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 10, 2011



Agenda Report # 638



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) EXTENDED CAB, 4X2 PICKUP TRUCKS ? RFB NO. 11-0057



It is requested that Council approve the purchase of two (2) Extended Cab, 4x2

Pickup Trucks from Prater Ford-Mercury (Calhoun, GA) in the amount of

$27,740.00.



The vehicles will be used by the Columbus Parks and Recreation Department.

These units are replacement vehicles.



Bid postcard invitations were mailed to one hundred seventy-five vendors and

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

the Georgia Procurement Registry. Five bids were received on April 13. This

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

Vendors Manufacturer/Model Unit Price Total Price

(2 Units)



Prater Ford-Mercury (Calhoun, GA) 2011 Ford Ranger XL $13,870.00 $27,740.00

Summerville Ford (Summerville, SC)1 2011 Ford Ranger $13,531.00 $27,062.00

Allan Vigil Ford (Morrow, GA) 2011 Ford Ranger $14,097.00 $28,194.00

Rivertown Ford (Columbus, GA) 2011 Ford Ranger Supercab XL $14,754.00 $29,508.00

Jay Buick GMC Inc. (Columbus, GA) 2011 GMC Canyon $16,492.00 $32,984.00

1Summerville Ford did not provide the required product literature and warranty

information, and therefore, were deemed incomplete.

The Georgia Statewide Contract price for this vehicle is $14,440.00.



Funds are budgeted in the FY11 Budget: Special Proj ? Capital Proj Fund ?

Capital Projects ? Gen Fund Supported Cap Project ? Capital Expend ? Over

$5,000 ? Vehicle Replacement; 0508-660-1000-CPGF-7761-22175-20110.







(B) CARPET (ROLL & TILE) & CARPET INSTALLATION (ANNUAL CONTRACT) ? RFB NO.

11-0058



It is requested that Council approve the purchase of carpet (roll & tile) and

carpet installation services from Huckaby Brothers (Phenix City, AL) on an ?as

needed basis.? The roll and tile carpet will be replacement and new carpet

installations in various offices as a result of the renovations in City

Government buildings. The estimated annual contract value is $40,000.00.



The term of 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.



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

Registry. Three bids were received on April 20, 2011. The bids have been

advertised, opened and reviewed. The bidders were:







Funds are budgeted each fiscal year for this on going expense for various

departments: General Fund ? Public Services ? Other Maintenance & Repairs ?

Building Maintenance-Parks & Recreation, 0101-260-3710-REPA-6527; General Fund

? Public Services ? Other Maintenance & Repairs ? Building Maintenance-Public

Safety, 0101-260-3710-REPA-6528; General Fund ? Public Services ? Other

Maintenance & Repairs ? Building Maintenance-General Government,

0101-260-3710-REPA-6529



* * * * * *



(C) EMERGENCY PURCHASE ? FULL SIZE 4x2 TAHOE SPORT UTILITY VEHICLES



It is requested that Council approve payment for the emergency purchase of

three (3) full size 4x2 Tahoe sport utility vehicles from the Georgia

Department of Public Safety, 1122 Procurement Program, in the amount of

$74,553.15.



The State and Local Equipment Procurement Program (1122 Procurement Program)

was established by Section 1122 of the fiscal year 1994 National Defense

Authorization Act. It authorizes state and local government agencies to

purchase equipment through certain Federal procurement channels equipment for

counter-drug, homeland security, and emergency response activities. These

Federal procurement channels include the U.S. General Services Administration?s

(GSA) Multiple Awards Schedule (MAS) Program.



The sport utility vehicles will be used by the Columbus Police Department. 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 April 29, 2011 in order to place the order by the

deadline.



Funds are budgeted in the FY11 Budget: LOST - Public Safety Fund ? Police ?

Public Safety-LOST ? Automobiles; 0102 ? 400 ? 9900 ? LOST ? 7721.





* * * * * *



(D) WILSON CAMP (SATILLA) LANDFILL CLOSURE ? RFB NO. 11-0049



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

with Southeast Environmental Contracting, Inc., in the amount of $5,179,805.00

for closure of the Wilson Camp (Satilla) Landfill.



The project consists of constructing and installing a polymeric marine

mattress, clearing and grubbing, re-grading of slopes, disposal of waste

material excavated, providing and placement of soils for 24-inch final cover,

permanent grassing, erosion and sedimentation measures, permanent access road

construction, and resurfacing and repairing the existing asphalt.



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

specifications were posted on the web pages of the Purchasing Division and the

Georgia Procurement Registry. A Mandatory Pre-Bid Conference/Site Visit was

held on March 25, 2011; twenty-one vendors were represented at the

conference/site visit. Seven bids were received on April 27, 2011. This bid

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





BIDDERS TOTAL BID

Southeast Environmental Contracting, Inc. (Hahira, GA) $ 5,179,805.00

Cooper Barnette & Page, Inc. (Statham, GA) 5,398,836.83

Southeastern Site Development, Inc. (Newnan, GA) 5,827,044.00

McMath-Turner Construction Company (Columbus, GA) 6,062,856.00

Griffin-Folsom Construction, LLC (Cordele, GA) 7,427,765.00

Morgan Corporation (Duncan, SC) 8,997,990.00

Jasper Grading & Pipeline, Inc. (Cumming, GA) 11,673,023.00





Funds are budgeted in the FY11 Budget: 1999 SPLOST Oxbow Meadows ? General

Construction ? Old Camp Closure-Oxbow Meadows;

0540-695-2135-TXOM-7661-50610-20110. Plus in FY12, $179,805 in Excess SPLOST

proceeds.

