Agenda Item # 5
Columbus Consolidated Government
Council Meeting
December 13, 2011
Agenda Report # 723
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) DESIGN/BUILD SERVICES FOR CUSSETA ROAD PEDESTRIAN BRIDGE ? RFP NO. 12-0003
It is requested that Council authorize the negotiation of an Agreement for
Construction Services with Brasfield & Gorrie / Thomas & Hutton, implementing
the design/build project delivery method, for the construction of a pedestrian
bridge on Cusseta Road.
The project site is located between Cusseta Road and Martin Luther King Jr.
Boulevard. The bridge passes over the Norfolk-Southern Railroad right-of-way
and the project will include demolition of the existing bridge that exists at
that location. The project will be executed in two phases: The Design Phase
and the Demolition and Construction Phase.
The team of Brasfield & Gorrie / Thomas & Hutton will be responsible for the
development and production of all structural, civil and minor electrical
engineering, construction documents and/or shop drawings required for all
approvals, permitting and construction of the project. Brasfield & Gorrie /
Thomas & Hutton will provide all design drawings for the project; the drawings
will be sealed by engineers licensed in the state of Georgia. The scope of work
will include the following:
Coordination with the Owner?s duly authorized agent(s) and with the duly
authorized agent of Norfolk-Southern Railroad.
Responsibility for conformance to all applicable codes, regulations and
ordinances.
Demolition of the existing bridge structure, foundations and walks prior to
commencement of the new construction work.
Construction of the new bridge project including site preparation, erosion
control, grading and drainage, construction of all concrete walks and ramp
approaches and procurement/installation and construction of all bridge
components including screening, lighting and minor landscaping.
Conceptual Design Drawings developed by Ken Levy - Architect delineate the
project requirements in terms of circulation, layout, dimensional requirements,
accessibility, structure types, basic materials, special features, and
architectural character. Civil and structural engineering, construction and
connection details, member sizes, foundation design, and methods of execution
are left to Brasfield & Gorrie / Thomas & Hutton to determine. Recommended
Guide Specifications and other technical criteria are included in the
drawings.
RFP postcard invitations were mailed to one hundred and fifty-two vendors, and
complete specifications were posted on the web pages of the Purchasing Division
and the Georgia Procurement Registry. This RFP has been advertised, opened and
evaluated. Proposals were received on September 7, 2011 from the following
four offerors:
Brasfield& Gorrie (Columbus, GA) / Thomas & Hutton (Savannah, GA)
Cline Service Corporation (Columbus, GA)
J. M. Wilkerson Construction Co., Inc. (Marietta, GA) / Atkins (Atlanta, GA)
Pound Construction Co., Inc. (Columbus, GA) / KYCA, Inc. (Chamblee, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from the Engineering Department and the Muscogee County School
District. Ken Levy and a representative from the Traffic Engineering Division
served in non-voting, advisory capacities.
During the evaluation process, the team of Brasfield & Gorrie / Thomas & Hutton
was deemed most responsive to the RFP. The RFP process is governed by the
City?s Procurement Ordinance, Articles 3-110 and 3-111, Competitive Sealed
Proposals for the procurement of Equipment, Supplies and Professional Services
and Architectural/Engineering and Land Surveying Services. 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, negotiation will begin with the next responsive
offeror. Evaluation results have been submitted to the City Manager in a
separate memo for informational purposes.
Funds are budgeted in the FY12 Budget: 1999 Sales Tax Project Fund ?
Road/Street/Bridge ? General Construction ? Pedestrian Bridges;
0540-695-2126-TXRB-7661-53035-20120 and Tax Lease Revenue Bonds/1999c ? CBA ?
General Construction ? Cusseta Road Pedestrian Bridge Enterprise Zone;
0551-200-2432-CBA-7661-40209-20110
(B) 2011 CUT AND COVER PROJECT ? 2ND AVENUE & 11TH STREET; 17TH AVENUE; AND
ROBERT E. LEE DRIVE ? RFB NO. 12-0020
It is requested that Council authorize the execution of a construction contract
with Southeastern Site Development, Inc., in the amount of $1,505,263.19, for
the 2011 Cut and Cover Project - 2nd Avenue and 11th Street, 17th Avenue, and
Robert E. Lee Drive.
