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 # 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.

Back to List