Agenda Item # 5
Columbus Consolidated Government
Council Meeting
May 24, 2011
Agenda Report # 643
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) EMERGENCY PURCHASE ? FULL SIZE 4x2 TAHOE SPORT UTILITY VEHICLES
It is requested that Council approve payment for the emergency purchase of one
(1) full size 4x2 Tahoe sport utility vehicle, via Georgia State Contract,
SWC90796, from Hardy Chevrolet, (Dallas, GA) in the amount of $25,624.00. The
Marshal?s Department also requested an extra battery in the amount of $101.00,
for a total of $25,725.00.
The Tahoe will be used by the Marshal?s Department as a replacement for a
vehicle that was totaled. The deadline to place an order with the manufacturer
is May 5, 2011, which did not allow time for a formal bid solicitation.
Therefore, the City Manager approved the Emergency purchase on May 3, 2011 in
order to place the order by the deadline
Funds are budgeted in the FY11 Budget: LOST - Public Safety Fund ? Municipal
Court ? Public Safety-LOST ? Automobiles; 0102 ? 530 ? 9900 ? LOST ? 7721.
* * * * * *
(B) 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
$49,213.86. A total of 66,957.6265 tons of solid waste was disposed, at Pine
Grove Landfill, between January 1, 2010 and December 31, 2010.
Funds are budgeted in the FY11 Budget: Integrated Waste Management Fund -
Public Services - Pine Grove Landfill ? State Mandated Waste Dump Fees;
0207-260-3560-PGRO-9208.
(C) IRRIGATION FOR REST STOPS ON BIKE TRAIL ? RFB NO. 11-0065
It is requested that Council authorize the execution of a construction contract
with A Cut Above Landscape (Columbus, GA) in the amount of $35,560.00 for
irrigation services. A Cut Above Landscape will provide the services at the
bike trail (Fall Line Trace) rest stops at the Warm Springs Road site and
Manchester Expressway site.
Bid postcard invitations were mailed to forty-two vendors and bid
specifications were posted on the web pages of the Purchasing Division and the
Georgia Procurement Registry. Three bids were received on April 27, 2011.
This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS TOTAL BID
A Cut Above Landscape (Columbus, GA) $ 35,560.00
Outdoor Solutions (Columbus, GA) 36,200.00
Works of Art Lawn Maintenance & Construction (Columbus, GA) 39,899.00
Grant Environmental Contractors, Inc. (Columbus, GA) 42,051.00
Diamond Scapes, Inc. (Columbus, GA) 43,404.23
Funds are budgeted in the FY11 Budget: 1999 SPLOST Walk Trails/Trolley ?
General Construction ? Walking Trails/Trolley;
0540-695-2136-TXWT-7661-53017-20080.
* * * * * *
(D) MACON ROAD ADVANCED TRANSPORTATION MANAGEMENT SYSTEM (ATMS) PROJECT ? RFB
NO. 11-0054
It is requested that Council authorize the execution of a construction contract
with JHC Corporation (Peachtree City, GA) in the amount of $767,198.60 for the
Macon Road Advanced Transportation Management System (ATMS).
The ATMS will allow the Traffic Engineering Division to monitor, diagnose and
make changes to traffic signals, CCTV/Video cameras, Changeable Message Signs
and other Intelligent Transportation Devices in the field from the Traffic
Control Center located at the Government Center Annex.
The work includes traffic control; jacking or boring pipe (directional boring);
electrical wire, cable and conduit; fiber optic system; closed circuit
television (CCTV); communication and electronic equipment; advanced
transportation management system integration; and protection of railway
interests
Bid postcard invitations were mailed to twenty-three vendors and bid
specifications were posted on the web pages of the Purchasing Division and the
Georgia Procurement Registry. Six bids were received on April 13, 2011. This
bid has been advertised, opened and reviewed. The bidders were:
BIDDERS TOTAL BID
JHC Corporation (Peachtree City, GA) $ 767,198.60
World Fiber Technologies (Alpharetta, GA) 790,141.42
R. J. Haynie & Associates, Inc. (Lake City, GA) 823,813.20
Bass Signal Corporation (Milledgeville, GA) 838,172.00
Comtrac Services, Inc. (Stone Mountain, GA) 849,934.45
American Lighting & Signalization, Inc. (Jacksonville, FL) 970,238.25
Funds are budgeted in the FY11 Budget: Multi-Government Project Fund ?