The project consists of sewer and water system improvements including but not
limited to approximately 640 feet of 8-foot by 4-foot box culvert; 315 feet of
60-inch gravity sewer; 280 feet of 42-inch gravity sewer; 220 feet of 36-inch
gravity sewer; 250 feet of 30-inch gravity sewer; 25 feet of 24-inch gravity
sewer; 25 feet of 18-inch gravity sewer; 45 feet of 15-inch gravity sewer; 80
feet of 16-inch gravity sewer; 125 feet of 10-inch gravity sewer; 75 feet of
8-inch gravity sewer; 60 feet of 6-inch water main; 440 feet of 18-inch Cured
in Place Pipe lining; 400 feet of 38-inch by 47-inch Cured in Place Pipe
lining; 55 feet of 43-inch by 54-inch Cured in Place Pipe ling; 390 feet of
54-inch Cured in Place Pipe lining; road reconstruction; erosion and
sedimentation control; and all associated restoration connections and
appurtenant work.
Bid postcard invitations were mailed to sixty-two vendors and specifications
were posted on the web pages of the Purchasing Division and Georgia Procurement
Registry. Six bids were received on November 9, 2011. This bid has been
advertised, opened and reviewed. The bidders were:
Contractor Total Bid
Southeastern Site Development (Newnan, GA) $ 1,505,263.19
Best Backhoe Services (Ft. Mitchell, AL) 1,735,833.26
Reynolds, Inc. (Fairburn, GA) 2,035,736.00
Ruby-Collins, Inc. (Smyrna, GA) 2,398,302.80
RDJE, Inc. (Newnan, GA) 2,463,108.00
Alexander Contracting Company, Inc. (Columbus, GA) 2,677,045.87
Funds are budgeted in the FY12 Budget: Sewer Fund Supported Capital Projects ?
Drainage/Street Improvements ? 2nd Avenue; 0508-660-2000-CPSF-7622-21112-20120,
Sewer Fund Supported Capital Projects ? Drainage/Street Improvements ? Robert
E. Lee Drive; 0508-660-2000-CPSF-7622-20789-20120, and LOST-Infrastructure ?
Engineering-Highways & Roads ? Drainage/Street Improvements ? 17th Avenue
Rehab; 0109-250-9901-ROAD-7622-94002-20110.
(C) CONTRACT AMENDMENT FIVE FOR ?CM/GC AT RISK? FOR CITY SERVICE CENTER ? RFP
NO. 11-0002
It is requested that Council authorize the execution of Amendment Five to the
City Service Center Complex contract, with Brasfield & Gorrie, for the purpose
of including a Guaranteed Maximum Price of $495,074.00 for constructing a City
street between Rigdon Road and Boxwood Boulevard.
Per Resolution No. 437-10, Council authorized the negotiation of an agreement
for construction services with Brasfield & Gorrie / Humphrey?s Associates,
using the ?Construction Management / General Contractor at Risk (CM/GC)?
project delivery method, for the construction of the City Service Center
Complex.
Contract Amendment Five is for the construction of a Perimeter Road (a City
street that will be located partially adjacent to the City Service Center) from
Rigdon Road to Boxwood Boulevard. It was deemed best to construct the City
street in conjunction with the development of the City Service Center Complex
since there are grading issues to be encountered that relate to the completion
of both projects.
A CM/GC is the best means of ensuring that the street construction will be
performed in a timely and efficient manner. The time of completion for the
street construction will be in conjunction with the development of the City
Service Center Complex.
The City has reviewed and approved the street construction drawings prepared by
French & Associates and the four price quotes obtained from Brasfield &
Gorrie. The tabulation of quotes is attached:
Document Description Amount
Original Contract Construction of City Service Center
Maximum Stipulated Price is $28,330,000.00 $ 28,330,000.00
Amendment One Increased Maximum Stipulated Price from $28,330,000.00 to
$30,778,540.00 2,448,540.00
Amendment Two Established additional Maximum Stipulated Price for CM/GC services
for needed restoration work at the Annex Building 600,000.00
Amendment Three Established Guaranteed Maximum Price for City Service Center 30,778,540.00
Amendment Four Established Guaranteed Maximum Price for restoration work at the
Annex Building 596,681.00
Amendment Five Construction of Perimeter Road
Established Guaranteed Maximum Price 495,074.00
Funds are budgeted in the FY12 Budget: 2010 CBA Bonds ? Road/Street
Resurface/Construction ? 2010 CBA City Service Center ? Road Improvements;
0559-800-2160-BACS-7643-82006-20100.
