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 #__5__
Columbus Consolidated Government
Council Meeting
August 16, 2005
Agenda Report #__19__
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
_________________________________________________________
(A) PURCHASE OF LANDFILL COMPACTOR
It is requested that Council approve the purchase of a landfill compactor from
Al-Jon, Inc., (Ottumwa, IA) in the amount of $425,000.00, less buy-back
trade-in allowance of $110,000.00, for a grand total purchase cost of
$315,000.00. Council approval is also requested for the acceptance of Al-Jon?s
offer of a $110,000.00 guaranteed trade-in allowance toward the purchase of a
new landfill compactor within the next 5 years or at 7,500 operating hours,
whichever comes first. The landfill compactor will be used at the Pine Grove
Landfill for waste management.
In November 2000 Council approved the purchase of a landfill compactor from
Al-Jon, Inc., per Resolution No. 532-00 (Bid No. 01-0033). The bid
specifications required vendors to submit a guaranteed buy-back trade-in
allowance toward the purchase of a new compactor within five years or at 10,000
hours of use, whichever came first. Al-Jon has agreed to honor their bid of a
guaranteed buy back trade-in allowance, for the unit purchased in 2000, in the
amount of $110,000.00 to be deducted from the purchase amount for a new
landfill compactor.
Funds are budgeted in the FY06 budget, Integrated Waste Management Fund ?
Public Services ? Pine Grove Landfill ? Off Road Equipment;
0207-260-3560-PGRO-7725.
* * * * * * * *
(B) PURCHASE OF TWO STREET SWEEPERS
It is requested that Council approve the purchase of two (2) street sweepers
from Tractor & Equipment Company (Columbus, GA), in the amount of $232,988.00
($116,494.00 each). These replacement units will be used, by the Public
Services Department, to clean the interstate, streets and City owned parking
lots throughout the City, as well as, help rainwater flow by removing leaves
and debris from curbs and gutters.
On April 5, 2005 Council approved the purchase of a street sweeper from Tractor
& Equipment Company, per Resolution No. 211-05, Bid No.05-0053. The bid
specifications required vendors to submit a bid price for future purchases
during the FY06 Budget year. The vendor submitted a bid price of $119,577.00,
per unit, for future FY06 purchases. However, rather than charge $119,577.00
per unit, the vendor has offered to sell the two units to the City at the FY05
bid price, plus the actual cost increase for the cab and chassis ($114,740.00
each, plus the price increase of $1,754.00); which equals a total unit cost of
$116,494.00.
Funds are budgeted in the FY06 budget, Paving Fund ? Public Services ? Street
Improvements ? Off Road Equipment; 0203-260-2100-STRT-7725.
* * * * * * *
(C) LABORATORY SERVICES - (ANNUAL CONTRACT) - RFP NO. 05-0021
It is requested that Council approve the annual contract for laboratory
services from Columbus Water Works. The laboratory services will be utilized
by the Storm Water Management Division to test water samples. CCG has a
Municipal Storm Water Discharge permit issued by Georgia EPD. As a condition
of that permit, the City is required to collect and analyze wet and dry weather
samples in our creeks and at storm sewer outfalls. This sampling is a federal
and state mandate.
The term of the contract period shall be for three years, with the option to
renew for two (2) additional twelve (12) month periods. Contract renewal is
contingent upon the mutual agreement of the contractor and the City.
Request for proposals invitations were mailed to forty-eight vendors and the
RFP has been advertised. Proposals were received, May 20, 2005, from the
following offerors:
Columbus Water Works (Columbus, GA)
Severn Trent (Savannah, GA)
Harbor Branch Environmental Laboratory (Fort Pierce, FL)
EMSL Analytical Inc. (Westmount, NJ)
Proposals were reviewed by the Evaluation Committee members which consisted of
representatives from the Engineering Department. During the evaluation process
Columbus Water Works was deemed most responsive to the RFP. The RFP process is
governed by the City?s Procurement Ordinance Article 3-110, Competitive Sealed
Proposals for Equipment, Supplies or Professional services. 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 responsive
offeror. Evaluation results and proposed costs have been submitted to the City
Manager in a separate memo for information purposes.
