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



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


Back to List