(D) RADAR/SPEED LASERS CERTIFICATION FOR PUBLIC SAFETY DEPARTMENTS (ANNUAL
CONTRACT) ? RFB NO. 12-0019
It is requested that Council approve the execution of an annual contract with
McLaggan Communications & Radar Service, Inc., (Hahira, GA) to provide
certification services for radars and speed lasers for the estimated annual
contract value of $10,260.00.
The Contractor shall furnish all labor, materials, supplies, supervision and
transportation to provide certification services for the radars and speed
lasers currently utilized by Columbus Consolidated Government Public Safety
Departments.
The contract term will be for two years, with the option to renew for three
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the City and the contracted vendor.
Bid postcard invitations were mailed to forty-eight vendors and specifications
were posted on the web pages of the Purchasing Division and Georgia Procurement
Registry. Seven bids were received on November 16, 2011. This bid has been
advertised, opened and reviewed. The bidders were:
McLaggan Communications & Radar Service, Inc. (Hahira, GA) $ 10,260.00
Interceptor Public Safety Products (Forsyth, GA) $ 13,410.10
Central Communications (Cullman, AL) $ 15,407.50
West Chatham Warning Devices (Preston, GA) $ 15,633.00
Kustom Signals, Inc. (Lenexa, KS) $ 16,035.00
Com Services (Harrisburg, WA) $ 16,084.00
Communications International (Vero Beach, FL) $ 21,572.00
Funds are budgeted each fiscal year for this on-going expense: General Fund ?
Police ? Support Services ? Miscellaneous Equipment Maintenance;
0101-400-2200-STAF-6519; Municipal Court ? Marshal ? Operating Materials;
0101-530-3000-MRSH-6728, Sheriff ? Operations ? Operating Materials;
0101-550-2100- SPTL - 6728.
* * * * * * * * *
(E) TIRE LEASING SERVICES (ANNUAL CONTRACT) ? RFB NO. 12-0017
It is requested that Council approve the contract for tire leasing services
from Goodyear Tire & Rubber Company for the estimated contract value of
$308,525.64. METRA Transit System currently has thirty-nine (39) buses in
service. The estimated contact value is based on past usage of the current
contract for tire leasing services. METRA Transit System will utilize the tire
leasing services for the provision and maintenance of tires for the bus fleet.
The term of the contract is for a period of two years, with the option to renew
for three (3) additional twelve-month periods. Notice of intent to renew will
be given to the contractor in writing by the City Purchasing Manager, not less
than ninety (90) days before the expiration date of the current contract. This
notice shall not be deemed to commit the City to a Contract renewal. Option
year prices must remain as originally bid. The City reserves the right to
re-bid the contract, if the vendor does not agree to retain the option year
prices submitted in the original bid. The renewal will be based solely upon
the mutual agreement of both parties, the Columbus Consolidated Government and
the Contractor.
Bid postcards were mailed to twenty-four (24) vendors, and the RFB
specifications were posted on the Georgia Procurement Registry and the City?s
websites. Two bids were received on November 9, 2011. This bid has been
advertised, opened and evaluated. The bidders were:
Funds are budgeted each fiscal year for this ongoing expense: Transportation
Fund - Transportation- FTA ? METRA FTA - Tire Leasing; 0751-610-2400-MFTA-6545.
* * * * * *
(F) READY MIX CEMENT (ANNUAL CONTRACT) (NAME CHANGE) ? RFB NO. 11-0026
It is requested that Council approve the annual contract for the purchase of
ready mix cement with Argos Ready Mix LLC.
The contract for ready mix cement was awarded to LaFarge North America, per
Resolution No. 47-11 on February 2, 2011. On October 3, 2011, Ready Mix Cement
services were officially acquired from LaFarge North America by Argos Ready Mix
LLC. Argos Ready Mix LLC has agreed to honor the terms of the contract.
The contract is currently in its initial contract period of the awarded
contract, which was for two (2) years with the option to renew for three (3)
additional twelve-month periods. There will be no change to the end date of the
contract term.
Funds will be budgeted each fiscal year for this on going expense: Various
Accounts ? Operating Materials ? 6728.
* * * * * *
(G) FULL-SIZE, 4-DOOR SEDANS (CHEVROLET IMPALAS, OR EQUIVALENT) ? RFB NO.
12-0022
It is requested that Council authorize the purchase of fifteen (15) Full-Size,
4-Door Sedans (Chevrolet Impalas, or Equivalent), from Hardy Chevrolet Pontiac
Buick Inc., (Dallas, GA) in the amount of $261,645.00 ($17,443.00 per unit).
