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 # 6



Columbus Consolidated Government

Council Meeting



August 26, 2014



Agenda Report # 26





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) ON-CALL SERVICES FOR INSTALLATION OR REPLACEMENT OF BRICK PAVERS IN

COLUMBUS, GA (ANNUAL CONTRACT) ? RFP NO. 15-0002



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

Southeastern Site Development, Inc. (Newnan, GA) for the installation or

replacement of brick pavers throughout Columbus-Muscogee County on an as-needed

basis.



Southeastern Site Development shall furnish all labor, materials, equipment and

miscellaneous items required for the complete installation or replacement of

brick pavers for pedestrian traffic and vehicle traffic. For each project, the

Engineering Department will obtain a written quote from the contractor.



The contract term shall be for two (2) 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.



On July 9, 2014, request for proposals were mailed to seventy-eight vendors and

specifications were posted on the websites of the City, Georgia Procurement

Registry and Onvia DemandStar. The RFP has been advertised, opened and

evaluated. Two (2) proposals were received on August 1, 2014 from the

following offerors?:



Southeastern Site Development, Inc. (Newnan, GA)

Tip Top Masonry (Smiths, AL)



?On August 5, 2014, the Purchasing Division telephoned three area contractors

to determine why they did not submit a proposal:



? Robinson Paving Company (Columbus, GA): The representative said they do not

provide the specified services.



? McMath-Turner Construction Company (Columbus, GA): The representative said

they do not have in-house personnel to provide the services.



? Landmark Grading Company, Inc. (Ft. Mitchell, AL): The vendor said they

chose not to submit a proposal.



?Tip Top Masonry did not provide the required Transmittal Letter and

Qualifications/Experience information. The omitted information, which was

necessary for the evaluation process, consisted of a demonstration of the

vendor?s access to adequate equipment to provide the services, a demonstration

of the vendor?s history of completing projects on time and within budget, an

indication of whether the vendor has been involved in litigation against owners

or engineering firms, and detailed information to demonstrate the vendor has

experienced personnel to assign to future brick paver projects.



In accordance with the RFP specifications, ?Firms shall be notified, in

writing, and shall have two (2) business days, after notification, to submit

the omitted information?:



? August 6, 2014: The Purchasing Division left a voice mail with the owner of

Tip Top Masonry to inform him of a forthcoming email regarding the omitted

information.



The Purchasing Division informed the owner, via email, that if the omitted

information was not received within two (2) days, the vendor?s proposal would

be deemed non-responsive.



? August 7, 2014: The Purchasing Division telephoned the owner and the owner

affirmed that he would submit the omitted information by August 8, 2014.



? August 8, 2014: The Engineering Department telephoned the owner and the owner

affirmed that he would submit the omitted information by 2:00 PM on August 8,

2014.



? August 13, 2014: Tip Top Masonry had not provided the omitted document;

therefore, the Purchasing Division proceeded with the evaluation process.





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

of representatives from the Engineering Department, Uptown Columbus, Inc., and

the River Valley Regional Commission. Representatives from the Historic

Columbus Foundation and the Historic District Preservation Society served as

non-voting, advisory members of the committee.



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, 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 specifications may

be re-advertised. Cost information has been submitted to the City Manager in a

separate memo for information purposes.



Funds are budgeted each fiscal year for this ongoing expense, in various

accounts of the Engineering Department and the Public Works Department.



* * * * * *



(B) TRAFFIC SIGN MATERIALS - (ANNUAL CONTRACT) ? RFB NO. 14-0038



It is requested that Council approve the purchase of traffic sign materials

from Vulcan, Inc., (D/B/A Vulcan Signs) (Foley, AL) for the estimated annual

contract value of $147,390.00. The estimated contract value is based on the

amount the department has budgeted for the purchase of traffic sign materials.

The Traffic Engineering Division will purchase sign materials, on an ?as

needed? basis, to include the following: traffic sign facing, roll goods,

anodized aluminum sign metal and galvanized sign posts materials. The Traffic

Engineering Division, of the Engineering Department, will use the materials for

installation and maintaining traffic signs along City owned streets within

Muscogee County.



The 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.



Bid postcard invitations were mailed to two-hundred and twenty-five vendors and

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

Georgia Procurement Registry, and DemandStar. Seven bids were received on July

16, 2014. This bid has been advertised, opened and reviewed. The bidders were:







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

Engineering - Traffic Engineering ? Operating Materials,

0101-250-2100-TRAF-6728.







