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 # 8





Columbus Consolidated Government



Council Meeting



February 28, 2012





Agenda Report # 020







TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) CHATTAHOOCHEE RIVERWALK STREAM BANK STABILIZATION ? RFB NO. 12-0031



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

with Southeastern Site Development, Inc., in the amount of $1,291,777.95 for

stream bank stabilization of the Chattahoochee Riverwalk.



The work includes performing slope stabilization activities inclusive, but not

limited to: utility location, grading, installation of bioengineering (use of

geogrid, soil anchoring, and turf reinforcement matting), erosion and sediment

control, and detailed landscape treatments.



Bid postcard invitations were mailed to one hundred and thirty-six vendors and

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

Georgia Procurement Registry. Two bids were received on February 1, 2012.

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





CONTRACTOR TOTAL BID DBE PARTICIPATION

Southeastern Site Development, Inc. (Newnan, GA) $1,291,777.95 10.00%

Site Engineering, Inc. (Atlanta, GA) 1,822,315.50 12.75%





Funds are budgeted in the FY12 Budget: LOST Fund - Engineering ? General

Construction; 0109-250-9901-LOST-7661-94003-20120.





* * * * * *



(B) PEDESTRIAN BRIDGE PAINTING PROJECT ? RFB NO. 12-0032



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

with Cline Service Corporation, in the amount of $207,500.00 for painting and

repairs to the pedestrian bridges located over South Lumpkin Road and Buena

Vista Road.



The work will consist of sandblasting and recoating each bridge with a

high-performance epoxy coating, re-welding connections as required, removing

and disposing existing fence material, installing new vinyl-coated chain link

fence fabric, reinforcing structural members as required, and repairing

additional stem walls.



Bid postcard invitations were mailed to sixty vendors and specifications were

posted on the web pages of the Purchasing Division and Georgia Procurement

Registry. Two bids were received on February 8, 2012. This bid has been

advertised, opened and reviewed. The bidders were:





Contractors South Lumpkin Road Site Buena Vista Road Site *Allowance Total Bid DBE Participation

Cline Service Corp.

(Columbus, GA) 90,500.00 97,000.00 20,000.00 207,500.00 1.50%

Cekra, Inc.

(Wilmington, NC) 124,998.00 125,492.00 20,000.00 270,490.00 10.00%

MOPAC

(Atlanta, GA) 176,500.00 127,900.00 20,000.00 324,400.00 100.00%

E & D Coatings, Inc.

(Savannah, GA) 159,210.00 167,410.00 20,000.00 346,620.00 0.00%

Olympus Painting Contractors

(Tarpon Springs, FL) 239,500.00 239,500.00 20,000.00 499,000.00 9.00%

GRC-Stonewater, Inc.

(Bremen, GA) 309,000.00 298,000.00 20,000.00 627,000.00 0.00%

CAPE Environmental Mngt

(Norcross, GA) 421,000.00 424,000.00 20,000.00 865,000.00 0.00%





*The allowance is for concrete repairs to stem walls and welding of structural

members, where necessary.



Funds are budgeted in the FY12 Budget, 1999 SPLOST Road/Bridge/Street ? Road

Construction ? Pedestrian Bridges; 0540-695-2126-TXRB-7641-53035-20120.



* * * * * * * *



(C) LOTUS NOTES ANNUAL LICENSE RENEWAL



It is requested that Council approve payment to IBM Corporation, in the amount

of $88,902.84, for the Lotus Notes annual license renewal.



The license renewal will cover: Lotus Notes, Tivoli Storage Manager, Sametime,

Domino, H.A.T.S., CommonStore for Lotus Notes, CommonStore Content Manager,

Email (e-Discovery Feature), Search for CommonStore license and maintenance

support for a twelve-month period, beginning March 1, 2012 through February 28,

2013.



Lotus Notes, H.A.T.S., Tivoli and CommonStore are IBM developed software.

Therefore, the IBM Corporation is considered an only known source for the

license and maintenance support.



Funds are budgeted in the FY12 Budget: General Fund - Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.





