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



October 8, 2013



Agenda Report # 40





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES FOR THE

RENOVATION AND ADDITIONS TO THE MUSCOGEE COUNTY JAIL ? RFP NO. 13-0025



It is requested that Council authorize the negotiation and execution of a

contract with Pond & Company (Norcross, GA) for professional design services

for the renovation and additions to the Muscogee County Jail.



Pond & Company will provide programming, or program verification, and the

complete schematic, design development, and construction documents required for

all upgrades and modifications to existing buildings and the work for the

addition to the Muscogee County Jail. The services provided by Pond & Company

will include: architectural, structural, mechanical, electrical, plumbing,

security design, as-built drawings, and FF&E requirements. In addition, Pond &

Company will provide construction contract administration services.



There are four buildings, a parking lot, an exercise yard, and a secure

shipping and delivery area currently located on the jail property. One of the

buildings is a stand-alone structure that is on the national historic register

and is referred to as the Columbus Stockade. This building will remain in its

current condition. The other three buildings were constructed at different

times. They are, however, connected to one another. These buildings are

referred to as the Old Jail, North Tower, and the South Tower. These four

structures make up the entire Muscogee County Jail facility currently housing

approximately 1,069 inmates.



A two-phase approach will be used for this project. One phase includes the

construction of a multi-storied housing unit and the second phase involves

replacing existing out dated systems in the North and South Towers. Additional

parking, outdoor exercise yards, etc. are not expected to be provided in this

project.



The Muscogee County Jail desires to increase the current inmate housing

capacity by four hundred to five hundred beds. It is assumed that the best

means of reaching this goal is to demolish the Old Jail, a multi storied

building, located on the West side of the property and facing 6th Avenue and

then constructing a three to four story tower at this location. The proposed

tower should also be connected or attached to the North and/or South towers.

The new tower would constitute the Jail Addition portion of this project. It is

anticipated that the addition would include individual cells, dormitory blocks,

day areas, indoor exercise areas, elevators, control rooms and a floor

configuration to allow for direct supervision by the staff. Pond & Company

shall give special consideration to the proposed Tower?s H/VAC systems, roof

design, security issues, toilet and shower areas, and the use of up to date

technologies for operation and communications by staff, all in order to provide

the most efficient and durable systems for the facility. The safety and well

being of the supervisor?s and inmate?s environment shall also be of major

concern Pond & Company. All mechanical units should be placed and constructed

in a manner that will allow for easy servicing and replacement. Building

interior finishes should be surfaces that are durable and easily cleanable.

Exterior surfaces should be made of durable material that requires little or no

maintenance.



The renovation portion of this project may include, but not limited to the

following issues currently faced in the North and South Towers of the existing

facility:



1. Review and evaluate the facilities? area for receiving inmates to insure

adequate floor configuration and operation.

2. Review and evaluate the current circulation of inmates to minimize movement

and circulation, but yet maximize programs and services such as visits to the

clinic and other areas within the facility.

3. Review and evaluate the current electrical, fire and security systems within

the existing facility in order to recommend upgrades and or revisions.

4. Review and evaluate the current H/VAC system in the North Tower in order to

recommend replacement and or revisions.

5. Review and evaluate the current medical clinic, laundry, laundry storage,

kitchen, and inmate visitation area to ensure that they are adequate to

accommodate the new housing tower.

6. Review and evaluate the current administration area within the North Tower

to determine possible renovation.





Request for proposal invitations were mailed to two hundred and twenty-four

vendors and specifications were posted on the web pages of the City, Georgia

Procurement Registry and DemandStar Onvia. The RFP has been advertised, opened

and evaluated. Proposals were received on April 5, 2013 from the following

eight offerors:



Pond & Company (Norcross GA)

With 2WR of Georgia (Columbus, GA) and HOK Architects (Atlanta, GA)



Clemons Rutherford & Associates (Tallahassee FL)

With 2WR of Georgia (Columbus, GA)



GRW Engineers (Lexington KY)

With 2WR of Georgia (Columbus, GA)



IPG, Inc. (Valdosta GA)

With Kersey & Luttrell Architects (Columbus, GA)



KGSW (Alpharetta GA)

With 2WR of Georgia (Columbus, GA)



Precision Planning (Lawrenceville GA)

With 2WR of Georgia (Columbus, GA), Wakefield Beasley & Associates (Atlanta,

GA), and Comprehensive Program Services (Atlanta, GA)



RicciGreene Associates (Lexington KY)

With Hecht Burdeshaw Architects (Columbus, GA)



Rosser (Atlanta, GA)

With Barnes, Gibson, Patel Architects (Columbus, GA)



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

representatives from the Muscogee County Sheriff?s Office, the Engineering

Department, the Public Works Department and the Housing Authority of Columbus,

GA. Additional representatives of the Muscogee County Sheriff?s Office and the

Engineering Department served in a non-voting advisory capacity.