(C) PEST CONTROL SERVICES (ANNUAL CONTRACT) - RFB NO. 14-0043



It is requested that Council approve the contract for pest control services

with SWGA Quick Pest Control (Leesburg, GA) for the estimated annual contract

value of $18,000.00. The vendor will provide pest control services at 100 City

owned buildings. Additional buildings may be added to the list of buildings,

at any point during the contract, as required by the City. A monthly cost for

each additional building will be negotiated with the contractor.



The contract term is for a two-year period with an option to renew for three

additional twelve-month periods. Renewal of the contract is contingent upon

the mutual agreement of the City and the contracted vendor.



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

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

Georgia Procurement Registry, and DemandStar. Five bids were received on July

23, 2014. This bid has been advertised, opened and reviewed. The bidders were:





Vendor

Monthly Fee

Total Estimated

Contract Value

SWGA Quick Pest Control (Leesburg, GA)

$ 1,500.00

$ 18,000.00

Rider Pest Control

(Newnan, GA)

$ 1,850.00

$ 22,200.00

Knox Pest Control

(Columbus, GA)

$ 1,904.00

$ 22,848.00

Gregory Pest Control Company, Inc.

(Greenville, SC)

$ 2,200.00

$ 26,400.00

Orkin Pest Control

(Columbus, GA)

$ 3,500.00

$ 42,000.00



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

Public Works - Facilities Maintenance ? Service Contracts,

0101-260-2700-MNTN-6513.



* * * * * *



(D) LOT CLEARING SERVICES (ANNUAL CONTRACT) ? RFB NO. 13-0030



It is requested that Council approve the contract with Absolute Quality

Landscaping (Columbus, GA). The company will be added to the current list of

contractors to provide Lot Clearing Services, on an ?as needed basis? for the

estimated annual contract value of $85,332.00.



The current Lot Clearing Services contract, approved per Resolution 94-13 on

March 12, 2013, was awarded to the following Contractors: Yardpro Lawncare &

Landscaping (Lanett, AL), as the primary contractor, and Tech O-Gram Media

(Columbus, GA), as the secondary contractor.



One of the current Contractors is unable to perform the services at this time

because his equipment was stolen. Consequently, in an effort to prevent any

delays with lot clearings, it is necessary to add a third vendor to the

contract. Absolute Quality Landscaping submitted the third lowest bid;

therefore, it is requested that they be added as a third Contractor to the

contract. Absolute has submitted their written agreement to provide the

services at the same submitted bid prices, contingent upon Council approval.



The work includes cutting and removing grass, weeds, undergrowth and other

vegetation, and removing any and all solid waste as required by law.



The contract is currently in the second year ending March 15, 2015, 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 Contractors.



Bid postcard invitations were mailed to two hundred thirty-five (235) vendors,

and bid specifications were posted on the City?s website, Georgia Procurement

Registry and DemandStar. Nine bids were received on January 23, 2013. This

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







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

Public Works - Special Enforcement ? Lot Clearing and Maintenance;

0101-260-2400-SPCL-6382.



* * * * * *



(E) BALCONY REPAIR AT THE COLUMBUS CONVENTION AND TRADE CENTER



It is requested that Council authorize the use of the Trade Center Fund Balance

to cover the cost to repair the balcony, at the Columbus Convention and Trade

Center, in the amount of $23,600.00.



On August 13, 2014, the Trade Center Authority held a special called meeting to

seek approval for the repair of portions of the northeast and southeast

exterior balcony. Hecht Burdeshaw Architects obtained quotes from the

following four (4) vendors:



Batson Cook $23,600

Pair Construction $28,550

Brasfield and Gorrie $33,980

J. Holcomb Construction $61,400



The Authority voted and accepted the quote from the low bidder, Batson Cook at

$23,600.



Project to be funded with the Trade Center Fund Balance, and will be included

in the next Budget Amendment.







?ITEM A?



A RESOLUTION



NO.______

A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH

SOUTHEASTERN SITE DEVELOPMENT, INC. (NEWNAN, GA) FOR THE INSTALLATION OR

REPLACEMENT OF BRICK PAVERS THROUGHOUT COLUMBUS-MUSCOGEE COUNTY ON AN AS-NEEDED

BASIS.



WHEREAS, an RFP was administered (RFP No. 15-0002) and proposals were received

from two offerors; and,



WHEREAS, the proposal submitted by Southeastern Site Development was

evaluated most responsive to the RFP; and,



WHEREAS, the term of 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 execute an annual

contract with Southeastern Site Development, Inc. (Newnan, GA) for the

installation or replacement of brick pavers throughout Columbus-Muscogee County

on an as-needed basis. Funds are budgeted each fiscal year for this ongoing

expense, in various accounts of the Engineering Department and the Public Works

Department.