* * * * * * *





(D) LONG DISTANCE TELEPHONE SERVICES (ANNUAL CONTRACT) ? RFP NO. 12-0001



It is requested that Council authorize the execution of an annual contract for

long distance telephone services with AT&T. The contracted vendor will provide

long distance telephone service to Columbus Consolidated Government with the

most cost-effective and high quality transmission. This service shall include

all Intralata, Interlata and Inter-lata/Intrastate calls to all domestic area

codes in the United States.



The Columbus Consolidated Government telephone system consists of one centrex

system with approximately 1,500 centrex/centrex PRI stations in various

locations along with approximately 180 business lines in various locations for

long distance service. Total minutes of use for all lines average 30,000 per

month, with an average cost of $16,049.00 per fiscal year. The long distance

calling is distributed as follows:



Intra-lata (Columbus Lata) 22.0%

Inter-lata/Intrastate 36.5%

Inter-lata (Lower 48 States) 39.5%

Alaska, Hawaii, Canada, International, Directory Assistance 2.0%



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

renew for two 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

September 16, 2011, proposals were received from the following two (2) offerors:



AT&T (Atlanta, GA)

DeltaCom, Inc. d/b/aEarthLink Business (Atlanta, GA)



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

representatives from Engineering Department, Sheriff Department and Tax

Commissioner?s Office. An Information Technology representative served in an

advisory capacity.



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. During the process of an RFP there is no formal

opening, due to the possibility of negotiated components of the proposal.

Therefore, 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

or re-advertised. Evaluation results and cost information has been submitted

to the City Manager in a separate memo, for informational purposes.



Funds will be budgeted each fscal year for this on going expense: General Fund

- Information Technology ? Long Distance; 0101-210-1000-ISS-6628.



* * * * * *



(E) LANDSCAPE MATERIAL (ANNUAL CONTRACT) - RFB NO. 12-0025



It is requested that Council approve the annual contract for the purchase of

landscape material on an ?as needed? basis, from Top Quality Straw, Inc., for

the estimated contract value of $49,750.00.



The landscape material will consist of approximately 1,000 bales of pine straw,

10,000 bales of long leaf pine straw, and 4,000 bales of wheat straw. The

estimated quantities are based on the using department?s prior usage. The

departments may purchase more or less of the estimated quantity. Public

Services and Park Services will use the landscape material in flower beds

located in City parks and for erosion control mulch. This contract may also be

utilized by any other City agencies requiring the goods and services. The

contract period will be for three years.



Departments will order landscape materials in bulk by the tractor-trailer load,

with the vendor?s trailer remaining at the delivery site until the next order.

The vendor will be required to deliver landscape materials to various work

sites as needed. The landscape materials provided shall be clean, fresh,

tightly baled and free of sticks, stones, leaves and other debris.



Bid postcard invitations were mailed to one hundred and one vendors and bid

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

Georgia Procurement Registry. Three bids were received on February 8, 2012.

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



Description/Vendor Top Quality Straw, Inc.

(Opelika, AL) John Deere Landscapes

(Cleveland, OH) To-Mar Garden Center

(Columbus, GA)

1. Pine straw

Est. Qty ? 1,000 Unit Price: $3.25

Total Price: $3,250.00 Unit Price: $3.25

Total Price: $3,250.00 Unit Price: 3.75

Total Price: 3,750.00

2. Long Leaf Pine Straw

Est. Qty ? 10,000 Unit Price: $ 3.25

Total Price: $32,500.00 Unit Price: $ 3.25

Total Price: $32,500.00 Unit Price: 4.00

Total Price: 40,000.00

3. Wheat Straw

Est. Qty ? 4,000 Unit Price: $3.50

Total Price: $14,000.00 Unit Price: $4.30

Total Price: $17,200.00 Unit Price: $ 3.75

Total Price: $15,000.00*

Contract Award Amount $49,750.00 $52,950.00 $58,750.00



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

Parks and Recreation ? Park Services ? Horticulture/Landscaping Supplies,

0101-270-2100-PSRV-6727; Paving Fund-Public Services - Right Of Way Maintenance

- Horticulture/Landscaping Supplies, 0203-260-3120-ROWM-6727; Integrated Waste

Management Fund - Public Services - Pine Grove Landfill -

Horticulture/Landscaping Supplies, 0207-260-3560-PGRO-6727.



