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



February 10, 2009



Agenda Report # 354



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department

_____________________________________________________________________________



(A) PAYMENT FOR MAINTENANCE SERVICES FOR HVAC MANAGEMENT SYSTEM AT GOVERNMENT

CENTER



It is requested that Council approve payment to Southland Technologies

(Sylvester, Georgia) in the amount of $11,400.00, for HVAC management system

maintenance services performed at the Government Center.

The vendor performed maintenance on the HVAC management system, including:

recalibration the HVAC control components and verifying correct operation of

the energy management system as a whole. Southland Technologies originally

installed the HVAC management system; therefore, they are the only source known

to perform the maintenance.

Funds are budgeted in the FY09 Budget: General Fund ? Public Services ? Other

Maintenance/Repairs ? Building Maintenance/General Government-Government Center

10th Street; 0101-260-3710-REPA-6529.02.

* * * * * * *



(B) GPS SYSTEM ? RFP NO. 09-0008



It is requested that Council authorize the purchase of a GPS/GNSS Dual

Frequency/Rover/Base Station System with Data Collector and operating software

for the Columbus Consolidated Government, from Allen Precision Equipment. The

GPS system is a surveying instrument that will be used at the landfill for the

storm sewer inventory, etc.



Requests for proposal invitations were mailed to one hundred, forty-four

vendors. This RFP has been advertised and posted on the City?s web page.

Proposals were received on October 24, 2008 from three offerors:



Allen Precision Equipment (Duluth, GA)

Earl Dudley (Birmingham, AL)

Duncan Parnell (Norcross, GA)





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

representatives from the Highways and Roads, GIS and Drainage Divisions of the

Engineering Department. A Representative from the Stormwater Division, of the

Engineering Department, served in an advisory capacity.

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, negotiations will begin

with the next responsive offeror. Evaluation results and cost information has

been submitted to the City Manager in a separate memo, for informational

purposes.

Funds in the amount of $35,000.00 are pending FY08 carryover: Paving Fund ?

Engineering ? Highways & Roads ? Capital Expenditures over $5,000.00;

0203-250-2200-ROAD-7761 and Funds in the amount of $15,000.00 are pending FY08

carryover: Sewer Fund ? Engineering ? Drainage ? Promotion & Advertising

Services; 0202-250-2300-DRAN-6713.

* * * * * * * *



(C) CONSULTING SERVICES FOR HISTORIC DESIGN GUIDELINES ? RFP NO. 09-0001

It is requested that Council authorize the execution of a contract with MACTEC

Engineering and Consulting, Inc., for consulting services for historic design

guidelines.



MACTEC Engineering and Consulting, Inc., will update and reformat the existing

Design Guidelines used for approval of Certificate of Appropriateness in the

locally designated historic districts. This project does not call for entirely

new sets of guidelines. Instead, MACTEC Engineering and Consulting, Inc., will

work with and refine existing guidelines creating opportunities for

interpretations that are more specific, color renderings, digitalization, and

other tools.

The updated guidelines should provide information and examples pertinent to all

the historic districts in the community. The guidelines should address

different periods of residential architecture; should be focused on Columbus?s

historic resources; and should be easily understood by citizens throughout the

community.



Requests for proposal were mailed to one hundred ninety-four vendors. This RFP

has been advertised and posted on the City?s webpage. Additionally,

specifications were posted on the webpage of the American Planning

Association. Proposals were received on November 5, 2008 from seven offerors:



MACTEC Engineering and Consulting, Inc. (Kennesaw, GA)

Allison Ramsey Architects (Beaufort, SC)

*Gray & Pape, Inc. (Richmond, VA)

The Jaeger Company (Gainesville, GA)

Jordan, Jones & Goulding (Columbus, GA)

*Lord, Aeck & Sargent, Inc. (Atlanta, GA)

The Walker Collaborative (Nashville, TN)



*The proposals received from Gray & Pape and Lord, Aeck & Sargent did not

include acknowledgement of receipt of the two (2) addenda, which included

pertinent project and submittal information. Therefore, the firms? proposals

were deemed incomplete and were not forwarded to the Evaluation Committee for

review.