The vehicles will be used by the Columbus Police Department as administrative
vehicles. These are replacement vehicles approved in the FY12 Budget.
Bid postcard invitations were mailed to sixty vendors and bid specifications
were posted on the web page of the Purchasing Division and the Georgia
Procurement Registry. Twelve bids were received on December 7, 2011. This bid
has been advertised, opened and reviewed. The bidders were:
1 The bid submitted by Stivers Ford was incomplete due to missing product
literature.
2 Mall of Georgia Ford withdrew their bid.
The Georgia Statewide Contract price for a 2012 Chevrolet Impala is $17,443.00.
Funds are budgeted in the FY12 Budget: LOST-Public Safety ? Police ? Public
Safety-LOST ? Automobiles; 0102 ? 400 ?9900 ? LOST ? 7721.
* * * * * *
(H) RETAIL SPACE FOR PARK & RIDE AT THE TALBOTTON ROAD/MANCHESTER
EXPRESSWAY LOCATIONS (ANNUAL CONTRACT) - RFP NO. 12-0005
It is requested that Council approve the contract with Casey?s Enterprises,
Inc. D/B/A Bikes & Beyond (Fort Benning, GA) to occupy the retail space within
the new (Rails-to-Trails) Park and Ride location, located at 3690 Manchester
Expressway.
The vendor will provide the following services:
- Minor bicycle repairs and rental of bicycles, bicycle trailers,
bicycle pull a-longs and helmets for Rails-to-Trails at the Manchester
Expressway location.
- Two (2) bicycle rentals daily to Public Safety Departments for
Rails-to-Trails at no cost to the City of Columbus.
- Bikes & Beyond will also sell bicycles, bicycle parts and accessories,
bicycle clothing and supplements.
- The vendor will pay a monthly lease/rental fee to occupy the building.
The initial term of the contract shall be for three years, with the option to
renew for one additional twelve-month period. Contract renewal is contingent
upon the mutual agreement of the contractor and the City.
Request for proposal invitations were mailed to fifty-four vendors and
specifications were posted on the City?s website and the Georgia Procurement
Registry. The RFP has been advertised, opened and evaluated. Proposals were
received on October 21, 2011, from the following two offerors:
Casey?s Enterprises, Inc. d/b/a Bikes & Beyond (Fort Benning, GA)
The Bike Shop of Columbus (Columbus, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from the Planning Department, Parks and Recreation Department
and one non-voting advisory committee member from the Planning Department.
During the evaluation process, the Evaluation Committee deemed the proposal
submitted by Bikes & Beyond as most advantageous to Columbus Consolidated
Government. 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 and no proposal responses are made public, due to the
possibility of negotiated components of the proposals. If Council does not
approve the recommended offeror, negotiations may begin with the next highest
ranked vendor(s) or the RFP specifications will be re-advertised. The
evaluation results and cost information has been submitted to the City Manager
in a separate memo for informational purposes.
Revenue from the lease payments will be deposited: General Fund ? Government
Wide Revenue ? Rental Lease/Income; 0101-099-1999-REVN-4878.
?ITEM A?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING NEGOTIATION OF AN AGREEMENT FOR CONSTRUCTION
SERVICES WITH BRASFIELD & GORRIE / THOMAS & HUTTON, IMPLEMENTING THE
DESIGN/BUILD PROJECT DELIVERY METHOD, FOR THE CONSTRUCTION OF A PEDESTRIAN
BRIDGE ON CUSSETA ROAD.
WHEREAS, an RFP was administered (RFP No. 12-0003) and four proposals were
received; and,
WHEREAS, the proposal submitted by the team of Brasfield & Gorrie / Thomas &
Hutton 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 negotiate an Agreement
for Construction Services with Brasfield & Gorrie / Thomas & Hutton,
implementing the design/build project delivery method, for the construction of
a pedestrian bridge on Cusseta Road. Funds are budgeted in the FY12 Budget:
1999 Sales Tax Project Fund ? Road/Street/Bridge ? General Construction ?
Pedestrian Bridges; 0540-695-2126-TXRB-7661-53035-20120 and Tax Lease Revenue
Bonds/1999c ? CBA ? General Construction ? Cusseta Road Pedestrian Bridge
Enterprise Zone; 0551-200-2432-CBA-7661-40209-20110.
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 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 __________.