* * * * * *



(F) DECLARATION OF SURPLUS EQUIPMENT - ONE MAN POTHOLE PATCH TRUCK



It is requested that Council declare a One Man Pothole Patch Truck as surplus

equipment, in accordance with Section 7-501 of the City Charter; and also

approve the sale of the equipment, either, to another municipality, through the

receipt of formal bids, or by auction.



The One Man Pothole Patch Truck, Vehicle #11031, was purchased in November

2006, per Resolution #465-06, for the amount of $136,197. After several

attempts to use the equipment, the Public Services Department has determined

the equipment does not meet the needs for which it was purchased.



The equipment was expected to enable one individual to drive the truck and

repair potholes without leaving the truck. The truck deposits a mixture of

liquid asphalt and rock under pressure into a pothole. However, the pressure

causes spillage of the material, and in heavy traffic areas the asphalt

splatters on to passing vehicles. Also, until recently, the specialty asphalt

material required for use on the truck was not available locally. The

Department had to drive the truck to Atlanta so the material could be loaded on

the truck. Additionally, the resulting patch itself does not hold up under

the heavy traffic in Columbus. As a result, the Department must resort to

repairing the patch by hand. For the reasons cited above the truck only has

about 6,400 miles on it.



The equipment is valued at approximately $78,000. The Department wishes to

utilize the most expedient option to sell the equipment. The proceeds will

enable the Department to purchase more useful piece(s) of equipment.



Revenue will be deposited in the General Fund - Sale of Surplus Equipment;

0101-099-1999-REVN-4907.

?ITEM A?



A RESOLUTION



NO.___





A RESOLUTION AUTHORIZING EXECUTION OF A CONSTRUCTION CONTRACT WITH SOUTHEASTERN

SITE DEVELOPMENT, INC., IN THE AMOUNT OF $1,291,777.95 FOR STREAM BANK

STABILIZATION OF THE CHATTAHOOCHEE RIVERWALK.



WHEREAS, the work includes performing slope stabilization activities

inclusive, but not limited to: utility location, grading, installation of

bioengineering (use of geogrid, soil anchoring, and turf reinforcement

matting), erosion and sediment control, and detailed landscape treatments.



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



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

Southeastern Site Development, Inc., in the amount of $1,291,777.95 for stream

bank stabilization of the Chattahoochee Riverwalk. Funds are budgeted in the

FY12 Budget: LOST Fund - Engineering ? General Construction;

0109-250-9901-LOST-7661-94003-20120.



___________



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

the _________ day of _________________, 2012 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 __________.







_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM B?



A RESOLUTION



NO.____





A RESOLUTION AUTHORIZING EXECUTION OF A CONSTRUCTION CONTRACT WITH CLINE

SERVICE CORPORATION, INC., IN THE AMOUNT OF $207,500.00 FOR PAINTING AND

REPAIRS TO THE PEDESTRIAN BRIDGES LOCATED OVER SOUTH LUMPKIN ROAD AND BUENA

VISTA ROAD.



WHEREAS, the work will consist of sandblasting and recoating each

bridge with a high-performance epoxy coating, re-welding connections as

required, removing and disposing existing fence material, installing new

vinyl-coated chain link fence fabric, reinforcing structural members as

required, and repairing additional stem walls.



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



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

Cline Service Corporation, in the amount of $207,500.00 for painting and

repairs to the pedestrian bridges located over South Lumpkin Road and Buena

Vista Road. Funds are budgeted in the FY12 Budget, 1999 SPLOST

Road/Bridge/Street ? Road Construction ? Pedestrian Bridges;

0540-695-2126-TXRB-7641-53035-20120.

_____________



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

the _________ day of _________________, 2012 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 __________.







_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM C?

A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING PAYMENT TO IBM CORPORATION, IN THE AMOUNT OF

$88,902.84, FOR THE LOTUS NOTES ANNUAL LICENSE RENEWAL.



