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.