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



November 12, 2013



Agenda Report # 45





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) WERACOBA CREEK RETAINING WALL REPLACEMENT ? RFB NO. 14-0009



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

with Earth-Scapes, Inc. (Phenix City, AL) in the amount of $656,703.50 for the

replacement of the retaining wall at Weracoba Creek.



The work consists of removing and replacing a section of an existing retaining

wall located within Weracoba Creek and adjacent to Cherokee Avenue. The work

also includes pavement markings, installation of guard rails and concrete

hardscapes work.



Bid postcard invitations were mailed to seventy-seven vendors and bid

specifications were posted on the web pages of the Purchasing Division, Georgia

Procurement Registry, and DemandStar. Four bids were received on September 4,

2013. This bid has been advertised, opened and reviewed. The bidders were:



Bidders Total Bid DBE

Participation

Earth-Scapes, Inc. (Phenix City, AL) $ 656,703.50 8%

Southeastern Site Development (Newnan, GA) 663,241.09 10%

Scott Bridge Company (Opelika, AL) 1,031,392.25 10%

Sunbelt Structures (Tucker, GA) 1,052,349.00 0%





Funds are budgeted in the FY14 Budget: 1999 SPLOST Road/Bridge/Street ?

Drainage/Street Improvements ? Cherokee Wall;

0540-695-2127-TXSF-7622-50805-20140.



********



(B) MAINTENANCE AGREEMENT FOR THE E911 PLANT INTEGRATED

TELEPHONE SYSTEM CONSOLE EQUIPMENT, NICE RECORDING SYSTEM AND ASTRO P25 MASTER

SWITCH



It is requested that Council authorize payment to Motorola, in the amount of

$198,870.72 for the annual Maintenance Agreement (October 1, 2013 through

September 30, 2014) for the E911 Center?s 800 MHz Radio System Console

Equipment, the Central Electronics Bay, the Plant Visa 911 Phone System, the

fiber optic interface equipment installed in the 911 Center and the Government

Center, the Nice Digital Logging System, and the Astro P25 Master Switch.



The Police Department (through the 911 Center) and Sheriff?s Office uses the

Motorola Console equipment to dispatch the various Public Safety Units

throughout the City as needed. This equipment is a critical part of Public

Safety communications system. It has, since the initial warranty expired, been

covered by a comprehensive 24/7/365 maintenance agreement with Motorola in

order to assure rapid and accurate repairs and minimal down time. This

maintenance agreement also covers the bi-directional amplification system that

provides a back up to the console system and allows the 911 Center to continue

to operate should the console equipment stop working. The maintenance

agreement will insure that the City receives complete and cost effective

support of the equipment and allow the departments to control the operating

costs associated with the console equipment.



The E911 Telephone System and its various components were originally purchased

from Motorola. Therefore, the vendor is considered the only known source to

provide the maintenance service.



Funds are budgeted in FY14 Budget: Emergency Telephone Fund ? Police - E911 ?

Service Contracts; 0209-400-3220-E911-6513.



* * * * * * *



(C) ?-TON CREW CAB 4X4 PICKUP TRUCKS ? RFB NO. 14-0014



It is requested that Council authorize the purchase of two (2) ?-ton crew cab

4x4 pickup trucks (2014 Chrysler/Dodge Ram/DS6L98), from Don Jackson Chrysler

Dodge Jeep, (Union City, GA) at a unit price of $23,341.00, for a total of

$46,682.00.



The vehicles were approved in the FY14 Budget. They will be utilized by

division supervisors of the Forestry and Beautification Division, of the Public

Works Department, to take supplies to crews on the road, check City property

and to follow up on complaints. These are replacement units.



