Agenda Item # 4
Columbus Consolidated Government
Council Meeting
February 12, 2013
Agenda Report # 30
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) AQUATIC FACILITY MANAGEMENT OF THE COLUMBUS NATATORIUM (ANNUAL CONTRACT) ?
RFP NO. 13-0019
It is requested that Council approve the procurement of aquatic facility
management services from USA Pools (Roswell, GA) to manage the Columbus
Natatorium, to include: staffing, water maintenance, supervision and
programming; as well as, Pro-Shop and Concession management. Operation is
scheduled to begin June 2013.
The term of this contract shall be for five (5) years, with the option to renew
for five (5) additional twelve month periods. Contract renewal shall be
contingent upon the mutual agreement of the City and the Contractor.
Request for proposal invitations were mailed to thirty-one vendors and
specifications were posted on the City?s website, Georgia Procurement Registry
and OnVia DemandStar. The RFP has been advertised, opened and evaluated.
Proposals were received on December 14, 2012, from the following five offerors:
USA Pools (Roswell, GA)
American Pool Service of Georgia (Alpharetta, GA)
Aquatic Management, Inc. (Atlanta, GA)
Pool Management, Inc. (Alpharetta, GA)
Best Aquatic (Ocean City, MD)
The proposals were reviewed by the Evaluation Committee members, which
consisted of representatives from the following departments: Parks and
Recreation and Finance, as well as, three representatives from the Natatorium
Advisory Committee.
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, 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, the RFP specifications
will be re-advertised. Therefore, the evaluation results and cost information
has been submitted to the City Manager in a separate memo for informational
purposes.
Funds will be budgeted each fiscal year for this on-going expense: General Fund
? Parks and Recreation ? Aquatics ? Contractual Services;
0101-270-4413-AQUT-6319.
* * * * * *
(B) HIGH SPEED RAIL FEASIBILITY STUDY ? RFP NO. 13-0005
It is requested that Council authorize the negotiation of a contract with HNTB
Corporation (Atlanta, GA) for a High Speed Rail Feasibility Study in
cooperation with the Georgia Department of Transportation and the Federal Rail
Administration.
The study will consist of eight main components designed to assess the
feasibility of developing High Speed Rail along the Atlanta - Columbus corridor:
? Public Participation Program
? Scenario Development
? Service Demand and Revenue Estimation
? Capital Cost Estimation
? Operating and Maintenance (O&M) Cost Estimation
? Corridor, Network and System Connections Comparative Financial Analysis
? Societal Impacts Estimation
? System Planning, Development, Assessment and Implementation
Request for proposal invitations were mailed to two hundred and eighty-six
vendors and specifications were posted on the web pages of the City, American
Planning Association, RFP Database, Georgia Procurement Registry and Onvia
DemandStar. The RFP has been advertised, opened and evaluated. Proposals were
received on September 21, 2012, from the following five offerors:
? HNTB Corporation (Atlanta, GA) with Dr. Benjamin Blair (Columbus State
University) and MPH & Associates
? Cambridge Systematics, Inc. (Atlanta, GA) with AECOM and GeoStats, LP
? Jacobs Engineering Group (Columbus, GA) with Parsons Brinckerhoff, Metro
Planning and Engineering, DWA Associates, and IntegralGude
? Stantec Consulting Services, Inc. (Duluth, GA) with R.L. Banks & Assoc.,
Fitzgerald & Halliday, Contente Consulting and Norris Appraisal Group
? STV, Inc., dba STV Ralph Whitehead Associates (Atlanta, GA) with Moreland
Altobelli Associates, SYSTRA. CDM Smith and Dovetail Consulting
Proposals were reviewed by the Evaluation Committee members, which consisted of
a private citizen and representatives from the City Manager?s Office, Planning
Department, Hatcher, Stubbs, Land, Hollis & Rothschild, LLP and 2WR, Inc.
Representatives from the Metra Transit System and Columbus Airport served in
non-voting, advisory capacities.
During the evaluation process, HNTB Corporation was deemed most responsive to
the RFP. The RFP process is governed by the City?s Procurement Ordinance,
Articles 3-110 and 3-111, Competitive Sealed Proposals for the procurement of
Equipment, Supplies and Professional Services and Architectural/Engineering and
Land Surveying Services. During the process of an RFP there is no formal
opening, due to the possibility of negotiated components of the proposal. In
the event Council does not approve the recommended offeror, no proposal
responses or any negotiated components are made public until after the award of
the contract. If Council does not approve the recommended offeror, negotiation
will begin with the next responsive offeror. Evaluation results and proposed
cost have been submitted to the City Manager in a separate memo for
informational purposes.
Funds in the amount of $350,000 are budgeted for this feasibility study in the
FY13 Budget.
