, 1995, is an annual contract for Fire
Apparatus and Special Application Vehicles. Proposals were received November
5, 1995. E-One was the successful vendor and entered into a contract with the
City of Tallahassee for a 5 year period, with the option to renew for an
additional five years. The procurement process administered by the City of
Tallahassee meets the procurement requirements of Columbus Consolidated
Government; and E-One has agreed to provide fire apparatus to the City under
the same contract.
Per the contract, certain discounts have been made available to the City for
this purchase:
Standard unit cost per truck $605,858.00
Discount for the purchase of 2 units -8,000.00
Additional discount for placing order
By April 29, 2003 -3.550.00
Base price per truck $594,308.00
Cost of specified loose equipment 73,192.00
Total Cost per truck $667,500.00
Total Sale amount with all applied
Discounts for two (2) HP 100? Quints
With issuance of Purchase order by
April 29, 2003. $1,335.000.00
Additionally, if full payment for the trucks is made in advance, the City will
receive a rebate of $164.59 per day, until the delivery of the trucks. This
could amount to a savings of approximately $21,890.47, depending on the
delivery date.
Funds are budgeted in the FY03 Budget as follows: the replacement vehicle is
budgeted in Fire/EMS-Logistics/Support-Heavy Trucks, 0101-410-3610-LOGI-7723;
the new vehicle is budgeted in General Fund Supported Capital Projects-Heavy
Trucks-Quint ? Station #16, 0508-660-1000-CPGF-7723-22207030.
?ITEM A?
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 TOP QUALITY STRAW, INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF
$47,500.00; AND AUTHORIZING TO RESCIND RESOLUTION NO. 82-03 DUE TO THE RE-BID
PROCESS.
WHEREAS, the original bid, Bid No. 03-0069, was canceled due to the need to
revise specifications and re-bid the contract. Consequently, the resolution
awarding the original bid must be rescinded; and,
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:
I.
That Resolution No. 82-03 is hereby rescinded; and,
II.
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 $47,500.00. 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,
0203-270-3120-ROWM-6727; Pine Grove Landfill ? Horticulture/Landscaping
Supplies, 0207-260-3560-PGRO-6727; Street Improvements ?
Horticulture/Landscaping Supplies, 0203-260-2100-STRT-6727; Sewer-Maintenance ?
Horticulture/Landscaping Supplies, 0202-260-3210-SWRM-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 B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
EARTH-SCAPES, INC., IN THE AMOUNT OF $65,890.00 FOR THE REPLACEMENT OF A STORM
PIPE AT SHIRLEY WINSTON PARK.
WHEREAS, The scope of work includes, but is not limited to, installing 30?, 36?
an 48? RCP class III pipes, soil erosion control, reconstructing or replacing
existing manholes, inlets, headwalls, etc. and landscaping.
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 $65,890.00 for the replacement of a
storm pipe at Shirley Winston Park. Funds are budgeted in FY03 Budget, Sewer
Fund Supported Capital Projects ? Drainage/Street Improvements, Pipe
Rehabilitation; 0508-660-2000-CPSF-7622-20770980.
_________________________________________
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
?ITEM C?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE PURCHASE OF A GLOBAL POSITIONING SATELLITE
SURVEY SYSTEM FROM EARL DUDLEY ASSOCIATES, INC.
WHEREAS, an RFP was administered (RFP No. 03-0020) and three proposals
received; and,
WHEREAS, the RFP evaluation results and cost information has been
submitted to the City Manager for informational purposes due to the RFP
disclosure guidelines; and,
WHEREAS, the proposal submitted by Earl Dudley Associates, Inc., 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 purchase a global
positioning satellite survey system from Earl Dudley Associates, Inc. Funds
are budgeted in FY03 Budget, Sewer Fund ? Engineering ?Drainage ? Capital
Expenditures over $5,000.00; 0202-250-2300-DRAN-7761.
________________________________________
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 Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) E-ONE HP 100? AERIAL QUINT
FIRE TRUCKS FROM E-ONE (LAWRENCEVILLE, GEORGIA) IN AMOUNT OF $1,335,000.00.