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

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

Georgia Procurement Registry, and OnVia DemandStar. Six bids were received on

October 2, 2013. This bid has been advertised, opened and reviewed. The

bidders were:





Vendors Manufacturer/Model Mandatory

Training Cost

(if applicable) Mandatory Publications Cost

(if applicable) Unit Price Total Price

(2 Units)

Don Jackson Chrysler Dodge Jeep

(Union City, GA) 2014 Dodge RAM 1500 Tradesman 4x4 Pickup Truck

Chrysler Dodge Ram DS6L98 $0.00 $0.00 $23,341.00 $46,682.00

Allan Vigil Ford (Morrow, GA) 2014 Ford F150 Crew Cab 4x4 N/A $250.00 per unit

(inc. in bid price) $27,206.00 $54,412.00

Auto Nation Ford of Marietta

(Marietta, GA) 2014 Ford F150 Super Crew 4WD (W1E) N/A N/A $27,472.00 $54,944.00

Langdale Chevrolet (Sylvester, GA) 2014 Chevrolet Crew CK15543

Silverado N/A N/A $28,505.00 $57,010.00

Jay Buick GMC Inc. (Columbus, GA) 2014 GMC Sierra TK15543 $0.00 $0.00 $29,255.30 $58,510.60

Allan Vigil Ford (Fayetteville, GA) 2014 Ford F150 Crew $0.00 $0.00 $29,278.00 $58,556.00

The Georgia Statewide Contract price is $27,705.00.

Funds are budgeted in the FY14 Budget as follows: Paving Fund ? Public Works ?

Right of Way Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722.



* * * * * * * *



(D) TREES FOR PLANTING ON CITY RIGHT-OF-WAYS (ANNUAL CONTRACT) ? RFB NO. 14-0017



It is requested that Council approve the purchase of trees, on an as-needed

basis, from Thoms Trees & Plants, Inc. (Fayetteville, GA) for the estimated

annual contract value of $120,216.90. The estimated contract value is based on

the amount the department has budgeted for the purchase of new trees and tree

replacements, consequently for FY14 the department has budgeted $120,216.90 for

tree plantings.



The trees will be planted on various right-of-ways around the City and will be

used as new plantings and replacements for trees damaged or destroyed due to

weather conditions. The bid specifications consisted of forty-three (43)

different species of trees.



The contract term shall be for one year, with the option to renew for two (2)

additional twelve- month periods. Contract renewal will be contingent upon the

mutual agreement of the City and the Contractor.



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

specifications were posted on the web pages of the Purchasing Division, Georgia

Procurement Registry, and DemandStar. Seven bids were received on October 16,

2013. This bid has been advertised, opened and reviewed. The bidders were:







Funds are budgeted each fiscal year for this ongoing expense: Paving Fund -

Public Works - Right-of-Way Maintenance - Horticultural/Landscaping Supplies,

0203-260-3120- ROWM-6727.



* * * * * *



(E) FIRST-CLASS MAIL PRE-SORT SERVICES (ANNUAL CONTRACT) ? RFP NO. 13-0030



It is requested that Council approve the annual contract for first-class mail

pre-sort services from Southeastern Mailing Services, Inc., d/b/a Columbus

Presort (Columbus, GA).



The firm will provide first-class mail pre-sort services on a daily basis.

Services will also include specific seasonal or emergency mailings, as well as

bulk mail pre-sort when applicable. The contractor will provide all seasonal

and necessary labor and equipment for such services. The City averages

approximately 50,000 first-class letters a month



On a daily basis, the contractor shall provide the following services:



1. Pick-up twice (2 times) daily. The first pick-up at approximately 1:30 p.m.

This mail will be metered and presorted by the Contractor and the Contractor

will ensure delivery to the Post Office that same business day. The second

pick-up will be between 3:00 & 3:30 p.m., and this mail will be metered,

presorted and delivered to the Post Office by the Contractor the next business

day.



2. Meter, Pre-sort and deliver mail to the Post Office. Contractor shall

deliver to Post Office on the same day it is metered. Mail shall not be held

until the next day and re-dated. Such action is ground for cancellation of

contract.



3. Pay postage on residuals (items though to be pre-sortable but are not). The

City will reimburse contractor for residuals.