* * * * * *
(C) CHANGE ORDER 6 FOR ASPHALT REMOVAL, SEEDING AND LANDSCAPING PROJECT ?
COLUMBUS MAIN LIBRARY SITE
It is requested that Council authorize the execution of Change Order 6 with
McMath-Turner Construction Company (Columbus, GA) in the amount of $12,500.00.
Per Resolution No. 145-11, Council authorized the execution of a contract with
McMath-Turner Construction Company for the asphalt removal, seeding and
landscaping project.
McMath-Tuner Construction Company is unable to complete this project due to the
construction of the City Service Center and Natatorium project, along with the
road added behind the Natatorium and Library. The Project Manager documents
that all work associated with the City Service Center, Natatorium and road
projects have an estimated completion date of May 2013.
Change Order No. 6 covers temporary maintenance for landscaping during
September 1, 2012 through June 30, 2013 (10 months), at a rate of 1,250.00 per
month. After May 2013, another 30 days will be required to complete the
landscaping portion of the Asphalt Removal, Seeding, and Landscaping project,
which includes a 1-year landscape maintenance that begins after project
completion.
Document Description Amount
Original Contract Asphalt removal, seeding, landscaping, irrigation system and 1-year
landscape maintenance 559,909.51
Change Order 1 Unforeseen concrete and soil cement encountered during the work.
54,122.64
Change Order 2 Additional trees 33,933.00
Change Order 3 Transfer Station Road 104,049.00
Change Order 4 Temporary seeding and mulching of the site 17,480.00
Change Order 5 Additional permanent grassing procedures to include mowing,
bagging and removing temporary grass. 2,850.00
Change Order 6 Temporary landscape maintenance 12,500.00
New Contract Amount $784,844.15
Funds are budgeted in the FY13 Budget: 1999 Sales Tax Project Fund ? 99 SPLOST
Library/Other Projects ? General Construction:
0540-695-2120-TXLB-7661-50500-20080.
* * * * * *
(D) FF&E FOR THE CITY SERVICES CENTER - RFB NO. 13-0032
It is requested that Council authorize the execution of a contract with Malone
Office Equipment Company (Columbus, GA) in the amount of $883,453.53 for
furniture, fixtures and equipment. Malone Office Equipment Company will provide
and install furniture in the City Services Center.
Postcard invitations were mailed to sixty-five vendors, and bid specifications
were posted on the websites of the City, Georgia Procurement Registry, and
DemandStar. This bid has been advertised, opened and reviewed. Three bids were
received on January 30, 2013, from the following bidders:
BIDDERS BID AMOUNT
Malone Office Equipment Company (Columbus, GA) 883,453.53
Turner Boone, LLC (Atlanta, GA) ?902,265.71
CWC, LLC (Atlanta, GA) 973,060.16
?The Purchasing Division notified Turner Boone, LLC that their bid was deemed
non-responsive because Turner Boone failed to include in their bid the required
Bid Bond; Turner Boone acknowledged the omission.
Funds are budgeted in the FY13 Budget: Tax Lease Revenue/Bonds 2010B - 2010
CBA Bonds -City Service Center; 559-800-2130-BACS-7761-82003-20100.
?ITEM A?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE PROCUREMENT OF AQUATIC FACILITY MANAGEMENT
SERVICES FROM USA POOLS (ROSWELL, GA) TO MANAGE THE COLUMBUS NATATORIUM, TO
INCLUDE: STAFFING, WATER MAINTENANCE, SUPERVISION AND PROGRAMMING; AS WELL AS,
PRO-SHOP AND CONCESSION MANAGEMENT. OPERATION IS SCHEDULED TO BEGIN JUNE 2013.
WHEREAS, an RFP was administered (RFP 13-0019) and five proposals were received
from qualified offerors; and,
WHEREAS, the proposal submitted by USA Pools met all proposal requirements and
was evaluated most responsive to the RFP; and,
WHEREAS, the term of this contract shall be for five (5) years, with the option
to renew for five (5) additional twelve-month periods. Contract renewal shall
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 procure aquatic facility
management services from USA Pools (Roswell, GA). The term of this contract
shall be for five (5) years, with the option to renew for five (5) additional
twelve-month periods. Funds will be budgeted each fiscal year for this
on-going expense: General Fund ? Parks and Recreation ? Aquatics ? Contractual
Services; 0101-270-4413-AQUT-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 B?
A RESOLUTION
NO._____
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH HNTB CORPORATION
(ATLANTA, GA) FOR A HIGH SPEED RAIL FEASIBILITY STUDY IN COOPERATION WITH THE
GEORGIA DEPARTMENT OF TRANSPORTATION AND THE FEDERAL RAIL ADMINISTRATION.