(E) TRAFFIC SIGNAL CONTRACTOR (ANNUAL CONTRACT) ? RFP NO. 11-0012



It is requested that Council approve the procurement of traffic signal

contractor services from Signal One (Shiloh, GA). The traffic signal

contractor will perform work for the City on an annual ?as needed basis?. The

Traffic Engineering Division of the City will prepare the traffic signal design

plans and procure some of the equipment and supplies. The primary traffic

signal work will be the construction of new traffic signal installations, with

the remaining work including the upgrade of signal equipment at existing

traffic signal locations.



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

four (4) additional twelve-month periods. Contract 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. Three proposals were received, January 21, 2011, from the following

offerors.



Signal One (Shiloh, GA)

World Fiber Technologies (Alpharetta, GA)

R.J. Haynie & Associates, Inc. (Lake City, GA)



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

representatives from Traffic Engineering Division, Information Technology

Department and Public Services Department. A Representative from Traffic

Engineering served in an advisory position and was not a voting member. During

the evaluation process, Signal One was deemed the most responsive to the RFP.



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. 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 on going expense: Paving Fund ?

Capital Projects ? Paving Supported Capital Projects ? LED Signal Heads;

0508-660-3000-CPPF-6319 ? 20759 - 20110.



* * * * * * * *



(F) STORMWATER PIPE REHABILITATION/REPAIR SETTLEMENT AGREEMENT REGARDING 4240

MERITAS DRIVE



It is requested that Council authorize the City Manager and Director of

Engineering to execute an appropriate contract to perform stormwater pipe

rehabilitation and repair at 4240 Meritas Drive, and to execute the settlement

agreement between Columbus, Georgia, Cheraqui Corporation, Norfolk Southern

Railway company, and Central of Georgia Railroad company. To repair the

stormwater pipe sinkhole at 4240 Meritas Drive, the City will utilize one of

its pre-approved stormwater pipe contractors to rehabilitate/repair the damaged

stormwater pipe, for the estimated amount of $25,000, plus any additional cost

for unforeseen contingencies. Such repair shall constitute a settlement of all

litigation between the above-named parties



Funds are available in the FY11 Budget: Special Project/Capital Project Fund ?

Capital Projects ? Sewer Fund Supported Capital Projects ? Other Equipment ?

Pipe Rehabilitation; 0508-660-2000-CPSF-7622-20770-20110

?ITEM A?



A RESOLUTION



NO._______





A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) EXTENDED CAB, 4x2 PICKUP

TRUCKS FROM PRATER FORD-MERCURY (CALHOUN, GA), IN THE AMOUNT OF $27,740.00.



WHEREAS, the units are replacement vehicles. The vehicles will be used by the

Columbus Parks and Recreation Department.



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



That the City Manager is hereby authorized to purchase two (2) Extended Cab,

4x2 Pickup Trucks from Prater Ford-Mercury (Calhoun, GA) in the amount of

$27,740.00. Funds are budgeted in the FY11 Budget: Special Proj ? Capital

Proj Fund ? Capital Projects ? Gen Fund Supported Cap Project ? Capital Expend

? Over $5,000 ? Vehicle Replacement; 0508-660-1000-CPGF-7761-22175-20110.

__________________



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 THE PURCHASE OF CARPET (ROLL & TILE) AND

CARPET INSTALLATION SERVICES ON AN ?AS NEEDED BASIS? FROM HUCKABY BROTHERS

FLOOR COVERING (PHENIX CITY, AL) FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$40,000.00.



WHEREAS, the roll and tile carpet will be for replacement and new

carpet installations in various offices as a result of the renovations in City

Government buildings; and,



WHEREAS, the term of 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 purchase carpet (Roll &

Tile) and carpet installation services on an ?as needed basis? from Huckaby

Brothers Floor Covering (Phenix City, AL) for the estimated annual contract

value of $40,000.00. Funds are budgeted each fiscal year for this on going

expense for various departments: General Fund ? Public Services ? Other

Maintenance & Repairs ? Building Maintenance-Parks & Recreation,

0101-260-3710-REPA-6527; General Fund ? Public Services ? Other Maintenance &

Repairs ? Building Maintenance-Public Safety, 0101-260-3710-REPA-6528; General

Fund ? Public Services ? Other Maintenance & Repairs ? Building

Maintenance-General Government, 0101-260-3710-REPA-6529

________________



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 APPROVING PAYMENT FOR THE EMERGENCY PURCHASE OF THREE FULL SIZE

4X2 TAHOE SPORT UTILITY VEHICLES FROM THE GEORGIA DEPARTMENT OF PUBLIC SAFETY,

VIA THE 1122 PROCUREMENT PROGRAM, IN THE AMOUNT OF $74,553.15.