The RFP process is governed by the City?s Procurement Ordinance, Articles

3-111, Competitive Sealed Proposals for the procurement of

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, negotiations will begin with the next responsive

offeror or the RFP specifications may be re-advertised.



Evaluation results have been submitted to the City Manager in a separate memo

for informational purposes.



Funds are budgeted in the FY14 Budget: OLOST Public Safety Reserve Funds.



* * * * * *





(B) SCHATULGA ROAD / CORPORATE RIDGE PARKWAY ROUNDABOUT ? RFB NO. 14-0010



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

with McMath-Turner Construction Company (Columbus, GA) in the amount of

$575,641.45 for the construction of a roundabout at Schatulga Road and

Corporate Ridge Parkway.



The work includes all drainage structures; concrete curb and gutters; asphaltic

concrete paving; and splitter islands. The work also includes pavement

markings, traffic signs, and landscaping.



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

specifications were posted on the web pages of the Purchasing Division, Georgia

Procurement Registry, and DemandStar. Five bids were received on September 11,

2013. This bid has been advertised, opened and reviewed. The bidders were:



Bidders Total Bid DBE

Participation

McMath-Turner Construction Co. (Columbus, GA) $ 575,641.45 10%

Landmark Grading Company (Ft. Mitchell, AL) 609,219.54 4%

Alexander Contracting Company, Inc. (Fortson, GA) 640,577.81 7%

Robinson Paving Company (Columbus, GA) 669,440.00 5%

Southeastern Site Development (Newnan, GA) 797,309.50 10%





Funds are budgeted in the FY14 Budget: 1999 SPLOST ? Road/Street/Bridge ?

General Construction ? Corporate Ridge Intersection;

0540-695-2126-TXRB-7661-53037-20120.







(C) ASPHALT ROLLER ? NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT



It is requested that Council approve the purchase of one (1) Asphalt Roller

[Caterpillar Inc., Model CB54B Paving Compaction] from Yancey Bros. Company,

(Fortson, GA) in the amount of $119,456.00, by cooperative purchase via

National Joint Powers Alliance (NJPA) Contract #060311-CAT.



The asphalt roller will be used by the staff of the Street Division of the

Public Works Department to roll gravel base and asphalt for road maintenance,

as well as, to build parking lots.



The purchase will be accomplished via Request for Proposal (RFP) Contract

#060311-CAT, initiated by the National Joint Powers Alliance (NJPA), whereby

Caterpillar, was one of the successful vendors contracted to provide Heavy

Construction Equipment. The contract, which commenced July 19, 2011, is good

through July 19, 2015. The National Joint Powers Alliance is a Service

Cooperative created by Minnesota Statute 123A.21. This statute was created in

1978 and revised in 1995 to allow participating governmental and municipal

agencies to reduce the cost of purchased goods by leveraging their combined

purchasing power. The bid process utilized by National Joint Powers Alliance

meets the requirements of the City?s Procurement Ordinance; additionally,

cooperative purchasing is authorized per Article 9-101 of the Procurement

Ordinance.



Funds are budgeted in the FY14 Budget: Paving Fund ? Public Works ? Repairs

and Maintenance ? Machinery; 0203-260-3110-REPR-7715.



* * * * * *



(D) TRAILER-MOUNTED VACUUM DEBRIS COLLECTORS W/COLLECTION BOXES ? NATIONAL

JOINT POWERS ALLIANCE (NJPA) CONTRACT



It is requested that Council approve the purchase of four (4) trailer-mounted

vacuum debris collectors with collection boxes (XtremeVac Model XV600/XV500)

from Old Dominion Brush Co., Inc., (Richmond, VA), in the amount of

$115,253.12 ($28,813.28 per unit), by cooperative purchase via National Joint

Powers Alliance (NJPA) Contract #060612-ODB.



The equipment is new and will be used by the staff of the Rainwater Division

and the Forestry & Beautification Division, of the Public Works Department, to

remove leaves from curb gutters and around storm water inlets.



The purchase will be accomplished via Request for Proposal (RFP) Contract

#060612-ODB, initiated by the National Joint Powers Alliance (NJPA), whereby

Old Dominion Brush Company was one of the successful vendors contracted to

provide Waste Collection and Recycling Related Equipment. The contract, which

commenced July 17, 2012, is good through July 17, 2014. The National Joint

Powers Alliance is a Service Cooperative created by Minnesota Statute 123A.21.