WHEREAS, an RFP was administered (RFP 13-0005) and five proposals were
received from qualified offerors; and,
WHEREAS, the proposal submitted by HNTB Corporation 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 a contract with
HNTB Corporation (Atlanta, GA) for a High Speed Rail Feasibility Study in
cooperation with the Georgia Department of Transportation and the Federal Rail
Administration. Funds in the amount of $350,000 are budgeted for this
feasibility study in the FY13 Budget.
_____________________________
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 EXECUTION OF CHANGE ORDER 6 WITH
MCMATH-TURNER CONSTRUCTION COMPANY (COLUMBUS, GA) IN THE AMOUNT OF $12,500.00.
WHEREAS, Per Resolution No. 145-11, Council authorized the execution of a
contract with McMath-Turner Construction Company for the asphalt removal,
seeding and landscaping project; and,
WHEREAS, McMath-Tuner Construction Company is unable to complete this
project due to the construction of the City Service Center and Natatorium
project, along with the road added behind the Natatorium and Library; and,
WHEREAS, Change Order No. 6 covers temporary maintenance for landscaping during
September 1, 2012 through June 30, 2013 (10 months), at a rate of $1,250.00 per
month.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute Change Order 6
with McMath-Turner Construction Company (Columbus, GA) in the amount of
$12,500.00. Funds are budgeted in the FY13 Budget: 1999 Sales Tax Project
Fund ? 99 SPLOST Library/Other Projects ? General Construction: 0540 ? 695 ?
2120 ? TXLB ? 7661 ? 50500 ? 20080.
______________________________
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 EXECUTION OF A CONTRACT WITH MALONE OFFICE
EQUIPMENT COMPANY (COLUMBUS, GA) IN THE AMOUNT OF $883,453.53 FOR FURNITURE,
FIXTURES AND EQUIPMENT.
WHEREAS, Malone Office Equipment Company will provide and install
furniture in the City Services Center.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Malone Office Equipment Company (Columbus, GA) in the amount of $883,453.53 for
furniture, fixtures and equipment. Malone Office Equipment Company will provide
and install furniture in the City Services Center. Funds are budgeted in the
FY13 Budget: Tax Lease Revenue/Bonds 2010B - 2010 CBA Bonds -City Service
Center; 559-800-2130-BACS-7761-82003- 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
DATE: February 12, 2013
TO: Mayor and Councilors
FROM: Pamela Hodge, Director of Finance
SUBJECT: Advertised Bids
February 20, 2013
1. Veterans Parkway Streetscape Improvement Phase III (Re-Bid) ? RFB
No. 13-0039
Scope of RFB
The Project consists of the following major elements: Roadway Improvements:
erosion control, clearing and grubbing, grading of new medians to include 530
CY of graded aggregate base course, 1,900 LF of 30-inch concrete curb and
gutter, 330 LF of 18-inch concrete storm drain pipe, 28 catch basins, 3,200 SY
concrete sidewalks/driveways, 20 TN recycled asphalt concrete; Signing and
Marking: 260 SF of highway signs, 144 LF of galvanized steel posts, 5,600 LF
of thermoplastic striping, and thermoplastic pavement markings; Landscaping:
1,300 SY of Corner Plaza paving, planting of 84 Quercus Nuttallii and 44
Lagerstroemia (furnished by others), 8,020 SY of Bermuda sod; Signalization:
3,900 LF total of 3-inch and 6-inch directional bore, 8 strain poles with
30-foot to 60-foot mast arms, 2 traffic installation areas, 5,800 LF non-metal
rigid conduit.
2. Security Locking System Maintenance Service (Annual Contract) ? RFB
No. 13-0036
Scope of RFB
Provide preventive maintenance and/or repair service for security locking
systems at the Muscogee County Jail and the Muscogee County Prison. The
contract period will be for three (3) years with the option to renew for two
(2) additional twelve-month periods.
February 27, 2013
1. FF&E for the Recycling Center ? RFB No. 13-0040
Scope of RFB
Provide and install furniture, fixtures and equipment for the Columbus
Consolidated Government Recycling Center. Acceptable manufacturers, subject to
compliance with the specifications, are The Gunlocke Company, ABCO Office
Furniture, and Allsteel, Inc.
Other manufacturers desiring consideration must submit a written request at
least ten (10) days prior to the bid due date. The request must include
complete specifications, cuts, test data, descriptions and an installation list
of similar jobs. Submit the request to the address listed above and clearly
identify the package as ?Request for Approved Equals ? FF&E for the Recycling
Center?.
2. Wide Format Scanner ? RFB No. 13-0037
The GIS Division of the Engineering Department desires to acquire a Wide Format
Color Scanner, Colortrac SmartLF Gx+ T42e or equivalent. For budgetary
purposes, Columbus Consolidated Government requests vendors to submit bids on
Option A (Purchase) and/or Option B (Lease).
Attachments
No attachments for this document.