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



May 10, 2005





Agenda Report #__66___



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department

_____________________________________________________________________



(A) ENGINEERING SERVICES RELATED TO THE CONSTRUCTION OF PINE GROVE MUNICIPAL

SOLID WASTE LANDFILL, PHASE III ? CELLS 3A, 3B, 3C, 3D, 3E AND 3F ? RFP NO.

05-0016



It is requested that Council authorize the execution of a negotiated contract

with Jordan, Jones & Goulding, Inc., for engineering services related to the

construction of Pine Grove Municipal Solid Waste Landfill, Phase III ? Cells

3A, 3B, 3C, 3D, 3E and 3F. These services are needed to design, coordinate and

oversee the construction of phase III at Pine Grove Landfill to ensure adequate

space is available for the disposal of solid waste in accordance with EPD

guidelines and regulations. Jordan, Jones & Goulding, Inc., will provide

construction documents, construction administration, and construction quality

assurance (CQA) services during the construction of Phase 3, Cells 3A, 3B, 3C,

3D, 3E, and 3F of the Pine Grove Landfill. Services will include relevant

engineering and design, surveying, construction administration, construction

inspection, materials sampling and testing, preparation of analytical reports,

and all other reporting necessary to satisfy regulatory provisions for CQA

documentation.



The landfill cells to be constructed cover approximately fourteen acres. The

clay portion of the composite liner system consists of two feet of compacted

natural clay with possible bentonite admixtures to achieve required

permeability. The clay will be overlain by a 60-mil HDPE geomembrane, and two

feet of granular leachate collection material. Textured geomembrane will be

use on this project. Leachate collection pipes surrounded by gravel and

geotextile are also to be constructed. Compacted structural fill material

could be obtained on-site. Clay liner material could be obtained on-site.



Requests for proposals were mailed to four hundred and seventeen vendors and

this RFP has been advertised. Four proposals were received on March 18, 2005:





Jordan, Jones & Goulding, Inc. (Norcross, GA)

?Gallet & Associates (Birmingham, AL)

Moreland Altobelli Associates, Inc. (Norcross, GA)

Stantec (Macon, GA)



?Gallet & Associates failed to acknowledge receipt of Addendum No. 1, which

included clarification and additional specifications, a listing of all current

projects and expected dates of completion, and proof of insurance. Gallet &

Associates was deemed non-responsive and the firm?s proposal did not receive

further consideration.



The proposals were reviewed by the Evaluation Committee, which consisted of

representatives from divisions of the Public Services Department.



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.



Funds are budgeted in FY05 Budget, Integrated Waste Supported Capital Projects,

Engineering/Architectural Services ? New Cell Construction;

0207-660-4000-CPIW-6371-20709-20050.

* * * * * *



(B) PURCHASE OF TRACTOR FOR RIGHT OF WAY DIVISION



It is requested that Council authorize the purchase of one (1) New Holland

tractor from Melson Tractor in the amount of $14,875.00.



The tractor is a replacement for a recently salvaged tractor and will be used

by the Right-of-Way Division of the Public Services Department to cut the

right-of-ways throughout the City.



The Right-of-Way Division visited several tractor dealerships looking for a

lease turn-in for sale to replace the salvaged tractor. Melson Tractor was the

only dealership to have equipment the department needed and provided a memo to

the Fleet Manager, stating they had a lease tractor turned in by Muscogee

County School District and would sell it to the City for $14,875.00. This

tractor is a year and a half old and has 100 hours use on it. The Right-of-Way

Division averages over 500 hours usage a year on such tractors, and expects to

get approximately 5,000 hours usage from this tractor for the next ten to

fifteen years. If purchased brand new, this equipment would cost approximately

$28,600.00.



Funds are budgeted in FY05 Budget, Paving Fund ? Public Services ? Landscape &

Forestry ? Machinery; 0203-260-2800-LAND-7715.



* * * * * *



(C) PURCHASE OF UTILITY CARTS FOR METRA



It is requested that Council approve the purchase of three (3) utility carts

via Georgia State Contract, SWC A46700-019-0000000962, from Club Car, Inc.,

(Augusta, GA) in the amount of $24,353.58.



The utility carts are replacements and will be used by Metra for uptown parking

enforcement.



Funds are budgeted in FY05 Budget, Transportation Fund, FTA, Rolling Stock;

0751-610-2400-MFTA-7726 (City 10%; State 10%; Federal 80%).



* * * * * *



(D) SURPLUS VEHICLES AND EQUIPMENT



It is requested that Council declare the vehicles and various equipment shown

on the attached list as surplus in accordance with Section 7-501 of the Charter

of Columbus Consolidated Government.



The surplus items will be disposed of by auction on May 14, 2005. Wayne Evans

Auction Company, the City?s contracted auctioneer, will conduct the auction.