This statute was created in 1978 and revised in 1995 to allow participating

governmental and municipal agencies to reduce the cost of purchased goods by

leveraging their combined purchasing power. The bid process utilized by

National Joint Powers Alliance meets the requirements of the City?s Procurement

Ordinance; additionally, cooperative purchasing is authorized per Article 9-101

of the Procurement Ordinance.



Funds are budgeted in the FY14 Budget as follows: Rainwater Division: Sewer

(Stormwater) Fund ? Public Works ? Sewer Maintenance ? Heavy Trucks;

0202-260-3210-SWRM-7723; Forestry & Beautification: Paving Fund ? Public

Works ? Right of Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.

* * * * * *



(E) HYBRID LOW FLOOR ELECTRIC BUSES (ANNUAL CONTRACT) ? RFB NO. 14-0004



It is requested that Council authorize the annual contract to purchase hybrid

low floor electric buses from New Flyer of America, Inc. (Winnipeg, MB

Canada). METRA anticipates purchasing approximately 0-5 buses per year over a

five (5) year period. The unit price, per contract year, is as follows: Year

1: $517,733.00; Year 2: $525,489.00; Year 3: $533,265.00; Year 4: $541,031.00;

Year 5: $548,797.00. The City will allow for negotiating the bid price, if

such things as EPA, FTA or regulatory legislative guidelines are changed and

bus manufacturers are required to adhere to the new regulation. The hybrid low

floor electric buses will be used for both suburban express service and general

service on urban arterial streets.



The hybrid low floor electric buses are replacement units for the existing

buses utilized by Department of Transportation/METRA. The annual contract will

enable METRA to replace old buses on an ?as needed? basis for the next five

years.



The term of contract shall be for two (2) years, with option to renew for three

(3) additional twelve (12) month periods. The contract renewal will be based

solely upon the mutual agreement of the City and the Contractor.



Forty-six postcard invitations were mailed and specifications were posted on

the City?s website. Two bids were received September 11, 2013. This bid has

been advertised, opened and reviewed. The bidders were:



DESCRIPTION/

VENDOR New Flyer Industries

(Winnipeg Manitoba, CN) Gillig LLC

(Hayward, CA)

Unit Cost Per Contract Year 1 $517,733.00 $540,368.00

Unit Cost Per Contract Year 2 $525,489.00 $554,154.00

Unit Cost Per Contract Year 3 $533,265.00 $569,393.00

Unit Cost Per Contract Year 4 $541,031.00 $586,475.00

Unit Cost Per Contract Year 5 $548,797.00 $604,069.00



Funds will be budgeted each fiscal year for this ongoing expense:

Transportation Fund-METRA ? MFTA - Buses; 0751-610-2400-MFTA-7724 (City 10%,

State 10% and Federal 80%).



* * * * * *



(F) 35 FT LOW FLOOR TRANSIT BUS (ANNUAL CONTRACT) ? RFB NO. 14-0003



It is requested that Council authorize the annual contract to purchase 35? low

floor buses, from Gillig, LLC (Hayward, CA). METRA anticipates purchasing

approximately 0-5 buses during the contract term, as needed, to replace for the

older buses. The unit price, per contract year, is as follows: Year 1:

$373,319.00; Year 2: $382,652.00; Year 3: $393,175.00; Year 4: $404,970.00;

Year 5: $417,119.00. The City will allow for negotiating the bid price, if

such things as EPA, FTA or regulatory legislative guidelines are changed and

bus manufacturers are required to adhere to the new regulation.



The term of contract shall be for one (1) year, with option to renew for four

(4) additional twelve (12) month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



Postcard invitations were mailed to forty-eight (48) vendors, and

specifications were posted on the City?s website, Georgia Procurement Registry

and DemandStar. Three bids were received on September 11, 2013. This bid has

been advertised, opened and reviewed. The bidders were:



Vendor/Description Gillig Corporation

(Hayward, CA)

Unit Price National Bus Sales

(Marietta, GA)

Unit Price New Flyer Industries (Winnipeg Manitoba, CN)

Unit Price

Unit Cost ? First Year $373,319.00 $393,752.00 $399,990.00

Unit Cost ? Second Year $382,652.00 $401,406.00 $405,990.00

Unit Cost ? Third Year $393,175.00 $409,212.00 $411,990.00

Unit Cost ? Fourth Year $404,970.00 $418,173.00 $417,990.00

Unit Cost ? Fifth Year $417,119.00 $416,293.00 $423,990.00



Funds will be budgeted each fiscal year for this ongoing expense:

Transportation Fund-METRA ? MFTA - Buses; 0751-610-2400-MFTA-7724 (City 10%,

State 10% and Federal 80%).



* * * * * *



(G) DIAL-A-RIDE BUSES (ANNUAL CONTRACT) ? RFB NO. 14-0008



It is requested that Council authorize the annual contract to purchase 26'

low-floor medium-duty paratransit (Dial-A-Ride) buses, from Champion Bus, Inc.