4. Provide weekly invoices for services provided. The invoice will show the

followings:

a. Total number of pieces.

b. Total pieces pre-sorted and pre-sort costs.

c. Total number of residuals (Residuals of the total pieces, the number of that

cannot be pre-sorted and company will pay the postage required for such items

upon delivery to the Post Office).

d. The amount paid for residuals by the contractor.



5. Bulk mail must be invoiced separate.



6. All requested postmark dates must be honored without any price change.



7. The Contractor shall notify the Mailroom in the event of any extenuating

circumstance that will cause a delay in the mail. The two parties will

determine the best corrective to resolve that event.



Contractor shall also provide seasonal and/or emergency mailings services:

1. Departments may utilize the contractor directly for specific mailings unique

to that department (i.e. Tag Office, Tax Office, Voter Registration, Revenue

Division, etc.) The departments will make arrangements with the contractor and

will be charged separately for such services.



Note: This mail may not be funneled through the mailroom due to the time

factor involved or the uniqueness of the service required. Therefore,

departments may contact contractor directly.



2. Contractor will make emergency pick-ups as needed, when notified.



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

three (3) additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



The RFP was released on April 12, 2013. Request for proposal invitations were

mailed to twelve vendors and specifications were posted on the City?s website,

Georgia Procurement Registry and DemandStar. The RFP has been advertised,

opened and evaluated. One (1) proposal was received May 10, 2013, from the

following offeror:



Southeastern Mailing Services, Inc., d/b/a Columbus Presort (Columbus,

GA)



The proposal was reviewed by the Evaluation Committee members, which consisted

of representatives from the City Manager?s Office.



The City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the process of an RFP there is no formal opening, due

to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offeror(s), no proposal responses or

any negotiated components are made public until after the award of the

contract. If Council does not approve the recommended offeror, the RFP would

be re-advertised. The cost information and evaluation results have been

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



Funds will be budgeted each fiscal year for this ongoing expense. Various

Accounts ? Postage 6625.





?ITEM A?

A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

EARTH-SCAPES, INC., (PHENIX CITY, AL) IN THE AMOUNT OF $656,703.50 FOR THE

REPLACEMENT OF THE RETAINING WALL AT WERACOBA CREEK.



WHEREAS, the work consists of removing and replacing a section of an existing

retaining wall located within Weracoba Creek and adjacent to Cherokee Avenue.

The work also includes pavement markings, installation of guard rails and

concrete hardscapes work.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with Earth-Scapes, Inc., (Phenix City, AL) in the amount of

$656,703.50 for the replacement of the retaining wall at Weracoba Creek. Funds

are budgeted in the FY14 Budget: 1999 SPLOST Road/Bridge/Street ?

Drainage/Street Improvements ? Cherokee Wall;

0540-695-2127-TXSF-7622-50805-20140.



__________________



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

held the _________ day of ___________, 2013 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 MOTOROLA, IN THE AMOUNT OF $198,870.72, FOR

THE ANNUAL MAINTENANCE AGREEMENT (OCTOBER 1, 2013 THROUGH SEPTEMBER 30, 2014)

FOR THE E911 CENTER?S 800 MHZ RADIO SYSTEM CONSOLE EQUIPMENT, THE CENTRAL

ELECTRONICS BAY, THE PLANT VISA 911 PHONE SYSTEM, THE FIBER OPTIC INTERFACE

EQUIPMENT INSTALLED IN THE 911 CENTER AND THE GOVERNMENT CENTER, THE NICE

DIGITAL LOGGING SYSTEM, AND THE ASTRO P25 MASTER SWITCH.