WHEREAS, the Department of Fire/EMS will use one quint as a replacement vehicle
for a ladder truck. The other quint will be utilized at the newly constructed
Fire Station #16; and,
WHEREAS, to accommodate this purchase as expediently as possible, the City is
participating in an RFP administered by the City of Tallahassee, Florida. The
City?s Procurement Ordinance, Article 9-101, ?Cooperative Purchasing
Authorized,? allows for participation in this RFP; and,
WHEREAS, the RFP administered by the City of Tallahassee, Request for Proposal
No, 2166-95-A01-9GG, issued October 16, 1995, is an annual contract for Fire
Apparatus and Special Application Vehicles. Proposals were received November
5, 1995. E-One was the successful vendor and entered into a contract with the
City of Tallahassee for a 5 year period, with the option to renew for an
additional five years. The procurement process administered by the City of
Tallahassee meets the procurement requirements of Columbus Consolidated
Government; and E-One has agreed to provide fire apparatus to the City under
the same contract.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) E-One HP 100?
aerial quint fire trucks from E-One (Lawrenceville, Georgia) in the amount of
$1,335,000.00. Funds are budgeted in the FY03 Budget as follows: the
replacement vehicle is budgeted in Fire/EMS-Logistics/Support-Heavy Trucks,
0101-410-3610-LOGI-7723; the new vehicle is budgeted in General Fund Supported
Capital Projects-Heavy Trucks-Quint ? Station #16,
0508-660-1000-CPGF-7723-22207030.
_________________________________________
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: April 29, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
April 30, 2003
1. Construction of Fire Stations ? Bid No. 03-0083
Construct a fire station at Veterans Parkway and Moon Road ? two bay
with EMS (Fire Station #3); at 1441 Benning Drive, Corner of Winston Road and
Roper Avenue ? three bay with EMS (Fire Station #10); and at Transport
Boulevard and Cargo Drive ? two bay with EMS (Fire Station #16). The scope of
work includes, but is not limited to, masonry and brick exterior walls, asphalt
shingle roof over trusses, interior masonry walls, with finish ceilings,
floors, doors, windows, toilet rooms, kitchen, HVAC, electrical, plumbing and
site work.
2. Construction Services for Pine Grove Municipal Solid Waste Landfill, Phase
II - Cells 2A, 2B, 2C ? RFQ No. 03-0001
Scope of RFQ
Vendors are invited to pre-qualify to bid on construction services for Pine
Grove Municipal Solid Waste Landfill, Phase II ? Cells 2A, 2B, 2C. The Project
consists of the following major elements: approximately 19,300 cubic yards of
cut material and 9,200 cubic yards of structural fill; placement of 24-inch
thick liner base with permeability not to exceed 1 x 10-7 cm/sec, and placement
of either a 24-inch thick leachate collection layer with a permeability no less
than 1 x 10-2 cm/sec or placement of geonet and 24-inches of a soil layer with
no specified permeability; a 60 mil HDPE geomembrane liner over 350,000 square
feet; the construction of 1,300 feet of 24-foot gravel access road;
construction of a sediment basin; installation of erosion control devices;
installation of underdrain and leachate collection piping; construction of and
improvements to existing perimeter ditches.
May 2, 2003
1. General Construction Services for Multi-Level Parking Garage ? RFP No.
03-0026
Scope of RFP
Provide general construction services for the Multi-Level Parking Garage,
currently with design and construction documentation underway. The services
will be performed by a qualified general contractor, hereafter called the
Construction Manager. The services will consist of pre-construction services
and post bid pre-construction services, including such items as cost estimating
and analyses, constructability analysis, scheduling and phasing, methods and
materials input, Value Engineering (VE) input and costing, etc, as necessary,
as well as construction of the project. Construction scope generally consists
of earthwork, deck construction, utility relocations and landscaping.
2. General Construction Services for Uptown Streetscapes Project ? RFP No.
03-0027
Scope of RFP
Provide general construction services for the Uptown Streetscapes Project. The
services will be performed by a qualified general contractor, hereafter called
the Construction Manager. The services will consist of pre-construction
services and post bid pre-construction services, including such items as cost
estimating and analyses, constructability analysis, scheduling and phasing,
methods and materials input, Value Engineering (VE) input and costing, etc, as
necessary, as well as construction of the project. Construction scope
generally consists of demolition, earthwork, utility relocations, asphalt
paving, granite curbs, electrical wiring and pole bases, concrete flatwork,
brick pavers, miscellaneous metals, miscellaneous specialties, irrigation,
landscaping, etc.
May 7, 2003
1. Heavy Truck Cab and Chassis ? Bid No. 03-0095
Scope of Bid
To provide a Heavy Truck Cab and Chassis to be used by the Street Improvement
Division of the Public Services Department.
May 9, 2003
1. Time Synchronization System ? RFP No. 03-0028
Scope of RFP
Provide and install a Clock Synchronization System for the Columbus Public
Safety/911 Emergency Communications Center. The City will only consider
specifically designed and engineered ?Emergency Communications Workstation
Systems?.
May 16, 2003
1. 30 Ft Low Floor Clean Diesel Transit Bus ? Bid No. 03-0067
Scope of Bid
Provide a 30 Ft Low Floor Clean Diesel Transit Bus to be used by the METRA
Transit System.