_________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM B?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH SOUTHEASTERN SITE
DEVELOPMENT, INC., IN THE AMOUNT OF $1,505,263.19, FOR THE 2011 CUT AND COVER
PROJECT ? 2ND AVENUE AND 11TH STREET; 17TH AVENUE; AND ROBERT E. LEE DRIVE.
WHEREAS, the project consists of sewer and water system improvements
including but not limited to approximately 640 feet of 8-foot by 4-foot box
culvert; 315 feet of 60-inch gravity sewer; 280 feet of 42-inch gravity sewer;
220 feet of 36-inch gravity sewer; 250 feet of 30-inch gravity sewer; 25 feet
of 24-inch gravity sewer; 25 feet of 18-inch gravity sewer; 45 feet of 15-inch
gravity sewer; 80 feet of 16-inch gravity sewer; 125 feet of 10-inch gravity
sewer; 75 feet of 8-inch gravity sewer; 60 feet of 6-inch water main; 440 feet
of 18-inch Cured in Place Pipe lining; 400 feet of 38-inch by 47-inch Cured in
Place Pipe lining; 55 feet of 43-inch by 54-inch Cured in Place Pipe ling; 390
feet of 54-inch Cured in Place Pipe lining; road reconstruction; erosion and
sedimentation control; and all associated restoration connections and
appurtenant work.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Southeastern Site Development, Inc., in the amount of $1,505,263.19, for the
2011 Cut and Cover Project on 2nd Avenue and 11th Street, 17th Avenue, and
Robert E. Lee Drive. Funds are budgeted in the FY12 Budget: Sewer Fund
Supported Capital Projects ? Drainage/Street Improvements ? 2nd Avenue;
0508-660-2000-CPSF-7622-21112-20120, Sewer Fund Supported Capital Projects ?
Drainage/Street Improvements ? Robert E. Lee Drive;
0508-660-2000-CPSF-7622-20789-20120, and LOST-Infrastructure ?
Engineering-Highways & Roads ? Drainage/Street Improvements ? 17th Avenue
Rehab; 0109-250-9901-ROAD-7622-94002-20110.
________________
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 __________.
________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM C?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF AMENDMENT FIVE TO THE CITY SERVICE
CENTER COMPLEX CONTRACT, WITH BRASFIELD & GORRIE, FOR THE PURPOSE OF INCLUDING
A GUARANTEED MAXIMUM PRICE OF $495,074.00 FOR CONSTRUCTING A CITY STREET
BETWEEN RIGDON ROAD AND BOXWOOD BOULEVARD.
WHEREAS, Per Resolution No. 437-10, Council authorized the negotiation of
an agreement for construction services with Brasfield & Gorrie / Humphrey?s
Associates, using the ?Construction Management / General Contractor at Risk
(CM/GC)? project delivery method, for the construction of the City Service
Center Complex; and,
WHEREAS, contract amendment five is for the construction of a Perimeter
Road (a City street that will be located partially adjacent to the City Service
Center) from Rigdon Road to Boxwood Boulevard. It was deemed best to
construct the City street in conjunction with the development of the City
Service Center Complex since there are grading issues to be encountered that
relate to the completion of both projects.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute Amendment Five to
the City Service Center Complex contract, with Brasfield & Gorrie, for the
purpose of including a Guaranteed Maximum Price of $495,074.00 for constructing
a City street between Rigdon Road and Boxwood Boulevard. Funds are budgeted in
the FY12 Budget: 2010 CBA Bonds ? Road/Street Resurface/Construction ? 2010
CBA City Service Center ? Road Improvements;
0559-800-2160-BACS-7643-82006-20100.
_____________
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 __________.
________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM D?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH MCLAGGAN
COMMUNICATIONS & RADAR SERVICE, INC., (HAHIRA, GA) TO PROVIDE CERTIFICATION
SERVICES FOR RADARS AND SPEED LASERS FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF
$10,260.00.
WHEREAS, the Contractor shall furnish all labor, materials, supplies,
supervision and transportation to provide certification services for radars and
speed lasers currently utilized by Columbus Consolidated Government Public
Safety Departments; and,
WHEREAS, the contract term will be for two years, with the option to
renew for three additional twelve-month periods. Contract renewal is
contingent upon the mutual agreement of the City and the contracted vendor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract with McLaggan Communications & Radar Service, Inc., to provide
certification services for radars and speed lasers for the estimated annual
contract value of $10,260.00. Funds are budgeted each fiscal year for this
on-going expense: General Fund ? Police ? Support Services ? Miscellaneous
Equipment Maintenance; 0101-400-2200-STAF-6519; Municipal Court ? Marshal ?