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

representatives from the Planning Department. Representatives from the Board

of Historical and Architectural Review and additional representatives from the

Planning Department served in advisory capacities. On January 15, 2009, the

five (5) responsive firms provided presentations of their proposals.



The City?s Procurement Ordinance, Article 3-111, Architectural/Engineering and

Land Surveying 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, negotiations will begin with the next responsive offeror. Evaluation

results and cost information has been submitted to the City Manager in a

separate memo, for informational purposes.



Funds are available from the Historic Preservation Fund Grant and the FY09

Budget: Multi-Government Project Fund ? Planning ? Historic Preservation Grant

- Consulting; 0216-242-2300-HISP-6316.



ITEM "A?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING PAYMENT TO SOUTHLAND TECHNOLOGIES (SYLVESTER, GEORGIA)

IN THE AMOUNT OF $11,400.00, FOR HVAC MANAGEMENT SYSTEM MAINTENANCE SERVICES

PERFORMED AT THE GOVERNMENT CENTER.



WHEREAS, the vendor performed maintenance on the HVAC management

system, including: recalibration the HVAC control components and verifying

correct operation of the energy management system as a whole; and,



WHEREAS, Southland Technologies originally installed the HVAC

management system; therefore, they are the only source known to perform the

maintenance.



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

FOLLOWS:

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

Technologies (Sylvester, Georgia) in the amount of $11,400.00, for HVAC

management system maintenance services performed at the Government Center.

Funds are budgeted in the FY09 Budget: General Fund ? Public Services ? Other

Maintenance/Repairs ? Building Maintenance/General Government-Government Center

10th Street; 0101-260-3710-REPA-6529.02.

.

_______________



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

held the _________ day of ________________, 2009 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 __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

ITEM "B?



A RESOLUTION

NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF A GPS/GNSS DUAL FREQUENCY/ROVER/BASE

STATION SYSTEM WITH DATA COLLECTOR, OPERATING SOFTWARE AND ONE AUTODESK CIVIL

3D 2007 NETWORK SOFTWARE WITH SURVEY PACKAGE FOR THE COLUMBUS CONSOLIDATED

GOVERNMENT, FROM ALLEN PRECISION EQUIPMENT.



WHEREAS, the GPS system is a surveying instrument that will be used at

the landfill for the storm sewer inventory, etc.; and,



WHEREAS, an RFP was administered (RFP No. 09-0008) and three proposals were

received; and,



WHEREAS, the proposal submitted by Allen Precision Equipment met all proposal

requirements and is deemed most responsive to the RFP.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase a GPS/GNSS Dual

Frequency/Rover/Base Station System with Data Collector, operating software and

one AutoDesk Civil 3D 2007 Network Software with Survey Package for the

Columbus Consolidated Government, from Allen Precision Equipment. Funds in

the amount of $35,000.00 are pending FY08 carryover: Paving Fund ? Engineering

? Highways & Roads ? Capital Expenditures over $5,000.00;

0203-250-2200-ROAD-7761 and Funds in the amount of $15,000.00 are pending FY08

carryover: Sewer Fund ? Engineering ? Drainage ? Promotion & Advertising

Services; 0202-250-2300-DRAN-6713.

____________________



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

the _________ day of _______________, 2009 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 __________.



_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

ITEM "C?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH MACTEC

ENGINEERING AND CONSULTING, INC., FOR CONSULTING SERVICES FOR HISTORIC DESIGN

GUIDELINES.



WHEREAS, an RFP was administered (RFP No. 09-0001) and seven proposals were

received; and,



WHEREAS, the proposal submitted by MACTEC Engineering and Consulting, Inc., met

all proposal requirements and is deemed most responsive to the RFP.



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

FOLLOWS:



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

MACTEC Engineering and Consulting, Inc., for consulting services for historic

design guidelines. Funds are available from the Historic Preservation Fund

Grant and the FY09 Budget: Multi-Government Project Fund ? Planning ? Historic

Preservation Grant - Consulting; 0216-242-2300-HISP-6316.

___________________



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

the _________ day of ______________, 2009 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 __________.



_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

Attachments


No attachments for this document.

Back to List