(Imlay City, MI). Two (2) buses were approved in the FY14 Budget to be

purchased during the first year of the contract at a unit price of $130,320.00,

for total price of $260,640.00. The unit price for the remaining years of the

contract are as follows: Year 2/FY15 - $132,820.00, and Year 3/FY16 -

$135,320.00. Additional units will be purchased as needed.



The buses are replacement units and will be used by the METRA Department of

Transportation to provide ADA Complementary Paratransit Service to eligible

persons with disabilities who are, because of their disability, unable to

board, ride or disembark from an accessible vehicle in METRA's regular bus

service. Service is provided with special lift-equipped buses on a

curb-to-curb, shared ride basis.



The term of contract shall be for one (1) year, with option to renew for two

(2) additional twelve (12) month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



Bid postcard invitations were mailed to one hundred one (101) vendors and bid

specifications were posted on the City?s website, the Georgia Procurement

Registry, and DemandStar. Two bids were received on September 18. This bid

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









Vendors Manufacturer/Model Year 1 / FY14

Unit Price Total Price

(2 Units) Year 2 / FY15

Unit Price Year 3 / FY16

Unit Price

Champion Bus, Inc.

(Imlay City, MI) Champion Bus, Inc.

Model U.L.F. (GM) $130,320.00 $260,640.00 $132,820.00 $135,320.00

National Bus Sales & Leasing

(Marietta, GA) ARBOC Mobility LLC

Model SOM23G $134,777.00 $269,554.00 $137,473.00 $140,222.00



Funds will be budgeted each fiscal year for this ongoing expense:

Transportation Fund ? METRA FTA (UMTA) ? Buses; 0751-610-2400-MFTA-7724 (City

10%, State 10% and Federal 80%).



* * * * * *





(H) FINANCIAL SERVICES: OPTION 1 ? BANKING SERVICES (ANNUAL CONTRACT) ? RFP NO.

13-0031



It is requested that Council authorize the negotiation and execution of a

contract with Columbus Bank & Trust (Columbus, GA) for banking services. It is

expected that the qualified banking institute will offer the highest quality

service at the best cost to the taxpayers, and will maintain efficient

operation and optimal return on investment of idle cash for the benefit of the

City. Contracting with Columbus Bank & Trust will enable the City to invest

balances overnight and receive revenue from the money invested overnight.



Columbus Bank & Trust received the highest ranking and met and/or exceeded the

minimum qualifications of the RFP specifications listed below:



? A full-service home office or branch in Columbus, Georgia with a branch

network convenient to the City operations.

? Staff experienced in the full range of the City?s banking needs.

? A secure web-based reporting system, which includes a minimum of the

following:

a. Daily reporting of ledger, collected, and available balances, total debits

and credits, detail debits and credits, and available credit.

b. Account detail for current month and one prior month for review of

transactions.

c. Concentration/zero balance accounts daily interaction reporting.

d. Presentments of checks for controlled disbursement accounts not later than

10:00 am each day.

e. Wire transfer, ACH/EFT, and internal transfer initiation and authorization.

f. Consolidated Government-originated stop payments of checks.

g. Return items charged against all City accounts.

h. Monthly statements, including hard copies, on-line; and electronic format,

including check images.

? A portfolio of investments and monthly report listing securities and market

value, safe kept by a third party and pledged to the City.

? Acceptance of deposits up to 5:00 p.m. at a branch location or at its

operations center up to 6:00 p.m. Provide lockbox service (remittance

processing), and credit the City account on that day and to process checks at

City locations for deposit through MICR and/or scanner technology.



The term of this contract shall be for a period of five (5) years, beginning

November 1, 2013 through October 31, 2018. The contract will be contingent

upon annual appropriations of funds by the Columbus Council in accordance with

Official Code of Georgia Annotated Section 36-60-13, which states the contract

will terminate at the close of each fiscal year but will automatically renew

absent any positive action by the City.



Request for proposal invitations were mailed to eighty-five vendors and

specifications were posted on the City?s website, Georgia Procurement Registry

and DemandStar. The RFP has been advertised, opened and evaluated. Two (2)

proposals were received May 17, 2013, from the following offerors:



Columbus Bank & Trust (Columbus, GA)

SunTrust Bank (Macon, GA)



Proposals were reviewed by the Evaluation Committee, which consisted of

representatives from Information Technology, Finance, Civic Center, and

Internal Auditor who were voting members. Additional representatives from

Finance and Information Technology served as non-voting advisory members. The

City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals for

the procurement of Equipment, Supplies and Professional Services, governs the

RFP Process. During the process of an RFP there is no formal opening, due to

the possibility of negotiated components of the proposal. In the event Council

does not approve the recommended offeror(s), 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 highest ranked, responsive offeror. The cost information and

evaluation results have been submitted to the City Manager in a separate memo

for informational purposes.