Planning ? ARRA/EECBG-Auto Traffic Management ? Energy Efficiency and
Conservation Block Grant ? Contractual Services; 0216-242-2500-EECG-6319 and
Multi-Government Project Fund ? Planning ? ARRA/EECBG-Auto Traffic Management ?
Energy Efficiency and Conservation Block Grant ? Capital Expenditures over
$500; 0216-242-2500-EECG-7761.
* * * * * *
(E) FALL LINE TRACE SIGN ENHANCEMENT PROJECT ? RFB NO. 11-0060
It is requested that Council authorize the execution of a construction contract
with Southeastern Site Development, Inc., (Newnan, GA) in the amount of
$864,266.90 for sign enhancement at the Fall Line Trace sites.
The work includes way-finding signs, brick pillar gateways, brick pillars with
and without solar panels, entrance signs, logo signs, mile marker signs,
landscaping, concrete split median, complete signal work, pavement marking,
pedestrian guardrail, playground equipment, concrete flatwork, and park benches
& trash receptacles.
Bid postcard invitations were mailed to one hundred and twenty-two vendors and
bid specifications were posted on the web pages of the Purchasing Division and
the Georgia Procurement Registry. Four bids were received on April 13, 2011.
This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS TOTAL BID
Southeastern Site Development, Inc. (Newnan, GA) $ 864,266.90
D. Dean & Associates (Columbus, GA) 881,449.00
JHC Corporation (Peachtree City, GA) 961,500.00
Cline Service Corporation (Columbus, GA) 994,200.00
Funds are budgeted in the FY11 Budget: 1999 SPLOST Walk Trails/Trolley ?
General Construction ? Walking Trails/Trolley;
0540-695-2136-TXWT-7661-53017-20090.
* * * * * *
(F) DISPENSERS AND LIQUID LAUNDRY DETERGENTS - (ANNUAL CONTRACT) - RFB NO.
11-0069
It is requested that Council approve the purchase of liquid laundry detergent
such as bleach, detergent, liquid softener and heavy-duty soil remover on an
?as needed basis? from Southland Chemicals & Supply, Inc., (Columbus, Georgia)
for the estimated annual contract value of $50,629.88.
The vendor will provide and install the dispensers, as well as, provide on-site
training on the proper use of the equipment at no additional cost to the City.
The dispensers and liquid detergents will be used in the laundry operations at
the Muscogee County Prison and the Muscogee County Jail. The Prison and the
Jail will purchase the liquid detergents on an as needed basis.
The contract term shall be for two (2) years; with the option to renew for
three (3) additional twelve-month periods, contingent upon the mutual agreement
of the City and the Contractor.
Bid postcard invitations were mailed to sixty-nine vendors and bid
specifications were posted on the web page of the Purchasing Division and the
Georgia Procurement Registry. Five bids were received on May 11, 2011. This
bid has been advertised, opened and reviewed. Bidders and pricing are listed
on the attached tabulation sheet.
Funds are budgeted each fiscal year for this on going expense: General Fund ?
Muscogee County Prison ? Warden ? Operating Materials; 0101-420-1000-MCCI-6728;
General Fund ? Sheriff - Detention ? Service Contracts; 0101-550-2600-Jail -
6513.
(G) Lead-Based Paint Abatement Contractor Services (Annual Contract); RFP No
11-0017
It is requested that Council approve the procurement of lead-based paint
abatement contractor services from EnviroPro Certified Environmental
Professionals, LLC (Atlanta, GA). The services for the lead-based paint
abatement contractor services are needed to assist the Community Reinvestment
Department for the housing rehabilitation (single and multi-family), rental
assistance program (tenant and project-based), and supportive
services/operations programs. These services will be utilized primarily by the
Community Reinvestment Department on an ?as needed basis,? however, other City
departments may utilize such services as required.