The equipment has either been replaced or placed out of service due to excess

maintenance cost. City departments have had the opportunity to review these

items for functional worth.



Revenue from the auction will be deposited in the General Fund - Sale of

Surplus Equipment; 0101-099-1999-REVN-4907.



* * * * * *



(E) STATE MANDATED SOLID WASTE DISPOSAL FEE



It is requested that Council approve payment to Georgia Department of Natural

Resources for the state mandated solid waste disposal fee in the amount of

$48,664.94. A total of 76,397.07 tons of solid waste was disposed, at Pine

Grove Landfill, between January 1, 2004 and December 31, 2004.



Funds are budgeted in FY05 Budget, Public Services, Pine Grove Landfill ? State

Mandated Waste Dump Fees; 0207-260-3560-PGRO-9208.



* * * * * *



(F) ACTUARIAL CONSULTING SERVICES



It is requested that Council authorize payment to Mercer Human Resource

Consulting, Inc., (Atlanta, Georgia) in the amount of $7,928.00 for additional

actuarial consulting services required during FY05 for the General Government,

Public Safety, Death Benefit and Major Disability Income Plans. This payment

exceeds the $100,000.00 previously approved by Council, to be paid during FY05,

per Resolution #333-04.



Funds are budgeted in FY05 Budget, General Government and Public Safety

Employees Pension & Benefit Fund ? Contractual Services;

0970-700-2100-PNGG-6319 and 0970-700-2000-PNPS-6319.



* * * * * *



(G) FLAGPOLE AT STATION 10



It is requested that Council approve the declaration of a flagpole at Fire

Station 10 (North Lumpkin Road) as surplus, in accordance with Section 7-501 of

the Charter of Columbus Consolidated Government; and approve the donation of

the flagpole to Muscogee County School District. The building at Station 10 is

currently advertised for sale.



The flagpole will be placed at Northside High School. The removal and

transport of the pole will be the responsibility of Northside High School.



?ITEM A?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A NEGOTIATED CONTRACT WITH JORDAN,

JONES & GOULDING, INC., FOR ENGINEERING SERVICES RELATED TO THE CONSTRUCTION OF

PINE GROVE MUNICIPAL SOLID WASTE LANDFILL, PHASE III, CELLS 3A, 3B, 3C, 3D, 3E

AND 3F.



WHEREAS, an RFP was administered (RFP No. 03-0016) and four proposals were

received; and,



WHEREAS, the proposal submitted by Jordan, Jones & Goulding, 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 execute a negotiated

contract with Jordan, Jones & Goulding, Inc., for engineering services related

to the construction of Pine Grove Municipal Solid Waste Landfill, Phase III ?

Cells 3A, 3B, 3C, 3D, 3E and 3F. Funds are budgeted in FY05 Budget, Integrated

Waste Supported Capital Projects, Engineering/Architectural Services ? New Cell

Construction; 207-660-4000-CPIW-6371-20709-20050.

_________________________________________



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



?ITEM B?



A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) NEW HOLLAND TRACTOR FROM

MELSON TRACTOR IN THE AMOUNT OF $14,875.00.



WHEREAS, the tractor is a replacement for a recently salvaged tractor and will

be used by the Right-of-Way Division of the Public Services Department to cut

the right-of-ways throughout the City; and,



WHEREAS, the Right-of-Way Division visited several tractor dealerships looking

for a lease turn-in for sale to replace the salvaged tractor. Melson Tractor

was the only dealership to have equipment the department needed and provided a

memo to the Fleet Manager, stating they had a lease tractor turned in by

Muscogee County School District and would sell it to the City for $14,875.00.

This tractor is a year and a half old and has 100 hours use on it. The

Right-of-Way Division averages over 500 hours usage a year on such tractors,

and expects to get approximately 5,000 hours usage from this tractor for the

next ten to fifteen years. If purchased brand new, this equipment would cost

approximately $28,600.00.



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



That the City Manager is hereby authorized to purchase one (1) New

Holland tractor from Melson Tractor in the amount of $14,875.00. Funds are

budgeted in FY05 Budget, Paving Fund ? Public Services ? Landscape & Forestry ?

Machinery; 0203-260-2800-LAND-7715.

_________________________________________



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



?ITEM C?



A RESOLUTION



NO. __________



A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) UTILITY CARTS VIA GEORGIA

STATE CONTRACT, SWC A46700-019-0000000962, FROM CLUB CAR, INC., (AUGUSTA, GA)

IN THE AMOUNT OF $24,353.58.



WHEREAS, the utility carts are replacements and will be used by Metra for

uptown parking enforcement.



