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
February 11, 2003
Agenda Report # 019
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) ROOF RENOVATIONS ? JAIL TOWER AND RECORDERS COURT ? BID NO. 03-0047
It is requested that Council authorize the execution of roofing contracts with
Columbus Roofing, Inc., in the amount of $107,119.00 and with Darton Roofing in
the amount of $92,577.00. Columbus Roofing, Inc., will provide and install a
fully adhered EPDM roofing system at the Jail Tower and Darton Roofing will
provide and install an SBS Modified Bitumen roofing system at Recorder?s Court.
Sixty-two bid invitations were mailed. A Mandatory Pre-Bid Conference/Site
Visit was held on December 18, 2002; two vendors attended the conference/site
visit. Two bids were received on January 13, 2003. This bid has been
advertised, opened and reviewed. The bidders were:
VENDOR JAIL
TOWER RECORDER?S COURT
Columbus Roofing, Inc. (Columbus, GA) $107,119.00 115,670.00
Darton Roofing (Fortson, GA) 112,342.00 $92,577.00
Funds are budgeted in FY03 Budget, Special Projects-Capital Projects Fund ?
Building Improvement, Roof Renovations-84 Jail Tower;
0508-660-1000-CPGF-7663-22200030.
(B) ENERGY PERFORMANCE CONTRACTING SERVICES (ANNUAL CONTRACT)
RFP NO. 03-0013
It is requested that Council approve the negotiations and final contract with
Southern Company Energy Solutions for Energy Performance Contracting Services.
The firm will provide comprehensive energy and water conservation, management
services and related capital improvement services for selected facilities.
These services and improvements shall be financed through a performance-based
contract, guaranteed savings at no initial capital cost to the City. The
services may include, but not limited to: an energy audit, design,
installation, modification, maintenance and repair of existing and new
equipment, which will reduce utility consumption with the heating, cooling and
ventilation system. Also the improvements will include, the lighting system,
water systems and other energy using devices. The facilities include: The
Government Center, Government Center Annex, Muscogee County Jail, Public Safety
Complex and Civic Center.
Contractor?s scope of work includes two options:
Option I
? Remove and dispose of two existing 500 ton chillers
? Provide and install two new hi-efficiency centrifugal chillers (500 tons each)
? Provide and install two new cooling towers and sand filter located on the
roof above the exiting cooling tower location
? Provide and install new condenser water piping from tower to chillers/pumps
? Provide and install new condenser water and chilled water pumps
? Provide all electrical connections required for above equipment
? Interlock new equipment with building control system
Option II
? Provide new central plant building located adjacent to existing building with
exterior to match the existing building exterior
? Provide and install two new hi-efficiency centrifugal chillers (500 tons
each) in new central plan building
? Provide and install two new cooling towers (500 tons each) and sand filter
located on the roof or (adjacent to) new central plant building
? Provide and install new condenser water piping from tower to chillers/pumps
? Provide and install new chilled water piping from new central plant to
building piping risers
? Provide and install new condenser water and chilled water pumps
? Provide new electrical service (off of existing meter) to serve the new
central plant building
? Interlock new equipment with building control system
? Provide all site work and underground plumbing required for new central plant
building
Due to the number of variable components included in the options, a definite
cost cannot be determined at this time. The options proposed are based on an
estimate, and may be different after negotiations are complete.
The term of this contract shall not exceed twelve (12) years in duration and is
subject to annual appropriations in accordance with Georgia Law Code Section
36-60-13. The duration of the contract will be mutually determined between the
City and the Contractor based on financial factors so that a zero or positive
net cash flow is realized by the City.
Request for proposals were mailed to fourteen vendors and the RFP has been
advertised. A Non-Mandatory Pre-Proposal Conference was held at 11:00 a.m.,
Friday, October 11, 2002; three vendors attended. Proposals were received
November 22, 2002 from the following three offerors:
Southern Company Energy Solutions (Atlanta, GA)
Siemens (Norcross, GA)
Johnson Controls (Roswell, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Public Services, Information Technology and Finance.
Evaluation Committee advisors, which are non-voting members, consisted of
representatives from Public Services and the City Manager?s Office. During the
evaluation process, Southern Company Energy Solutions was deemed most
responsive to the RFP. The City?s Procurement Ordinance Article 3-110,
Competitive Sealed Proposals for the Procurement of Equipment, Supplies and
Professional 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(s), 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.
The cost information and evaluation results have been submitted to the City
Manager in a separate memo for informational purposes.
Funds will be budgeted each fiscal year from the estimated annual savings of
proposed project.
* * * * * *
(C) LEGISLATIVE LIAISON SERVICES
It is requested that Council approve an agreement with Troutman, Sanders,
Public Affairs Group, LLC (Pete Robinson) for Legislative Liaison Services in
the amount of $24,000. Pursuant to Resolution Number 8-88, the Council has
recognized the need for an individual designated as a ?Legislative Liaison? to
assist in coordination of legislative efforts, defining legislative intent,
arranging joint meetings and planning further legislative goals. This is a
50/50 agreement with the Chamber of Commerce paying half and the City paying
half. The City?s share will be $12,000.
Funds are budgeted in the FY03 Budget, Non-Categorical ?
Promotional/Advertising Services; 0101-590-3000-NCAT-6317.
* * * * * *
(D) CONSTRUCTION OF MAIN LIBRARY AND SYSTEM HEADQUARTERS - RFP NO. 03-0017
It is requested that Council authorize the execution of a negotiated contract
with Batson-Cook Company for construction of the main library and system
headquarters. The recommended firm was approved by the Facilities Committee of
the Library Board on February 5, 2003 and by the Library Board on February 6,
2003.
Requests for proposals were mailed to two hundred fifteen vendors, and this RFP
has been advertised. A Non-Mandatory Pre-Proposal Conference was held on
December 16, 2002; twenty-three vendors attended the conference. Proposals
were received on January 7, 2003, from fifteen offerors:
Batson-Cook Company (West Point, GA)
Alcon Associates (Albany, GA)
The Austin Company (Alpharetta, GA)
Barton Malow/Wright Associates Company (Norcross & Columbus, GA)
Beck/Conner Joint Venture (Atlanta, GA)
Dawson Building Contractors (Rainbow City, AL)
Elkins Constructors (Jacksonville, GA)
The Facility Group (Smyrna, GA)
Freeman & Associates (Columbus, GA)
Hardin Construction Group (Atlanta, GA)
Hoar Construction (Birmingham, AL)
Holder Construction (Atlanta, GA)
Turner Construction (Atlanta,GA)
Winter Construction (Atlanta, GA)
Yates Construction (Marietta, GA)
Proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Columbus Library Board. Representatives from the
Chattahoochee Valley Regional Library System, Hecht Burdeshaw Johnson Kidd &
Clark, and Newton Aaron & Associates (Project Manager) served in advisory
capacities. On January 29, 2003, the four highest-rated firms made oral
presentations.
The City?s Procurement Ordinance, Article 3-110, Competitive Sealed Proposals
for the procurement of Equipment, Supplies and Professional 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, this contract must be
re-advertised. Evaluation results have been submitted to the City Manager in a
separate memo, for informational purposes.
Funds are budgeted in FY03 Budget, General Obligation Sales Tax Bond Series
2003 ? Library, General Construction; 0556-200-2451-TXLB-6561-50500000.
* * * * * *
(E) INNOVATED SPORTS EDUCATIONAL COMPONENT WORKSHOP (ANNUAL
CONTRACT) ? RFP NO. 03-0016
It is requested that Council approve the negotiations and final contract with
Renaissance for Innovated Sports Educational Component Workshops.
The firm will provide instructors to teach workshops that are designed to allow
Parks and Recreation the opportunity to further expand the concept of
specialized programs. The firm will provide introductory, skill developments,
intermediate and advanced level workshops based on the needs of the
participants at various Parks and Recreation locations.
Contractor shall meet or exceed the requirements stated below:
? Provide participants with safe, well-organized instruction, by qualified
professional instructors.
? Assist with marketing of classes, distribute flyers, conduct promotions and
provide written description of proposed classes sent by an established date for
the Parks and Recreations Department quarterly brochure.
? Provide all classes at the locations designated by Parks and Recreation.
? Provide workshops two to three hours in length for each topic.
? Classes must be evening sessions, with the exception that some workshops may
be held on Saturday mornings at locations designated by Parks & Recreation.
The term of this contract shall be for one year, with the option to renew for
two (2) additional twelve-month periods. Contract renewal will be contingent
upon the mutual agreement of the City and the Contractor.
Request for proposals were mailed to forty-seven vendors and the RFP has been
advertised. Proposals were received December 6, 2002 from the following two
offerors:
Renaissance (Columbus, GA)
A Way Out, Inc. (Columbus, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Parks and Recreation. During the evaluation process,
Renaissance was deemed most responsive to the RFP. The City?s Procurement
Ordinance Article 3-110, Competitive Sealed Proposals for the procurement of
Equipment, Supplies and Professional 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(s), 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. The cost information and evaluation results have been
submitted to the City Manager in a separate memo for informational purposes.
The program will be funded each fiscal year for this on-going expense through
the youth services contractual line item in the Parks and Recreation Budget.
Parks & Recreation, Youth Activities ? Instructors Fee Based Program,
0101-270-3440-YOTH-6346.
?ITEM A?
A RESOLUTION
NO. ________
A RESOLUTION AUTHORIZING TO EXECUTE A ROOFING CONTRACTS WITH COLUMBUS
ROOFING, INC., IN THE AMOUNT OF $107,119.00 AND WITH DARTON ROOFING IN THE
AMOUNT OF $92,577.00.
WHEREAS, Columbus Roofing, Inc., will provide and install a full adhered EPDM
roofing system a the Jail Tower and Darton Roofing will provide and install an
SBS Modified Bitumen roofing system at Recorder?s Court.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute roofing contracts with
Columbus Roofing, Inc., in the amount of $107,119.00 for roof renovations at
the Jail Tower, and with Darton Roofing in the amount of $92,577.00 for roof
renovations at Recorder?s Court. Funds are budgeted in FY03 Budget, Special
Projects-Capital Projects Fund ? Building Improvement, Roof Renovations-84 Jail
Tower; 0508-660-1000-CPGF-7663-22200030.
_________________________________________
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 B?
A RESOLUTION
NO.__________
A RESOLUTION AUTHORIZING TO NEGOTIATE A CONTRACT WITH SOUTHERN COMPANY ENERGY
SOLUTIONS FOR ENERGY PERFORMANCE CONTRACTING SERVICES.
WHEREAS, an RFP was administered (RFP No. 03-0013) and three proposals were
received; and,
WHEREAS, the proposals submitted by Southern Company Energy Solutions met all
proposal requirements and were evaluated most responsive to the RFP; and,
WHEREAS, the term of this contract shall not exceed twelve (12) years in
duration and is subject to annual appropriations in accordance with Georgia Law
Code Section 36-60-13. The duration of the contract will be mutually
determined between the City and the Contractor based on financial factors so
that a zero or positive net cash flow is realized by the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to negotiate a contract with
Southern Company Energy Solutions for Energy Performance Contracting Services.
Funds will be budgeted each fiscal year from the estimated annual savings of
proposed project.
_________________________________________
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 AN AGREEMENT WITH TROUTMAN, SANDERS, PUBLIC AFFAIRS
GROUP, LLC (PETE ROBINSON) FOR LEGISLATIVE LIAISON SERVICES IN THE AMOUNT OF
$24,000.
WHEREAS, pursuant to Resolution #8-88, the Council has recognized the need for
an individual designated as a ?Legislative Liaison? to assist in coordination
of legislative efforts, defining legislative intent, arranging joint meetings
and planning further legislative goals; and,
WHEREAS, this will be a 50/50 agreement with the Chamber of Commerce paying
half and the City?s share being $12,000.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an agreement with
Troutman, Sanders, Public Affairs Group, LLC for legislative services in the
amount of $24,000. This will be a 50/50 agreement with the Chamber of
Commerce. The City?s share will be $12,000. Funds are budgeted in FY03
Budget, Non-Categorical ? Promotional/Advertising Services;
0101-590-3000-NCAT-6317.
_________________________________________
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 D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A NEGOTIATED CONTRACT WITH
BATSON-COOK COMPANY FOR THE CONSTRUCTION OF THE NEW MAIN LIBRARY AND SYSTEM
HEADQUARTERS.
WHEREAS, an RFP was administered (RFP No. 03-0017) and fifteen proposals were
received; and,
WHEREAS, the proposal submitted by Batson-Cook Company met all proposal
requirements and is deemed responsive to the RFP; and,
WHEREAS, The recommended firm was approved by the Facilities Committee
of the Library Board on February 5, 2003 and by the Library Board on February
6, 2003.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a negotiated contract
with Batson-Cook Company for the construction of the new main library and
system headquarters. Funds are budgeted in FY03 Budget, General Obligation
Sales Tax Bond Series 2003 ? Library, General Construction;
0556-200-2451-TXLB-6561-50500000.
_________________________________________
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 E?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH RENAISSANCE FOR
INNOVATED SPORTS EDUCATIONAL COMPONENT WORKSHOPS.
WHEREAS, an RFP was administered (RFP No. 03-0016) and two proposals were
received; and,
WHEREAS, the proposals submitted by Renaissance met all proposal requirements
and were evaluated most responsive to the RFP; and,
WHEREAS, the term of this contract shall 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:
That the City Manager is hereby authorized to negotiate a contract with
Renaissance for Innovated Sports Educational Component Workshops for Parks &
Recreations. The program will be funded each fiscal year for this on-going
expense through the youth services contractual line item in the Parks and
Recreation Budget. Parks & Recreation, Youth Activities ? Instructors Fee
Based Program, 0101-270-3440-YOTH-6346.
_________________________________________
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