WHEREAS, the Police Department (through the 911 Center) and Sheriff?s Office

uses the Motorola Console equipment to dispatch various Public Safety Units

throughout the City as needed. This equipment is a critical part of Public

Safety communications system; and,



WHEREAS, the equipment has, since the initial warranty expired, been covered by

a comprehensive 24/7/365 maintenance agreement with Motorola in order to assure

rapid and accurate repairs and minimal down time. This maintenance agreement

also covers the bi-directional amplification system that provides a back up to

the console system and allows the 911 Center to continue to operate should the

console equipment stop working. The maintenance agreement will insure that the

City receives complete and cost effective support of the equipment and allows

the Department to control the operating costs associated with the console

equipment.



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



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

in the amount of $198,870.72, for the annual Maintenance Agreement (October 1,

2013 through September 30, 2014) for the E911 Center?s 800 MHz Radio System

Console Equipment, the Central Electronics Bay, the Plant Visa 911 Phone

System, the fiber optic interface equipment installed in the 911 Center and the

Government Center, the Nice Digital Logging System, and the ASTRO P25 Master

Switch. Funds are budgeted in FY14 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 __________, 2013 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 PURCHASE OF TWO (2) ?-TON CREW CAB 4X4

PICKUP TRUCKS (2014 CHRYSLER/DODGE RAM/DS6L98), FROM DON JACKSON CHRYSLER DODGE

JEEP, (UNION CITY, GA), AT A UNIT PRICE OF $23,341.00, FOR A TOTAL OF

$46,682.00.



WHEREAS, the trucks will be utilized by division supervisors of the Forestry

and Beautification Division, of the Public Works Department, to take supplies

to crews on the road, check City property and to follow up on complaints. These

are replacement units.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) ?-ton

crew cab 4x4 pickup trucks (2014 Chrysler Dodge Ram DS6L98) from Don Jackson

Chrysler Dodge Jeep, in the amount of $46,682.00. Funds are budgeted in the

FY14 Budget as follows: Paving Fund ? Public Works ? Right of Way Maintenance

? Light Trucks; 0203-260-3120-ROWM-7722.

______________________



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

held the _________ day of _____________, 2013 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 AN ANNUAL CONTRACT FOR THE PURCHASE OF TREES, ON AN

AS-NEEDED BASIS, FROM THOMS TREES & PLANTS, INC. (FAYETTEVILLE, GA) FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $120,216.90.



WHEREAS, the estimated contract value is based on the amount the department has

budgeted for the purchase of new trees and tree replacements. The trees will

be planted on various right-of-ways around the City and will be used as new

plantings and replacements for trees damaged or destroyed due to weather

conditions; and,



WHEREAS, the contract term shall be for one year with the option to renew for

two additional twelve month periods. Contract renewal will be contingent upon

the mutual agreement of the City and the Contractor.



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

FOLLOWS:



That the City Manager is hereby authorized to enter into a contract to

purchase trees from Thoms Trees & Plants, Inc. (Fayetteville, GA) for the

estimated annual contract value of $120,216.90. Funds are budgeted each fiscal

year for this ongoing expense: Paving Fund - Public Works - Right-of-Way

Maintenance - Horticultural/Landscaping Supplies, 0203-260-3120- ROWM-6727.

_____________________



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

held the _________ day of _________, 2013 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 AN ANNUAL CONTRACT WITH

SOUTHEASTERN MAILING SERVICES, INC., D/B/A COLUMBUS PRESORT (COLUMBUS, GA) TO

PROVIDE FIRST-CLASS MAIL PRE-SORT SERVICES.



WHEREAS, an RFP was administered (RFP No. 13-0030) and one proposal was

received from Southeastern Mailing Services, Inc., d/b/a Columbus Presort; and,



WHEREAS, Southeastern Mailing Services, Inc., d/b/a Columbus Presort met all

proposal requirements and is deemed most responsive to the RFP; and,



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

renew for three (3) 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 execute an annual contract with

Southeastern Mailing Services, Inc., d/b/a Columbus Presort to provide

First-Class Mail Presort Services. Funds will be budgeted each fiscal year for

this on going expense, Various Accounts ? Postage 6625.



___________________





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

the _________ day of ____________, 2013 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