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