Funds will be budgeted each fiscal year for this ongoing service. Sewer Fund
Supported, Engineering, Storm Water-Contractual Services,
0202-250-2600-STRM-6319.
* * * * * *
(D) CHANGE ORDER FOR LIBRARY CONSTRUCTION
It is requested that Council authorize the execution of Change Order No. 7 with
Batson Cook Company, in the amount of $66,738.68, for the library construction
project. Per Resolution No. 72-03, dated February 11, 2003, Council authorized
a contract with Batson Cook Company for construction of the Library.
Change Order No. 7 consists of acoustical panels, allowance closeouts, and an
allowance addition. The allowances are used to cover a particular scope of
work that is difficult to define until the work is completed. The Furniture,
Fixtures & Equipment (FF&E), Dedicatory Plaque, and Lighting Allowances are
items that were either designed for the project or essential to its operation.
Since all work related to these allowances is now completed, the allowances are
being "closed," and adjustments are being made to Batson-Cook's contract based
on verification and finalization of the costs. For the FF&E and Dedicatory
Plaque Allowances, the amounts expended exceeded the amounts allocated for the
items; therefore the balance is owed to Batson-Cook. For the Lighting
Allowance, the amount expended is less than the amount allocated for the item,
which resulted in a credit to the project contract.
The Rotunda Handrail Allowance is being opened in response to a life-safety
issue that was discovered after the Library opened. Although the handrail
around the 2nd floor rotunda opening was built to satisfy all applicable codes,
and although all inspections of the handrail were satisfactory, the design
presented an unforeseeable condition that allowed children to climb up the
handrail, necessitating a modification to the handrail to alleviate the
condition. This is a critical life-safety issue, and the design for the
modification is currently underway.
Description Change Type Amount
Closeout FF&E allowance Allowance 29,921.00
Closeout Dedicatory Plaque Allowance Allowance 6,301.00
Closeout Lighting Allowance Allowance (8,910.00)
Add Cherry Trim for Acoustical Panels at Main Entrance Owner 9,426.68
Add Rotunda Handrail Allowance Owner 30,000.00
Total for Change Order No. 7 $66,738.68
Total Contract Amount, including previous change orders 23,484,938.20
Total Contract Amount, including Change Orders 1 ? 7 23,551,676.88
Funding is available in the FY06 Budget, General Obligations Sales Tax Bond
Series 2003 ? Library, General Construction; 0556-200-2451-CBA-7731-50500-2000C.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF A LANDFILL COMPACTOR FROM AL-JON,
INC., (OTTUMWA, IA), IN THE AMOUNT OF $425,000.00, LESS BUY-BACK TRADE-IN
ALLOWANCE OF $110,000.00, FOR A GRAND TOTAL PURCHASE COST OF $315,000.00.
COUNCIL APPROVAL IS ALSO REQUESTED FOR THE ACCEPTANCE OF AL-JON?S OFFER OF A
$110,000.00 GUARANTEED TRADE-IN ALLOWANCE TOWARD THE PURCHASE OF A NEW LANDFILL
COMPACTOR WITHIN THE NEXT 5 YEARS OR AT 7,500 OPERATING HOURS, WHICHEVER COMES
FIRST.
WHEREAS, the landfill compactor will be used at the Pine Grove Landfill for
waste management; and,
WHEREAS, in November 2000 Council approved the purchase of a landfill compactor
from Al-Jon, Inc., per Resolution No. 532-00 (Bid No. 01-0033). The bid
specifications required vendors to submit a guaranteed buy-back trade-in
allowance toward the purchase of a new landfill compactor within five years or
at 10,000 hours of use, whichever came first. Al-Jon has agreed to honor their
bid of a guaranteed buy back trade-in allowance, for the unit purchased in
2000, in the amount of $110,000 to be deducted from the purchase amount for a
new landfill compactor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase a landfill compactor
from Al-Jon, Inc., (Ottumwa, IA) in the amount of $425,000.00, less buy-back
trade-in allowance of $110,000.00, for a grand total purchase cost of
$315,000.00. The City Manager is also authorized to accept Al-Jon?s offer of a
$110,000.00 guaranteed trade-in allowance toward the purchase of a new landfill
compactor within the next 5 years or at 7,500 operating hours, whichever comes
first. Funds are budgeted in the FY06 budget, Integrated Waste Management Fund
? Public Services ? Pine Grove Landfill ? Off Road Equipment;
0207-260-3560-PGRO-7725
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 TWO (2) STREET SWEEPERS FROM TRACTOR &
EQUIPMENT COMPANY (COLUMBUS, GA), IN THE AMOUNT OF $232,988.00 ($116,494.00
EACH).