Funds are available each fiscal year for this on-going expense: General Fund ?

Finance Department ? Revenue-Occupation Tax ? Contractual Services;

0101-200-2200-REVS-6319.



* * * * * * * *



(I) FINANCIAL SERVICES: OPTION 3 ? MERCHANT SERVICES (ANNUAL CONTRACT) ? RFP

NO. 13-0031



It is requested that Council authorize the negotiation and execution of a

contract with Merchant e-Solutions (Columbus, GA) for merchant services. It is

expected that the qualified banking institute will provide the highest quality

merchant services for credit card payment processing at the best cost to the

taxpayers, and will maintain efficient operation for the benefit of the City.



Merchant e-Solutions received the highest ranking and met and/or exceeded the

minimum qualifications of the RFP specifications listed below:



Option 3: Merchant Services

? An office or branch in Columbus, Georgia with a branch network convenient to

City operations, as well as, a Customer Service Department that is available to

the City 24/7.

? Compliance with the Payment Card Industry Data Security Standards (PCI).

? Ability to direct-deposit daily receipts in the City?s existing bank

account. Settlement of the merchant card transactions will be deposited into a

bank account designated by the City on a daily basis.

? Supply credit card terminals to any additional users where needed.

? Provide training for users, if necessary.



The term of this contract shall be for a period of five (5) years, beginning

November 1, 2013 through October 31, 2018. The contract will be contingent

upon annual appropriations of funds by the Columbus Council in accordance with

Official Code of Georgia Annotated Section 36-60-13, which states the contract

will terminate at the close of each fiscal year but will automatically renew

absent any positive action by the City.



Request for proposal invitations were mailed to eighty-five vendors and

specifications were posted on the City?s website, Georgia Procurement Registry

and DemandStar. The RFP has been advertised, opened and evaluated. Six (6)

proposals were received May 17, 2013, from the following offerors:



Merchant e-Solutions [via Columbus Bank & Trust] (Columbus, GA)

SunTrust Merchant Services (Atlanta, GA) [via SunTrust Bank (Macon, GA)]

BB&T (Montgomery, AL)

Elavon, Inc. (Atlanta, GA)

TSYS Merchant Services LLC (Atlanta, GA)

Banc of America Merchant Services LLC (Atlanta, GA)



Proposals were reviewed by the Evaluation Committee, which consisted of

representatives Information Technology, Finance, Civic Center, and Internal

Auditor who were voting members. Additional representatives from Finance and

Information Technology served as non-voting advisory members. The City?s

Procurement Ordinance Article 3-110, Competitive Sealed Proposals for the

procurement of Equipment, Supplies and Professional Services, governs the RFP

Process. During the process of an RFP there is no formal opening, due to the

possibility of negotiated components of the proposal. In the event Council

does not approve the recommended offeror(s), 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 highest ranked, responsive offeror. The cost information and

evaluation results have been submitted to the City Manager in a separate memo

for informational purposes.



Funds are budgeted each fiscal year for this on going expense: Various

Departments ? Contractual Services; 6319



* * * * * * * *



(J) FORREST ROAD BRIDGES: COOPER CREEK AND BULL CREEK ? RFB NO. 14-0007



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

with Southeastern Site Development, Inc., (Newnan, GA) in the amount of

$5,277,780.00 for the replacement of Cooper Creek Bridge and Forrest Road

Bridge on Forrest Road.



The work also includes some roadway improvements, which consists of all

drainage structures, concrete curb and gutters, and asphalt paving.

Additionally, Southeastern Site Development will provide pavement markings,

traffic signs and signalization, and sidewalks.



Bid postcard invitations were mailed to twenty-three vendors and bid

specifications were posted on the web pages of the Purchasing Division, Georgia

Procurement Registry, and DemandStar. Two bids were received on August 28,

2013. This bid has been advertised, opened and reviewed. The bidders were:



Bidders Total Bid DBE

Participation

Southeastern Site Development, Inc. (Newnan, GA) $ 5,277,780.00 10%

Robinson Paving Company (Columbus, GA) 5,315,000.00 7%





Funds are budgeted in the FY14 Budget: 2010 CBA Bonds Road/Street ? Road

Improvements ? Forrest Road Bridge Bull Creek and Forrest Road Bridge Cooper

Creek; 0559-800-2160-BARS-7643-82053 & 82054-20100.



* * * * * * * *



(K) SURPLUS VEHICLES AND EQUIPMENT



It is requested that Council declare the vehicles and various equipment shown

on the attached list as surplus in accordance with Section 7-501 of the Charter

of Columbus Consolidated Government; additionally approval is requested to

declare any items as surplus, which may be added to the list prior to the

auction.