WHEREAS, the license renewal will cover Lotus Notes, Tivoli Storage Manager,

Sametime, Domino, H.A.T.S., CommonStore for Lotus Notes, CommonStore Content

Manager, Email (e-Discovery Feature), Search for CommonStore license and

maintenance support for a twelve-month period, beginning March 1, 2012 through

February 28, 2013; and,



WHEREAS, Lotus Notes, H.A.T.S., Tivoli and CommonStore are IBM

developed software. Therefore, the IBM Corporation is considered an only known

source for the license and maintenance support.



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



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

Corporation, in the amount of $88,902.84, for the Lotus Notes annual license

renewal. Funds are budgeted in the FY12 Budget: General Fund - Information

Technology ? Software Lease; 0101-210-1000-ISS-6541.

______________



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

held the _________ day of ____________, 2012 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 __________.





_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM D?



A RESOLUTION



NO.___





A RESOLUTION AUTHORIZING AN ANNUAL CONTRACT WITH AT&T FOR LONG DISTANCE

TELEPHONE SERVICES.



WHEREAS, an RFP was administered (RFP No. 12-0001) and two proposals were

received; and,



WHEREAS, the proposal submitted by AT&T met all proposal requirements

and was evaluated most responsive to the RFP; and ,



WHEREAS, the initial term of the contract shall be for three years,

with the option to renew for two additional twelve-month periods. Contract

renewal will be contingent upon 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 execute a contract with

AT&T for long distance telephone services. Funds will be budgeted each fiscal

year for this on going expense: General Fund - Information Technology ? Long

Distance; 0101-210-1000-ISS-6628.

______________



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

the _________ day of ____________, 2012 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 __________.







_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

"ITEM E?

A RESOLUTION



NO. ____



A RESOLUTION AUTHORIZING THE PURCHASE OF LANDSCAPE MATERIAL, ON AN ?AS NEEDED?

BASIS, FROM TOP QUALITY STRAW, INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$49,750.00.



WHEREAS, the landscape material will be used by Public Services and Park

Services in flower beds located in City parks and for erosion mulch, as well

as, other City Departments; and,



WHEREAS, departments will order landscape material, in bulk, by the

tractor-trailer load, with the trailer remaining at the site until the next

order; and,



WHEREAS, the contract period will be for three years.



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



That the City Manager is hereby authorized to purchase landscape

material on an ?as needed? basis, from Top Quality Straw, Inc., for the

estimated annual contract value of $49,750.00. Funds are budgeted each fiscal

year for this on-going expense: General Fund - Parks and Recreation ? Park

Services ? Horticulture/Landscaping Supplies, 0101-270-2100-PSRV-6727; Paving

Fund-Public Services - Right Of Way Maintenance - Horticulture/Landscaping

Supplies, 0203-260-3120-ROWM-6727; Integrated Waste Management Fund - Public

Services - Pine Grove Landfill - Horticulture/Landscaping Supplies,

0207-260-3560-PGRO-6727.

____________



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

the _________ day of ____________, 2012 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting. __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM F?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE DECLARATION OF A ONE MAN POTHOLE PATCH

TRUCK AS SURPLUS EQUIPMENT, IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF

COLUMBUS CONSOLIDATED GOVERNMENT; AND ALSO AUTHORIZE THE SALE OF THE EQUIPMENT,

EITHER, TO ANOTHER MUNICIPALITY, THROUGH THE RECEIPT OF FORMAL BIDS, OR BY

AUCTION.



WHEREAS, the One Man Pothole Patch Truck, Vehicle #11031, was purchased in

November 2006, per Resolution #465-06, for the amount of $136,197; and,



WHEREAS, after several attempts to use the equipment, the Public Services

Department has determined the equipment does not meet the needs for which it

was purchased; and,



WHEREAS, the equipment is valued at approximately $78,000. The Department

wishes to utilize the most expedient option to sell the equipment. The

proceeds will enable the Department to purchase more useful piece(s) of

equipment.



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



That the City Manager is hereby authorized to declare the One Man Pothole Patch

Truck as surplus equipment, in accordance with Section 7-501 of the City

Charter; and also authorized to sell the equipment, either, to another

municipality, through the receipt of formal bids, or by auction. Revenue 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 ____________, 2012 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 __________.





_________________________________ _____________________________

Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor











Attachments


No attachments for this document.

Back to List