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



That the City Manager is hereby authorized to purchase three (3)

utility carts via Georgia State Contract, SWC A46700-019-0000000962, from Club

Car, Inc., (Augusta, GA) in the amount of $24,353.58. Funds are budgeted in

FY05 Budget, Transportation Fund, FTA, Rolling Stock; 0751-610-2400-MFTA-7726

(City 10%; State 10%; Federal 80%).

_________________________________________



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



?ITEM D?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE DECLARATION OF VEHICLES AND VARIOUS EQUIPMENT

SHOWN ON THE ATTACHED LIST AS SURPLUS EQUIPMENT IN ACCORDANCE WITH SECTION

7-501 OF THE CHARTER OF COLUMBUS CONSOLIDATED GOVERNMENT.



WHEREAS, the surplus items will be disposed of by auction on May 14, 2005.

Wayne Evans Auction Company, the City?s contracted auctioneer, will conduct the

auction. The equipment has either been replaced or placed out of service due

to excess maintenance cost. City departments have had the opportunity to

review these items for functional worth.



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



That the City Manager is hereby authorized to declare the vehicles and

equipment shown on the attached list as surplus in accordance with Section

7-501 of the City Charter. Revenue from the auction will be deposited in the

General Fund - Sale of Surplus Equipment; 0101-099-1999-REVN-4907.

_________________________________________



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





?ITEM E?



A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING PAYMENT TO GEORGIA DEPARTMENT OF NATURAL

RESOURCES FOR THE STATE MANDATED SOLID WASTE DISPOSAL FEE IN THE AMOUNT OF

$48,664.94.



WHEREAS, a total of 76,397.07 tons of solid waste was disposed, at Pine

Grove Landfill, between January 1, 2004 and December 31, 2004.



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

FOLLOWS:



That the City Manager is hereby authorized to make payment to Georgia

Department of Natural Resources for the state mandated solid waste disposal fee

in the amount of $48,664.94. Funds are budgeted in FY05 Budget, Public

Services, Pine Grove Landfill ? State Mandated Waste Dump Fees;

0207-260-3560-PGRO-9208.

_________________________________________





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



?ITEM F?





A RESOLUTION



NO._______________





A RESOLUTION AUTHORIZING PAYMENT TO MERCER HUMAN RESOURCE CONSULTING, INC.,

(ATLANTA, GEORGIA) IN THE AMOUNT OF $7,928.00 FOR ADDITIONAL ACTUARIAL

CONSULTING SERVICES REQUIRED DURING FY05 FOR THE GENERAL GOVERNMENT, PUBLIC

SAFETY, DEATH BENEFIT AND MAJOR DISABILITY INCOME PLANS.



WHEREAS, This payment exceeds the $100,000.00 previously approved by Council,

to be paid during FY05, per Resolution #333-04.



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



That the City Manager is hereby authorized to make payment to Mercer Human

Resource Consulting, Inc., in the amount of $7,928.00 for additional actuarial

consulting services required during FY05 for the General Government, Public

Safety, Death Benefit and Major Disability Income Plans. Funds are budgeted in

FY05 Budget, General Government and Public Safety Employees Pension and Benefit

Fund-Contractual Services; 0970-700-2100-PNGG-6319 and 0970-700-2000-PNPS-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



?ITEM G?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE DECLARATION OF A FLAGPOLE AT STATION 10 (NORTH

LUMPKIN ROAD) OF COLUMBUS FIRE AND EMERGENCY MEDICAL SERVICES AS SURPLUS, IN

ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS CONSOLIDATED

GOVERNMENT; AND APPROVE THE DONATION OF THE FLAGPOLE TO MUSCOGEE COUNTY SCHOOL

DISTRICT.



WHEREAS, The building at Station 10 is currently advertised for sale;

and,



WHEREAS, The flagpole will be placed at Northside High School. The

removal and transport of the pole will be the responsibility of Northside High

School.



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



That the City Manager is hereby authorized to declare a flagpole at

Station 10 (North Lumpkin Road) of Columbus Fire and Emergency Services as

surplus, in accordance with Section 7-501 of the Charter of Columbus

Consolidated Government; and approve the donation of the flagpole to Muscogee

County School District.

______________________________



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 10, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





May 11, 2005

1. 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.



2. Credentialing and Security Access System ? RFB No. 05-0029

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.



May 13, 2005

1. Development Plan for a 120-Room Hotel ? RFP No. 05-0017

Scope of RFP

Columbus Consolidated Government is soliciting proposals for a Development Plan

for the financing, construction and operation of a 120 room (minimum) Hotel.

There are two proposed sites for the Hotel, both are located adjacent to the

Columbus Convention and Trade Center located at 801 Front Avenue. The selected

firm will provide the strategy for the development of the Hotel. The proposal

should also provide strategy for consideration, which provides opportunities

for expanding the Hotel in the future. Examples of the development strategies

are financing, construction and operation of the facility.



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.



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.

Back to List