The vehicles and equipment have either been replaced or placed out of service

due to excess maintenance cost.



The surplus items will be disposed of by auction on October 26, 2013. The

Auction Way, the City?s contracted auctioneer, will conduct the auction. In

addition, approximately ten sedans, as well as, other equipment will be sold

online later this year through GovDeals, on a trial basis. GovDeals provides

services to various government agencies allowing the sell of surplus and

confiscated items via the Internet.



Revenue from the auction will be deposited in the General Fund - Sale of

Surplus Equipment; 0101-099-1999-REVN-4907.







?ITEM A?

A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE NEGOTIATION AND EXECUTION OF A CONTRACT

WITH POND & COMPANY (NORCROSS, GA) FOR PROFESSIONAL DESIGN SERVICES FOR THE

RENOVATIONS AND ADDITIONS TO THE MUSCOGEE COUNTY JAIL.



WHEREAS, an RFP was administered (RFP 13-0025) and proposals were received from

eight offerors; and,



WHEREAS, the proposal submitted by Pond & Company met all proposal

requirements and was evaluated 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 and execute a

contract with Pond & Company for professional design services for the

renovation and additions to the Muscogee County Jail. Funds are budgeted in

the FY14 Budget: OLOST Public Safety Reserve Funds



_______________________



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

held the _________ day of _____________, 2013 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 EXECUTION OF A CONSTRUCTION CONTRACT WITH

MCMATH-TURNER CONSTRUCTION COMPANY (COLUMBUS, GA) IN THE AMOUNT OF $575,641.45

FOR THE CONSTRUCTION OF A ROUNDABOUT AT SCHATULGA ROAD AND CORPORATE RIDGE

PARKWAY.



WHEREAS, the work includes all drainage structures; concrete curb and gutters;

asphaltic concrete paving; and splitter islands. The work also includes

pavement markings, traffic signs, and landscaping.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with McMath-Turner Construction Company (Columbus, GA) in the amount

of $575,641.45 for the construction of a roundabout at Schatulga Road and

Corporate Ridge Parkway. Funds are budgeted in the FY14 Budget: 1999 SPLOST ?

Road/Street/Bridge ? General Construction ? Corporate Ridge Intersection;

0540-695-2126-TXRB-7661-53037-20120.



_______________________



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

held the _________ day of ______________, 2013 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 AUTHORIZING THE PURCHASE OF ONE (1) ASPHALT ROLLER

[CATERPILLAR, INC., MODEL CB54B PAVING COMPACTION], FROM YANCEY BROS. COMPANY

(FORTSON, GA), IN THE AMOUNT OF $119,456.00, BY COOPERATIVE PURCHASE VIA

NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT #060311-CAT.



WHEREAS, the asphalt roller will be used by the staff of the Street

Division of the Public Works Department to roll gravel base and asphalt for

road maintenance, as well as, to build parking lots.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) asphalt

roller [Caterpillar Inc., Model CB54B Paving Compaction] from Yancey Bros.

Company, (Fortson, GA) in the amount of $119,456.00. Funds are budgeted in the

FY14 Budget: Paving Fund ? Public Works ? Repairs and Maintenance ? Machinery;

0203-260-3110-REPR-7715.



_________________



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

held the _________ day of _________________, 2013 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 PURCHASE OF FOUR (4) TRAILER-MOUNTED

VACUUM DEBRIS COLLECTORS WITH COLLECTION BOXES [XTREMEVAC MODEL XV600/XV500],

FROM OLD DOMINION BRUSH CO., INC., (RICHMOND, VA), IN THE AMOUNT OF

$115,253.120 ($28,813.28 PER UNIT), BY COOPERATIVE PURCHASE VIA NATIONAL JOINT

POWERS ALLIANCE (NJPA) CONTRACT #060612-ODB.



WHEREAS, the equipment is new and will be used by the staff of the two

(2) divisions of Public Works (Rainwater, and Forestry & Beautification) to

remove leaves from curb gutters and around storm water inlets.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase four (4)

trailer-mounted vacuum debris collectors with collection boxes (XtremeVac Model

XV600/XV500) from Old Dominion Brush Co., Inc., (Richmond, VA) in the amount of

$115,253.12 ($28,813.28 per unit). Funds are budgeted in the FY14 Budget as

follows: Rainwater Division: Sewer (Stormwater) Fund ? Public Works ? Sewer

Maintenance ? Heavy Trucks; 0202-260-3210-SWRM-7723; Forestry &

Beautification: Paving Fund ? Public Works ? Right of Way Maintenance ? Heavy

Trucks; 0203-260-3120-ROWM-7723.