Contractor will provide all necessary labor, supervision and materials required
to perform the following services:
Thoroughly inspect each structure, at the request of the City, to provide a
scope of work and cost estimate for lead-based paint abatement
Prepare lead-based paint abatement scope of work and cost estimate per the
Written & Visual Lead-Based Paint Assessment Report.
Provide courses of action to alleviate lead-based paint hazards.
Performed work must be approved by the Environmental Protection Division (EPD)
and pass clearance certification after lead-based paint efforts have been
conducted.
The initial term of the contract shall be for two years; with the option to
renew for three (3) additional twelve-month periods. The renewal will be
contingent upon the mutual agreement of the City and the Contractor.
Request for proposal specifications were posted on the City?s website and
Georgia Procurement Registry. This proposal has been advertised, opened and
evaluated. Proposals were received, February 11, 2011, from the following
offerors.
EnviroPro Certified Environmental Professionals, LLC (Atlanta, GA)
D?BABS Construction, Inc. (East Point, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Community Reinvestment Department. During the evaluation
process, EnviroPro Certified Environmental Professionals, LLC was deemed the
most responsive to the RFP specifications.
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. 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 contract will be
re-advertised. Evaluation results and proposed costs have been submitted to
the City Manager in a separate memo for information purposes.
Funds are budgeted each fiscal year for this ongoing service: Community
Development Block Grant Fund ? Community Reinvestment ? Non CDBG Program ?
Contractual Services, 0210-245-2200-6319; Community Development Block Grant
Fund ? Community Reinvestment ? CDBG Administration ? Contractual Services,
0210-245-1000-6319.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION APPROVING PAYMENT FOR THE EMERGENCY PURCHASE OF ONE FULL SIZE 4X2
TAHOE SPORT UTILITY VEHICLE, VIA GEORGIA STATE CONTRACT, SWC90796, FOR
$25,624.00 AND ONE EXTRA BATTERY FROM HARDY CHEVROLET (DALLAS, GA) FOR $101.00
FOR A TOTAL OF $25,725.00.
WHEREAS, the Full Size 4x2 Tahoe Sport Utility Vehicle will be used by
the Marshal?s Department as a replacement for a vehicle that was totaled; and,
WHEREAS, the deadline to place an order with the manufacturer is May 5, 2011,
which did not allow time for a formal bid solicitation. Therefore, the City
Manager approved the Emergency purchase on May 3, 2011 in order to place the
order by the deadline.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to approve payment for the Emergency
purchase of one (1) Full Size 4x2 Tahoe Sport Utility Vehicle, via Georgia
State Contract, SCW90796, for $25,624.00 and one extra battery from Hardy
Chevrolet for $101.00 for a total amount of $25,725.00. Funds are budgeted in
the FY11 Budget: LOST - Public Safety Fund ? Municipal Court ? Public
Safety-LOST ? Automobiles; 0102 ? 530 ? 9900 ? LOST ? 7721.
__________________
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 B?
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
$49,213.86.
WHEREAS, a total of 66,957.6265 tons of solid waste was disposed, at
Pine Grove Landfill, between January 1, 2010 and December 31, 2010.
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 $49,213.86. Funds are budgeted in FY11 Budget: Integrated
Waste Management Fund - 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 ____________, 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 C?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH A CUT
ABOVE LANDSCAPE IN THE AMOUNT OF $35,560.00 FOR IRRIGATION SERVICES.
WHEREAS, A Cut Above Landscape will provide the services at the bike
trail (Fall Line Trace) rest stops at the Warm Springs Road site and Manchester
Expressway site.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with A Cut Above Landscape in the amount of $35,560.00 for irrigation
services. Funds are budgeted in the FY11 Budget: 1999 SPLOST Walk
Trails/Trolley ? General Construction ? Walking Trails/Trolley;
0540-695-2136-TXWT-7661-53017-20080.
___________________________
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 D?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH JHC
CORPORATION IN THE AMOUNT OF $767,198.60 FOR THE MACON ROAD ADVANCED
TRANSPORTATION MANAGEMENT SYSTEM (ATMS).