WHEREAS, these replacement units will be used, by the Public Services
Department, to clean the interstate, streets and City owned parking lots
throughout the City, as well as, help rainwater flow by removing leaves and
debris from curbs and gutters; and,
WHEREAS, on April 5, 2005 Council approved the purchase of a street sweeper
from Tractor & Equipment Company, per Resolution No. 211-05, Bid No.05-0053.
The bid specifications required vendors to submit a bid price for future
purchases during the FY06 Budget year. The vendor submitted a bid price of
$119,577.00, per unit, for future FY06 purchases. However, rather than charge
$119,577.00 per unit, the vendor has offered to sell the two units to the City
at the FY05 bid price, plus the actual cost increase for the cab and chassis
($114,740.00 each, plus the price increase of $1,754.00); which equals a total
unit cost of $116,494.00.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) street sweepers
from Tractor & Equipment Company (Columbus, GA), in the amount of $232,988.00
($116,494.00 each). Funds are budgeted in the FY06 budget, Paving Fund ?
Public Services ? Street Improvements ? Off Road Equipment;
0203-260-2100-STRT-7725.
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 TO APPROVE THE ANNUAL CONTRACT FOR LABORATORY SERVICES
FROM COLUMBUS WATER WORKS.
WHEREAS, the laboratory services will be utilized by the Storm Water Management
Division to test water samples. CCG has a Municipal Storm Water Discharge
permit issued by Georgia EPD. As a condition of that permit, the City is
required to collect and analyze wet and dry weather samples in our creeks and
at storm sewer outfalls. This sampling is a federal and state mandate.
WHEREAS, the term of contract period shall be for three years, with option to
renew for two (2) additional twelve (12) month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual contract for
laboratory services from Columbus Water Works. The term of contract shall be
for three years with the option to renew for two additional twelve-month
periods. Funds will be budgeted each fiscal year for this ongoing service.
Sewer Fund Supported, Engineering, Storm Water-Contractual Services,
0202-250-2600-STRM-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 D?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER NO. 7 WITH
BATSON COOK COMPANY, IN THE AMOUNT OF $66,738.68, FOR THE LIBRARY CONSTRUCTION
PROJECT.
WHEREAS, per Resolution No. 72-03, dated February 11, 2003, Council
authorized a contract with Batson Cook Company for construction of the Library;
and,
WHEREAS, Change Order No. 7 consists of the following:
Description Change Type Amount
Closeout FF&E allowance Allowance 29,921.00
Closeout Dedicatory Plaque Allowance Allowance 6,301.00
Closeout Lighting Allowance Allowance (8,910.00)
Add Cherry Trim for Acoustical Panels at Main Entrance Owner 9,426.68
Add Rotunda Handrail Allowance Owner 30,000.00
Total for Change Order No. 7 $66,738.68
Total Contract Amount, including previous change orders 23,484,938.20
Total Contract Amount, including Change Orders 1 ? 7 23,551,676.88
NOW, THEREFORE THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute Change Order No.
7 with Batson Cook Company, in the amount of $66,738.68, for the library
construction project. Funding is available in the FY06 Budget, General
Obligations Sales Tax Bond Series 2003 ? Library, General Construction;
0556-200-2451-CBA-7731-50500-2000C.
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.
Council Allen voting __________.
Council Anthony voting __________.
Council Davis voting __________.
Council Henderson voting __________.
Council Hunter voting __________.
Council McDaniel voting __________.
Council Turner Pugh voting __________.
Council Rodgers voting __________.
Council Suber voting __________.
Council Woodson voting __________.
______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor