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 # 2





Columbus Consolidated Government



Council Meeting



August 23, 2011





Agenda Report # 688





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) ENVIRONMENTAL MONITORING SERVICES (ANNUAL CONTRACT) ? RFP NO. 11-0025



It is requested that Council approve the contract for environmental monitoring

services for activities at City landfills from Jacobs Engineering Group, Inc.



The contractor will conduct Environmental Monitoring and Compliance activities

at all Columbus owned municipal solid waste landfills to include Pine Grove,

Schatulga Road and Wilson Camp/Satilla landfills. Environmental services for

Oxbow Meadows and Granite Bluff Inert landfills may also be required on an ?as

needed basis? in accordance with EPD rules and requirements. The work to be

completed involves: groundwater, surface water, waste water discharge sampling,

and perimeter methane monitoring, operation and monitoring of an active

landfill gas extraction system at the Schatulga Road Landfill, air quality

monitoring and green house gas monitoring and reporting per EPD requirements.



The initial term of the contract shall be for two years, with the option to

renew for three additional twelve-month periods. Contract renewal will be

contingent upon mutual agreement of the City and the Contractor.



Request for proposals were posted on the City?s website and the Georgia

Procurement Registry. The RFP has been advertised, opened and evaluated. On

May 6, 2011, proposals were received from the following three (3) offerors:



Jacobs Engineering Group, Inc. (Columbus, GA)

Atlantic Coast Consulting, Inc. (Roswell, GA)

Moreland Altobelli Associates (Norcross, GA)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from the Public Services and Engineering Departments. During

the evaluation process, Jacobs Engineering Group, Inc., was deemed the most

responsive to the RFP. The RFP process is governed by the City?s Procurement

Ordinance Article 3-110, Competitive Sealed Proposals for the procurement of

Equipment, Supplies and Professional Services, and Article 3-111,

Architectural/Engineering and Land Surveying 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: Integrated

Waste Management Fund ? Public Services ? Pine Grove Landfill ? Contractual

Services; 0207-260-3560-PGRO-6319.



* * * * * *



(B) E911 MDT PREMIER/CAD/AIRMOBILE ANNUAL SOFTWARE LICENSE, MAINTENANCE

AND SUPPORT



It is requested that Council authorize payment to Motorola Solutions (Atlanta,

GA) in the amount of $271,852.92 for MDT Premier Software, CAD software and

AirMobile software license, maintenance and support, covering the period from

July 1, 2011 through June 30, 2012.



The maintenance agreement provides software and technical support for the 911

Center on a 24 x 7 x 365 schedule. It is the software infrastructure that

interfaces the MDTs, the CAD system and the 911 Center.



All of the software and equipment was developed by Motorola and is proprietary

in nature. Therefore, the vendor is considered an Only Known Source, per

Section 3-114 of the Procurement Ordinance.



Funds are budgeted in the FY12 Budget: Emergency Telephone Fund ? Police ?E911

? Service Contracts, 0209-400-3220-E911-6513.



* * * * * *



(C) COMMERCIAL LOGGING TRASH LOADER ? RFB NO. 11-0063



It is requested that Council approve the purchase of one (1) cab and chassis

from Beck Motor Company (Albany, GA) in the amount of $116,993.00, and one (1)

logging trash loader truck body from Worktrux (Birmingham, AL) in the amount of

$85,053.65.



The commercial logging trash loader is a new vehicle and will be used by the

Urban Forestry and Beautification Right-of-Way Maintenance Division of the

Public Services Department. Currently, the department has only one logging

trash loader to service the entire city. When this loader is down, emergency

work or clean-ups are unable to be done. The new logging trash loader will

serve as an additional vehicle, as well as, a backup unit during emergencies.



Bid postcard invitations were mailed to One-hundred and thirty-five vendors and

bid specifications were posted on the web page of the Purchasing Division and

the Georgia Procurement Registry. A Pre-Bid Conference was held on May 20;

five vendors attended. Eight bids were received on June 22. This bid has been

advertised, opened and reviewed. The bidders were:

Vendors Option 1

Cab & Chassis Option 2

Body

Beck Motor Company (Albany, GA) $116,993.00 No Bid

Worktrux (Birmingham, AL) No Bid $85,053.65

Yancey Truck Centers (Columbus, GA)1 $113,668.03 No Bid

Advantage Truck Center (Charlotte, NC) $125,221.34 No Bid

Municipal Equipment Sales (Woodstock, GA)2 No Bid $49,938.00

Consolidated Disposal Systems, Inc. (Smyrna, GA)3 No Bid $65,051.00

Cherokee Truck Equipment (Mableton, GA)4 No Bid $77,475.00

Worktrux (Dothan, AL) No Bid $88,837.00



1The denoted vendor failed to include the required Client Work History.

Therefore, the vendor?s bid was deemed incomplete.

2The denoted vendor failed to meet all equipment specification requirements.

Therefore, the vendor?s bid was rejected.

3The denoted vendor failed to meet all equipment specification requirements.

Therefore, the vendor?s bid was rejected.

4The denoted vendor failed to meet all equipment specification requirements.

Therefore, the vendor?s bid was rejected.



All vendors notated above have been notified in writing and given the

opportunity to respond.



The Commercial Logging Trash Loader is not listed on the Georgia Statewide

Contract.



Funds are budgeted in the FY12 Budget: Paving Fund ? Public Services ? Right

of Way Maintenance ? Heavy Trucks; 0203 ? 260 ? 3120 ? ROWM ? 7723.







(D) TREE REMOVAL SERVICES (ANNUAL CONTRACT) - RFB NO. 11-0061



It is requested that Council approve the execution of a tree removal service

contract with Asplundh Tree Expert Company (Macon, GA). The bid price is based

on various tree sizes, and the services will be utilized on an "as needed"

basis. The Public Services Department budgets approximately $70,000.00 per

year for these services.



The vendor will remove trees at various locations within the City, which are in

hazardous conditions and could pose a serious liability for the City.



The contract term will be for three years.



Bid postcard invitations were mailed to forty-six vendors and bid

specifications were posted on the web page of the Purchasing Division and the

Georgia Procurement Registry. Two bids were received on June 22, 2011. This

bid has been advertised, opened and reviewed. The bidders were:



DIAMETER-BREADTH-HEIGHT UNIT PRICES FOR TREE REMOVAL SERVICES

Asplundh Tree Expert CO.

(Macon, GA) Tefft Tree Service, Inc.

(Columbus, GA)

6? ? 11? $250.00 $515.00

12? ? 17? $378.22 $595.00

18 ? 23? $689.42 $825.00

24? ? 29? $984.42 $1,100.00

30? ? 35? $1,205.00 $1,425.00

36? ? 41? $1,567.00 $1,725.00

42? ? 47? $1,929.00 $2,135.00

48? ? 53? $2,291.00 $2,575.00

54? ? 60? $2,653.00 $3,450.00



Funds are budgeted each fiscal year for this on-going expense: Paving Fund ?

Public Services ? Urban Forestry and Beautification Right-of-Way Maintenance -

Contractual Services; 0203-260-3120-ROWM-6319.



* * * * * *



(E) BRITT DAVID PARK FENCING PROJECT ? RFB NO. 11-0067



It is requested that Council authorize the execution of a contract with Georgia

Fence Wholesale, Inc., in the amount of $49,858.00 for fencing services.

Georgia Fence Wholesale, Inc., will replace the fencing around the football

field and around one of the concession stands at Britt David Park.



Bid postcard invitations were mailed to twenty-one vendors and bid

specifications were posted on the web pages of the Purchasing Division and the

Georgia Procurement Registry. Five bids were received on July 20, 2011. This

bid has been advertised, opened and reviewed. The bidders were:





Vendors Total Bid

Georgia Fence Wholesale, Inc. (Columbus, GA) 49,858.00

Nationwide Fence Builders (Dublin, GA) ?49,600.00

Dixie Fence & Kennel, Inc. (Douglas, GA) 52,528.64

American Imperial Fence, Inc. (Ozark, AL) 55,253.00

Denny Enterprises (Columbus, GA) 60,751.00

Nolin Fence & Deck Co. (Phenix City, AL) 61,336.47



?Nationwide Fence Builders submitted a bid that contained a discrepancy between

the price listed in words (forty thousand six hundred dollars) and the price

listed in figures ($49,600.00). Therefore, the Engineering Department

recommended rejecting the bid submitted by Nationwide Fence Builders; the

Purchasing Division concurred. The Purchasing Division submitted written

notification to Nationwide Fence Builders.



Funds are available in the FY12 Budget; General Fund Supported Capital Projects

? Capital Expenditures over $5000 ? Britt David Fence;

0508-660-1000-CPGF-7761-22251-20080.



* * * * * *



(F) COMMERCIAL VERSATILE MOWERS FOR PUBLIC SERVICES ? GEORGIA STATEWIDE CONTRACT





It is requested that Council authorize the purchase of eight (8) commercial

versatile mowers, via Georgia State Contract, #99999-SPD-SPD0000043-0005, from

Moridge Manufacturing, (Moundridge, KS) in the amount of $67,312.00 ($8,414.00

per mower).



The mowers are replacement units and will be used by the Urban Forestry and

Beautification Right-of-Way Maintenance Division of the Public Services

Department to maintain the City?s right-of-way areas.



Funds are budgeted in the FY12 Budget: Paving Fund ? Public Services ? Urban

Forestry and Beautification Right-of-Way Maintenance ? Rolling Stock;

0203-260-3120-ROWM-7726.



* * * * * *



(G) DECLARATION OF SURPLUS AND DONATION OF CARPET/TURF



It is requested that Council declare carpet/turf surplus and approve donation

of the carpet/turf to Columbus State University.



The turf was originally purchased by the Wardogs football team and was utilized

at the Civic Center for indoor football. The turf was replaced this past year

because the Southern Indoor Football League and team deemed the turf unsafe for

play due to alterations made by using house paint on the turf etc. The turf

has less than 50% usable surface that could be sold and/or donated; however

without a "full" turf field available the worth is minimal.



Columbus State University has contacted the Civic Center about possibly using

some of the turf.







?ITEM A?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING AN ANNUAL CONTRACT WITH JACOBS ENGINEERING GROUP,

INC., FOR ENVIRONMENTAL MONITORING SERVICES.



WHEREAS, an RFP was administered (RFP No. 11-0025) and three proposals

were received; and,



WHEREAS, the proposal submitted by Jacobs Engineering Group, Inc., met

all proposal requirements and was evaluated most responsive to the RFP; and,



WHEREAS, the initial term of the 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.



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



That the City Manager is hereby authorized to enter into an annual contract

with Jacobs Engineering Group, Inc., for Environmental Monitoring Services.

Funds are budgeted each fiscal year for this on-going service: Integrated Waste

Management Fund - Public Services ? Pine Grove Landfill ? Contractual Services;

0207-260-3560-PGRO-6319.

_______________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting _____________.

Councilor Baker voting _____________.

Councilor Barnes voting _____________.

Councilor Davis voting _____________.

Councilor Henderson voting _____________.

Councilor Huff voting _____________.

Councilor McDaniel voting _____________.

Councilor Turner-Pugh voting _____________.

Councilor Thomas voting _____________.

Councilor Woodson voting _____________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM B?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING PAYMENT TO MOTOROLA SOLUTIONS (ATLANTA, GA) IN THE

AMOUNT OF $271,852.92 FOR MDT PREMIER SOFTWARE, CAD SOFTWARE AND AIRMOBILE

SOFTWARE LICENSE, MAINTENANCE AND SUPPORT, COVERING THE PERIOD FROM JULY 1,

2011 THROUGH JUNE 30, 2012.



WHEREAS, the maintenance agreement provides software and technical

support for the 911 Center on a 24 x 7 x 365 schedule. It is the software

infrastructure that interfaces the MDTs, the CAD system and the 911 Center; and,



WHEREAS, all of the software and equipment was developed by Motorola

and is proprietary in nature. Therefore, the vendor is considered an Only

Known Source, per Section 3-114 of the Procurement Ordinance.



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

FOLLOWS:



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

Solutions (Atlanta, GA) in the amount of $271,852.92 for MDT Premier Software,

CAD software and AirMobile software license, maintenance and support, covering

the period from July 1, 2011 through June 30, 2012. Funds are budgeted in the

FY12 Budget: Emergency Telephone Fund ? Police ?E911 ? Service Contracts,

0209-400-3220-E911-6513.

________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting _____________.

Councilor Baker voting _____________.

Councilor Barnes voting _____________.

Councilor Davis voting _____________.

Councilor Henderson voting _____________.

Councilor Huff voting _____________.

Councilor McDaniel voting _____________.

Councilor Turner-Pugh voting _____________.

Councilor Thomas voting _____________.

Councilor Woodson voting _____________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM C?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) CAB & CHASSIS FROM

BECK MOTOR COMPANY (ALBANY, GA) IN THE AMOUNT OF $116,993.00, AND ONE (1)

LOGGING TRASH LOADER TRUCK BODY FROM WORKTRUX (BIRMINGHAM, AL) IN THE AMOUNT OF

$85,053.65.



WHEREAS, the commercial logging trash loader is a new vehicle and will be used

by the Urban Forestry and Beautification Right-of-Way Maintenance Division of

the Public Services Department as an additional vehicle, as well as, a backup

unit during emergencies.



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



That the City Manager is hereby authorized to purchase one (1) cab and chassis

from Beck Motor Company (Albany, GA) in the amount of $116,993.00, and one (1)

logging trash loader truck body from Worktrux (Birmingham, AL) in the amount of

$85,053.65. Funds are budgeted in the FY12 Budget: Paving Fund ? Public

Services ? Right of Way Maintenance ? Heavy Trucks; 0203 ? 260 ? 3120 ? ROWM ?

7723.

____________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting _____________.

Councilor Baker voting _____________.

Councilor Barnes voting _____________.

Councilor Davis voting _____________.

Councilor Henderson voting _____________.

Councilor Huff voting _____________.

Councilor McDaniel voting _____________.

Councilor Turner-Pugh voting _____________.

Councilor Thomas voting _____________.

Councilor Woodson voting _____________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM D?



A RESOLUTION



NO._____





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT FOR TREE REMOVAL SERVICES

WITH ASPLUNDH TREE EXPERT COMPANY (MACON, GA) ON AN ?AS NEEDED BASIS? FOR THE

PUBLIC SERVICES DEPARTMENT, WHICH BUDGETS APPROXIMATELY $70,000.00 PER YEAR FOR

THESE SERVICES.



WHEREAS, Asplundh Tree Expert Company (Macon, GA) will remove various

sized trees within the City on an ?as needed? basis; and,



WHEREAS, the contract term will be for three years.



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



That the City Manager is hereby authorized to execute a contract for

tree removal services with Asplundh Tree Expert Company (Macon, GA) on an ?as

needed basis? for the Public Services Division. The Public Services Division

budgets approximately $70,000.00 per year for these services. Funds are

budgeted each fiscal year for this on-going expense: Paving Fund ? Public

Services ? Urban Forestry and Beautification Right-of-Way Maintenance -

Contractual Services; 0203-260-3120-ROWM-6319.

_____________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting _____________.

Councilor Baker voting _____________.

Councilor Barnes voting _____________.

Councilor Davis voting _____________.

Councilor Henderson voting _____________.

Councilor Huff voting _____________.

Councilor McDaniel voting _____________.

Councilor Turner-Pugh voting _____________.

Councilor Thomas voting _____________.

Councilor Woodson voting _____________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM E?



A RESOLUTION



NO._____





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH GEORGIA FENCE

WHOLESALE, INC., IN THE AMOUNT OF $49,858.00 FOR FENCING SERVICES.



WHEREAS, Georgia Fence Wholesale, Inc., will replace the fencing around

the football field and around one of the concession stands at Britt David

Park.



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



That the City Manager is hereby authorized to execute a contract with Georgia

Fence Wholesale, Inc., in the amount of $49,858.00 for fencing services. Funds

are available in the FY12 Budget; General Fund Supported Capital Projects ?

Capital Expenditures over $5000 ? Britt David Fence;

0508-660-1000-CPGF-7761-22251-20080.



____________



Introduced at a regular meeting of the Council of Columbus, Georgia, held

the _________ day of _________________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM F?





A RESOLUTION



NO.______





A RESOLUTION AUTHORIZING THE PURCHASE OF EIGHT (8) COMMERCIAL VERSATILE

MOWERS, VIA GEORGIA STATE CONTRACT, #99999-SPD-SPD0000043-0005, FROM MORIDGE

MANUFACTURING (MOUNDRIDGE, GA), IN THE AMOUNT OF $67,312.00.



WHEREAS, the mowers are replacement units and will be used by the Urban

Forestry and Beautification Right-of-Way Maintenance Division of the Public

Services Department to cut the City?s right-of-way areas.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase eight (8)

commercial versatile mowers from Moridge Manufacturing (Moundridge, GA), in the

amount of $67,312.00. Funds are budgeted in the FY12 Budget: Paving Fund ?

Public Services ? Urban Forestry and Beautification Right-of-Way Maintenance ?

Rolling Stock; 0203-260-3120-ROWM-7726.

_____________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting _____________.

Councilor Baker voting _____________.

Councilor Barnes voting _____________.

Councilor Davis voting _____________.

Councilor Henderson voting _____________.

Councilor Huff voting _____________.

Councilor McDaniel voting _____________.

Councilor Turner-Pugh voting _____________.

Councilor Thomas voting _____________.

Councilor Woodson voting _____________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM G?



A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING TO DECLARE CARPET/TURF AS SURPLUS AND APPROVE

DONATION OF THE CARPET/TURF TO COLUMBUS STATE UNIVERSITY.



WHEREAS, the turf was originally purchased by the Wardogs football team

and was utilized at the Civic Center for indoor football; and,



WHEREAS, the turf was replaced this past year because the Southern

Indoor Football League and team deemed the turf unsafe for play due to

alterations made by using house paint on the turf; and,



WHEREAS, the turf has less than 50% usable surface that could be sold

and/or donated; and,



WHEREAS, Columbus State University has contacted the Civic Center about

using some of the turf.



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

FOLLOWS:



That the City Manager is hereby authorized to declare carpet/turf

surplus and donate the carpet/turf to Columbus State University.

________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

_________ day of ____________________, 2011 and adopted at said meeting by the

affirmative vote of

_________ members of said Council.



Councilor Allen voting _____________.

Councilor Baker voting _____________.

Councilor Barnes voting _____________.

Councilor Davis voting _____________.

Councilor Henderson voting _____________.

Councilor Huff voting _____________.

Councilor McDaniel voting _____________.

Councilor Turner-Pugh voting _____________.

Councilor Thomas voting _____________.

Councilor Woodson voting _____________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

Attachments


No attachments for this document.

Back to List