WHEREAS, the ATMS will allow the Traffic Engineering Division to
monitor, diagnose and make changes to traffic signals, CCTV/Video cameras,
Changeable Message Signs and other Intelligent Transportation Devices in the
field from the Traffic Control Center located at the Government Center Annex.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with JHC Corporation in the amount of $767,198.60 for the Macon Road
Advanced Transportation Management System (ATMS). Funds are budgeted in the
FY11 Budget: Multi-Government Project Fund ? Planning ? ARRA/EECBG-Auto
Traffic Management ? Energy Efficiency and Conservation Block Grant ?
Contractual Services; 0216-242-2500-EECG-6319, and Multi-Government Project
Fund ? Planning ? ARRA/EECBG-Auto Traffic Management ? Energy Efficiency and
Conservation Block Grant ? Capital Expenditures over $500;
0216-242-2500-EECG-7761.
___________________________
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 E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
SOUTHEASTERN SITE DEVELOPMENT, INC., IN THE AMOUNT OF $864,266.90, FOR SIGN
ENHANCEMENT AT THE FALL LINE TRACE SITES.
WHEREAS, the work includes way-finding signs, brick pillar gateways,
brick pillars with and without solar panels, entrance signs, logo signs, mile
marker signs, landscaping, concrete split median, complete signal work,
pavement marking, pedestrian guardrail, playground equipment, concrete
flatwork, and park benches & trash receptacles.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with Southeastern Site Development, Inc., in the amount of $864,266.90
for sign enhancement at the Fall Line Trace sites. Funds are budgeted in the
FY11 Budget: 1999 SPLOST Walk Trails/Trolley ? General Construction ? Walking
Trails/Trolley; 0540-695-2136-TXWT-7661-53017-20090.
___________________________
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 PROCUREMENT OF LIQUID LAUNDRY DETERGENTS
SUCH AS BLEACH, DETERGENT, LIQUID SOFTENER AND HEAVY DUTY SOIL REMOVER ON AN
"AS NEEDED BASIS" FROM SOUTHLAND CHEMICALS & SUPPLY, INC., FOR THE ESTIMATED
ANNUAL CONTRACT VALUE OF $50,629.88.
WHEREAS, the vendor will provide and install the dispensers, as well
as, provide on-site training on the proper use of the equipment, at no
additional cost to the City; and,
WHEREAS, the dispensers and liquid detergents will be used in the
laundry operations at the Muscogee County Prison and the Muscogee County Jail.
The Prison and the Jail will purchase the liquid detergents on an as needed
basis; and,
WHEREAS, this contract shall be for two years; with the option to renew
for (3) three additional twelve month periods, contingent upon mutual agreement
of the Contractor and the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to procure liquid laundry
detergent on an ?as needed basis? from Southland Chemicals Supply, Inc., for
the estimated annual contract value of $50,629.88. Funds are budgeted each
fiscal year for this on going expense: General Fund ? Muscogee County Prison ?
Warden ? Operating Materials; 0101-420-1000-MCCI-6728; General Fund ? Sheriff -
Detention ? Service Contracts; 0101-550-2600-Jail - 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 Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH CERTIFIED
ENVIRONMENTAL PROFESSIONALS ENVIROPRO TO PROVIDE LEAD-BASED PAINT ABATEMENT
CONTRACTOR SERVICES TO BE USED ON AN ?AS NEEDED BASIS?.
WHEREAS, an RFP was administered (RFP No. 11-0017) and two proposals
were received; and,
WHEREAS, the proposal submitted by Certified Environmental
Professionals 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 (3) additional twelve month periods, contingent
upon mutual agreement of the Contractor and the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Certified Environmental Professionals to provide lead-based paint abatement
contractor services on an ?as needed basis?. Funds are budgeted each fiscal
year for this ongoing service: Community Development Block Grant Fund ?
Community Reinvestment ? Non CDBG Program ? Contractual Services,
0210-245-2200-6319; Community Development Block Grant Fund ? Community
Reinvestment ? CDBG Administration ? Contractual Services, 0210-245-1000-6319.
____________________
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 Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor
Attachments