_________________



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

held the _________ day of __________, 2014 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 THE PURCHASE OF TRAFFIC SIGN MATERIALS FROM VULCAN,

INC., (D/B/A VULCAN SIGNS) (FOLEY, AL) FOR THE ESTIMATED ANNUAL CONTRACT VALUE

OF $147,390.00.



WHEREAS, the Traffic Engineering Division, of the Engineering

Department, will use the materials for installation and maintaining traffic

signs along City owned streets within Muscogee County; and,



WHEREAS, the term of 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 purchase traffic sign

materials from Vulcan, Inc. (D/B/A Vulcan Signs) (Foley, AL) for the estimated

annual contract value of $147,390.00. Funds are budgeted each fiscal year for

this on going expense: General Fund - Engineering - Traffic Engineering ?

Operating Materials, 0101-250-2100-TRAF-6728.

______________



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

held the _________ day of ____________, 2014 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 THE EXECUTION OF A CONTRACT FOR PEST CONTROL SERVICES

WITH SWGA QUICK PEST CONTROL (LEESBURG, GA) FOR THE ESTIMATED ANNUAL CONTRACT

VALUE OF $18,000.00.



WHEREAS, the vendor will provide pest control services at 100 City owned

buildings; and, additional buildings may be added to the list of buildings, at

any point during the contract, as required by the City. A monthly cost for

each additional building will be negotiated with the contractor; and,



WHEREAS, the contract term is for a two year period with an option to renew for

three additional twelve-month periods. Renewal of the contract is contingent

upon the mutual agreement of the City and the Contractors.



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



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

pest control services with SWGA Quick Pest Control (Leesburg, GA) for the

estimated annual contract value of $18,000.00. Funds are budgeted each fiscal

year for this ongoing expense: General Fund - Public Works - Facilities

Maintenance ? Service Contracts, 0101-260-2700-MNTN-6513.



___________________



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

the _________ day of ____________, 2014 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 THE EXECUTION OF A CONTRACT WITH ABSOLUTE

QUALITY LANDSCAPING (COLUMBUS, GA) AS AN ADDITIONAL CONTRACTOR TO PROVIDE LOT

CLEARING SERVICES, ON AN ?AS NEEDED BASIS,? FOR THE ESTIMATED ANNUAL CONTRACT

AMOUNT OF $85,332.00.



WHEREAS, the work includes cutting and removing grass, weeds,

undergrowth and other vegetation, and removing any and all solid waste as

required by law; and,



WHEREAS, Absolute Quality Landscaping will be added to the current list

of contractors to provide Lot Clearing Services; and,



WHEREAS, the current Lot Clearing Services contract, approved per

Resolution 94-13 on March 12, 2013, was awarded to the following Contractors:

Yardpro Lawncare & Landscaping (Lanett, AL), as the primary contractor, and

Tech O-Gram Media (Columbus, GA), as the secondary contractor; and,



WHEREAS, the contract is currently in the second year ending March 15,

2015, 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 Contractors.



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

FOLLOWS:



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

Absolute Quality Landscaping (Columbus, GA), as an additional contractor, to

provide lot clearing services, on an ?as needed basis,? for the estimated

annual contract value of $85,332.00. Funds are budgeted each fiscal year for

this ongoing expense: General Fund - Public Works - Special Enforcement ? Lot

Clearing and Maintenance; 0101-260-2400-SPCL-6382.



______________________



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

_________ day of ____________, 2014 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 USE OF THE TRADE CENTER FUND BALANCE TO COVER THE

COST TO REPAIR THE BALCONY, AT THE COLUMBUS CONVENTION AND TRADE CENTER, IN THE

AMOUNT OF $23,600.00.



WHEREAS, on August 13, 2014, the Trade Center Authority held a special called

meeting to seek approval for the repair of portions of the northeast and

southeast exterior balcony; and



WHEREAS, Hecht Burdeshaw Architects obtained quotes from the following four (4)

vendors:

Batson Cook $23,600

Pair Construction $28,550

Brasfield and Gorrie $33,980

J. Holcomb Construction $61,400, and;



WHEREAS, the Authority voted and accepted the quote from the low

bidder, Batson Cook at $23,600.



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



That the City Manager is hereby authorized to use the Trade Center Fund

Balance to cover the cost to repair the balcony, at the Columbus Convention and

Trade Center, in the amount of $23,600.00. Project to be funded with the Trade

Center Fund Balance, and will be included in the next Budget Amendment.



_____________________________



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

the _________ day of __________, 2014 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


Back to List