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



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


Back to List