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