Operating Materials; 0101-530-3000-MRSH-6728, Sheriff ? Operations ? Operating
Materials; 0101-550-2100- SPTL - 6728.
_________________
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 __________.
________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM E?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR TIRE LEASING SERVICES FROM
GOODYEAR TIRE & RUBBER COMPANY FOR THE ESTIMATED CONTRACT VALUE OF $308,525.64
WHEREAS, Metra Transit System currently has thirty-nine (39) buses in service.
The estimated contact amount is based on past usage of the current contract for
tire leasing services; and,
WHEREAS, the tire leasing services will be utilized by METRA Transit System for
the provision and maintenance of tires for the bus fleet; and,
WHEREAS, the term of the contract is for a period of two years, with the option
to renew for three (3) additional twelve-month periods. Notice of intent to
renew will be given to the contractor in writing by the City Purchasing
Manager, not less than ninety (90) days before the expiration date of the
current contract. The City reserves the right to re-bid the contract, if the
vendor does not agree to retain the option year prices submitted in the
original bid. The renewal will be based solely upon the mutual agreement of
both parties, the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to procure tire leasing
services from Goodyear Tire & Rubber Company for the estimated contract value
of $308,525.64. Funds are budgeted each fiscal year for this ongoing expense:
Transportation Fund - Transportation- FTA ? METRA FTA - Tire Leasing;
0751-610-2400-MFTA-6545.
_______________
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 __________.
________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM F?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE CONTINUATION OF THE ANNUAL CONTRACT FOR THE
PURCHASE OF READY MIX CEMENT WITH ARGOS READY MIX LLC.
WHEREAS, LaFarge North America was awarded the contract to provide
ready mix cement to the Columbus Consolidated Government per Resolution No.
47-11 on February 2, 2011; and,
WHEREAS, on October 3, 2011, Ready Mix Cement services were officially
acquired from LaFarge North America by Argos Ready Mix LLC. Argos Ready Mix
LLC has agreed to honor the terms of the contract.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to continue the annual
contract for the purchase of ready mix cement with Argos Ready Mix LLC. Funds
will be budgeted each fiscal year for this on going expense: Various Accounts ?
Operating Materials ? 6728.
________________
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 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 __________.
________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM G?
A RESOLUTION
NO.____
A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTEEN FULL-SIZE, 4-DOOR
SEDANS (CHEVROLET IMPALAS, OR EQUIVALENT), FROM HARDY CHEVROLET PONTIAC BUICK
INC., (DALLAS, GA) IN THE AMOUNT OF $261,645.00 ($17,443.00 PER UNIT).
WHEREAS, the vehicles will be used by the Columbus Police Department as
administrative vehicles. These are replacement vehicles.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase fifteen (15)
Full-Size, 4-Door Sedans (Chevrolet Impalas, or Equivalent), from Hardy
Chevrolet Pontiac Buick Inc., (Dallas, GA) in the amount of $261,645.00
($17,443.00 per unit). Funds are budgeted in the FY12 Budget: LOST-Public
Safety ? 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 __________.
________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
?ITEM H?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE CONTRACT WITH CASEY?S ENTERPRISES, INC.
D/B/A BIKES & BEYOND (FORT BENNING, GA), TO OCCUPY THE RETAIL SPACE WITHIN THE
NEW (RAILS-TO-TRAILS) PARK AND RIDE LOCATION, LOCATED AT 3690 MANCHESTER
EXPRESSWAY
WHEREAS, an RFP was administered (RFP No. 12-0005) and two proposals
were received; and,
WHEREAS, the proposal submitted by Casey?s Enterprises, Inc. d/b/a
Bikes & Beyond was deemed most advantageous to the City; and,
WHEREAS, the term of the contract shall be for three years, with the
option to renew for one additional twelve month period. Contract renewal is
contingent upon the mutual agreement of the contractor and the City.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to enter into a contract
with Casey?s Enterprises, Inc. d/b/a Bikes & Beyond to occupy the retail space
within the new (Rails-to-Trails) Park and Ride location, located at 3690
Manchester Expressway. Revenue from the lease payments will be deposited:
General Fund ? Government Wide Revenue ? Rental Lease/Income;
0101-099-1999-REVN-4878.
_______________
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 __________.
________________________________ _____________________________
Sandra T. Davis, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor
Attachments