___________________





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

held the _________ day of _________________, 2013 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 ANNUAL CONTRACT TO PURCHASE HYBRID LOW

FLOOR ELECTRIC BUSES FROM NEW FLYER INDUSTRIES (WINNIPEG MANITOBA, CN). METRA

ANTICIPATES PURCHASING APPROXIMATELY 0-5 BUSES PER YEAR OVER A FIVE (5) YEAR

PERIOD. THE UNIT PRICE, PER CONTRACT YEAR, IS AS FOLLOWS: YEAR 1: $517,733.00;

YEAR 2: $525,489.00; YEAR 3: $533,265.00; YEAR 4: $541,031.00; YEAR 5:

$548,797.00.



WHEREAS, the City will allow for negotiating the bid price, if such things as

EPA, FTA or regulatory legislative guidelines are changed and bus manufacturers

are required to adhere to the new regulation. The hybrid low floor electric

buses will be used for both suburban express service and general service on

urban arterial streets; and,



WHEREAS, the hybrid low floor electric buses are replacement units.

The annual contract will enable METRA to replace old buses, on an ?as needed?

basis, for the next five years; and,



WHEREAS, the term of contract shall be for two (2) years, with option

to renew for three (3) additional twelve (12) month periods. Contract renewal

is contingent upon the City and the Contractor.



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



That the City Manager, is hereby authorized to enter into an annual

contract to purchase hybrid low floor electric buses from New Flyer Industries

(Winnipeg Manitoba, CN). Metra anticipates purchasing approximately 0-5 buses

per year over a five (5) year period. The unit price, per contract year, is

as follows: Year 1: $517,733.00; Year 2: $525,489.00; Year 3: $533,265.00; Year

4: $541,031.00; Year 5: $548,797.00. Funds will be budgeted each fiscal year

for this ongoing expense: Transportation Fund-METRA ? MFTA - Buses;

0751-610-2400-MFTA-7724 (City 10%, State 10% and Federal 80%).



____________________





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

held the _________ day of _________________, 2013 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 ANNUAL CONTRACT TO PURCHASE 35? LOW FLOOR

BUSES FROM GILLIG LLC (HAYWARD, CA). THE UNIT PRICE, PER CONTRACT YEAR, IS AS

FOLLOWS: YEAR 1: $373,319.00; YEAR 2: $382,652.00; YEAR 3: $393,175.00; YEAR 4:

$404,970.00; YEAR 5: $417,119.00. METRA ANTICIPATES PURCHASING APPROXIMATELY

0-5 BUSES DURING THE CONTRACT TERM, AS NEEDED, TO REPLACE FOR THE OLDER BUSES.



WHEREAS, vendors were required to include option years? prices as part

of bid response. It is the City?s intent to allow for negotiating the bid

price if such things as EPA, FTA or regulatory legislative guidelines are

changed and bus manufacturers are required to adhere to the new regulations;

and,



WHEREAS, the term of contract shall be for one (1) year, with option to

renew for four (4) additional twelve (12) 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 enter into an annual

contract to purchase 35? low floor buses from Gillig LLC (Hayward, CA). The

unit price, per contract year, is as follows: Year 1: $373,319.00; Year 2:

$382,652.00; Year 3: $393,175.00; Year 4: $404,970.00; Year 5: $417,119.00.

Funds will be budgeted each fiscal year for this ongoing expense:

Transportation Fund-METRA ? MFTA - Buses; 0751-610-2400-MFTA-7724 (City 10%,

State 10% and Federal 80%).



_________________



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

held the _________ day of ____________, 2013 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 G?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT TO PURCHASE 26' LOW-FLOOR

MEDIUM-DUTY PARATRANSIT (DIAL-A-RIDE) BUSES, FROM CHAMPION BUS, INC. (IMLAY

CITY, MI). TWO (2) BUSES WERE APPROVED IN THE FY14 BUDGET TO BE PURCHASED

DURING THE FIRST YEAR OF THE CONTRACT AT A UNIT PRICE OF $130,320.00, FOR A

TOTAL PRICE OF $260,640.00. THE UNIT PRICE FOR THE REMAINING YEARS OF THE

CONTRACT ARE AS FOLLOWS: YEAR 2/FY15 - $132,820.00, AND YEAR 3/FY16 -

$135,320.00. ADDITIONAL UNITS WILL BE PURCHASED AS NEEDED.