WHEREAS, the Full Size 4x2 Tahoe Sport Utility Vehicles will be used by the

Columbus Police Department; and,



WHEREAS, the State and Local Equipment Procurement Program (1122

Procurement Program) was established by Section 1122 of the fiscal year 1994

National Defense Authorization Act. It authorizes state and local government

agencies to purchase equipment through certain Federal procurement channels

equipment for counter-drug, homeland security, and emergency response

activities. These Federal procurement channels include the U.S. General

Services Administration?s (GSA) Multiple Awards Schedule (MAS) Program; 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 April 29, 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 render payment for the

Emergency Purchase of three (3) Full Size 4x2 Tahoe Sport Utility Vehicles from

the Georgia Department of Public Safety, 1122 Procurement Program, in the

amount of $74,553.15. Funds are budgeted in the FY11 Budget: LOST-Public

Safety Fund ? Police ? Public Safety-LOST ? Automobiles, 0102 ? 400 ? 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 D?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT SOUTHEAST

ENVIRONMENTAL CONTRACTING, INC., IN THE AMOUNT OF $5,179,805.00 FOR CLOSURE OF

THE WILSON CAMP (SATILLA) LANDFILL.



WHEREAS, the project consists of constructing and installing a

polymeric marine mattress, clearing and grubbing, re-grading of slopes,

disposal of waste material excavated, providing and placement of soils for

24-inch final cover, permanent grassing, erosion and sedimentation measures,

permanent access road construction, and resurfacing and repairing the existing

asphalt.



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



That the City Manager is hereby authorized to execute a construction

contract with Southeast Environmental Contracting, Inc., in the amount of

$5,179,805.00 for closure of the Wilson Camp (Satilla) Landfill. Funds are

budgeted in the FY11 Budget: 1999 SPLOST Oxbow Meadows ? General Construction

? Old Camp Closure-Oxbow Meadows; 0540-695-2135-TXOM-7661-50610-20110. Plus in

FY12, $179,805 in Excess SPLOST proceeds.



_________





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 CONTRACT WITH SIGNAL ONE (SHILOH,

GA) FOR TRAFFIC SIGNAL SERVICES ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 11-0012) and three proposals were

received; and,



WHEREAS, the proposal submitted by Signal One met all proposal requirements and

was evaluated most responsive to the RFP; and,



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

four (4) additional twelve-month period, if agreeable to both parties.



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



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

Signal One (Shiloh, GA) for traffic signal services. Funds are budgeted each

fiscal year for this ongoing expense: Paving Fund ? Capital Projects ? Paving

Supported Capital Projects ? LED Signal Heads; 0508-660-3000-CPPF-6319 ? 20759

- 20110.



________



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 CITY MANAGER AND DIRECTOR OF ENGINEERING TO

EXECUTE AN APPROPRIATE CONTRACT TO PERFORM STORMWATER PIPE REHABILITATION AND

REPAIR AT 4240 MERITAS DRIVE, AND TO EXECUTE THE SETTLEMENT AGREEMENT BETWEEN

COLUMBUS, GEORGIA, CHERAQUI CORPORATION, NORFOLK SOUTHERN RAILWAY COMPANY, AND

CENTRAL OF GEORGIA RAILROAD COMPANY. TO REPAIR THE STORMWATER PIPE SINKHOLE AT

4240 MERITAS DRIVE, THE CITY WILL UTILIZE ONE OF ITS PRE-APPROVED STORMWATER

PIPE CONTRACTORS TO REHABILITATE/REPAIR THE DAMAGED STORMWATER PIPE, FOR THE

ESTIMATED AMOUNT OF $25,000, PLUS ANY ADDITIONAL COST FOR UNFORESEEN

CONTINGENCIES. SUCH REPAIR SHALL CONSTITUTE A SETTLEMENT OF ALL LITIGATION

BETWEEN THE ABOVE-NAMED PARTIES



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



That the City Manager and the Engineering Director are hereby authorized to

execute an appropriate contract to perform stormwater pipe rehabilitation and

repair at 4240 Meritas Drive, and to execute the settlement agreement between

Columbus, Georgia, Cheraqui Corporation, Norfolk Southern Railway company, and

Central of Georgia Railroad company. To repair the stormwater pipe sinkhole at

4240 Meritas Drive, the City will utilize one of its pre-approved stormwater

pipe contractors to rehabilitate/repair the damaged stormwater pipe, for the

estimated amount of $25,000, plus any additional cost for unforeseen

contingencies. Such repair shall constitute a settlement of all litigation

between the above-named parties. Funds are available in the FY11 Budget:

Special Project/Capital Project Fund ? Capital Projects ? Sewer Fund Supported

Capital Projects ? Other Equipment ? Pipe Rehabilitation;

0508-660-2000-CPSF-7622-20770-20110.



__________



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