WHEREAS, vendors were required to include option years? prices as part

of bid response; and,



WHEREAS, the term of contract shall be for one (1) year, with option to

renew for two (2) additional twelve (12) 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 enter into an annual

contract to purchase 26' low-floor medium-duty paratransit (Dial-A-Ride) buses

from Champion Bus, Inc. (Imlay City, MI). Two (2) buses were approved in the

FY14 Budget to be purchased during the first year of the contract at a unit

price of $130,320.00, for total price of $260,640.00. The unit price for the

remaining years of the contract are as follows: FY15 - $132,820.00, and FY16 -

$135,320.00. Additional units will be purchased as needed. Funds will be

budgeted each fiscal year for this ongoing expense: Transportation Fund ?

METRA FTA (UMTA) ? Buses; 0751-610-2400-MFTA-7724 (City 10%, State 10% and

Federal 80%).



____________________



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

held the _________ day of _________________, 2013 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 H?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE NEGOTIATION AND EXECUTION OF A CONTRACT WITH

COLUMBUS BANK & TRUST (COLUMBUS, GA) TO PROVIDE BANKING SERVICES.



WHEREAS, an RFP was administered (RFP No. 13-0031) and two (2) proposals were

received; and,



WHEREAS, the proposal submitted by Columbus Bank & Trust met all proposal

requirements and is deemed most responsive to the RFP; and,



WHEREAS, the term of this contract shall be for five years beginning November

1, 2013 through October 31, 2018.



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



That the City Manager is hereby authorized to negotiate and execute a

contract with Columbus Bank & Trust to provide Banking Services. Funds are

available each fiscal year for this on-going expense: General Fund ? Finance

Department ? Revenue-Occupation Tax ? Contractual Services;

0101-200-2200-REVS-6319.



_____________________





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

held the _________ day of _________________, 2013 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 I?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE NEGOTIATION AND EXECUTION OF A CONTRACT WITH

MERCHANT E-SOLUTIONS (COLUMBUS, GA) TO PROVIDE MERCHANT SERVICES.



WHEREAS, an RFP was administered (RFP No. 13-0031) and six (6) proposals were

received; and,



WHEREAS, the proposal submitted by Merchant e-Solutions met all

proposal requirements and is deemed most responsive to the RFP; and,



WHEREAS, the term of this contract shall be for five years beginning

November 1, 2013 through October 31, 2018.



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

FOLLOWS:



That the City Manager is hereby authorized to negotiate and execute a

contract with Merchant e-Solutions to provide Merchant Services. Funds are

budgeted each fiscal year for this on going expense: Various Departments ?

Contractual Services; 6319



___________________



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

held the _________ day of _________________, 2013 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 J?





A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

SOUTHEASTERN SITE DEVELOPMENT, INC., (NEWNAN, GA) IN THE AMOUNT OF

$5,277,780.00 FOR THE REPLACEMENT OF COOPER CREEK BRIDGE AND BULL CREEK BRIDGE

ON FORREST ROAD.



WHEREAS, the work also includes some roadway improvements, which consists of

all drainage structures, concrete curb and gutters, and asphalt paving.

Additionally, Southeastern Site Development will provide pavement markings,

traffic signs and signalization, and sidewalks.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with Southeastern Site Development, Inc. (Newnan, GA) in the amount of

$5,277,780.00 for the replacement of Cooper Creek Bridge and Bull Creek Bridge

on Forrest Road. Funds are budgeted in the FY14 Budget: 2010 CBA Bonds

Road/Street ? Road Improvements ? Forrest Road Bridge Bull Creek and Forrest

Road Bridge Cooper Creek; 0559-800-2160-BARS-7643-82053 & 82054-20100.



____________________



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

held the _________ day of ____________________, 2013 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 K?

A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE DECLARATION OF VEHICLES AND VARIOUS EQUIPMENT

SHOWN ON THE ATTACHED LIST AS SURPLUS IN ACCORDANCE WITH SECTION 7-501 OF THE

CHARTER OF COLUMBUS CONSOLIDATED GOVERNMENT; ADDITIONALLY APPROVAL IS REQUESTED

TO DECLARE ANY ITEMS AS SURPLUS WHICH MAY BE ADDED TO THE LIST PRIOR TO THE

AUCTION.



WHEREAS, the list of items are as follows:







WHEREAS, the surplus items will be disposed of by auction on October 26, 2013.

The Auction Way, the City?s contracted auctioneer, will conduct the auction.

In addition, approximately ten sedans, as well as, other equipment will be sold

online later this year through GovDeals, on a trial basis. GovDeals provides

services to various government agencies allowing the sell of surplus and

confiscated items via the Internet.



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



That the City Manager is hereby authorized to declare the vehicles shown on the

attached list as surplus in accordance with Section 7-501 of the City Charter;

the City Manager is further authorized to declare any items as surplus which

may be added to the list prior to the auction. Revenue from the auction will

be deposited in the General Fund - Sale of Surplus Equipment;

0101-099-1999-REVN-4907.

_____________________





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

held the _________ day of ____________, 2013 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