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 # 2





Columbus Consolidated Government



Council Meeting



October 23, 2012





Agenda Report # 113





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) STORM DRAIN REHABILITATION PRIORITY 1 PIPES - CONTRACT 4 ? RFB NO. 13-0003



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

with Layne Inliner, LLC, in the amount of $3,206,851.50 for storm drain pipe

rehabilitation services; and to further authorize the execution of Change Order

1, which is a $1,204,265.50 deduction, for a total contract amount of

$2,002,586.00.



The project consists of the following major elements: performing

cured-in-place rehabilitation of 3,800 feet of 12 to 18-inch pipe, 4,000 feet

of 24 to 36-inch pipe and 1,000 feet of 42 to 60-inch pipe; performing CCTV

inspection of 1,200 feet of 10 to 24-inch pipe and 1,900 feet of 30 to 60-inch

pipe; and miscellaneous point repairs, manhole height adjustments and

installation of manholes.



Alternate No. 1 includes cured-in-place rehabilitation of 30 feet of 48x24-inch

and 1,900 feet of 72x48-inch sewers.



Per RFQ No. 12-0002, the Engineering Department and Purchasing Division

pre-qualified six vendors to submit bids for cured-in-place pipe rehabilitation

of the storm sewer located throughout the City. Bid postcard invitations were

mailed to the six vendors, and complete specifications were posted on the web

pages of the Purchasing Division and the Georgia Procurement Registry. Four

bids were received on August 15, 2012. This bid has been advertised, opened

and reviewed. The bidders were:



Description Layne Inliner

(Tucker, GA) Insituform Technologies

(Chesterfield, MO) SAK Construction

(O?Fallon, MO) Inland Pipe Rehab

(Stone Mntn, GA)

Base Bid 1,502,586.00 1,473,978.40 1,574,334.75 1,735,066.00

Alternate No. 1 1,704,265.50 1,922,101.80 2,448,360.80 2,802,325.00

Total (Base Bid & Alternate No. 1) 3,206,851.50 3,396,080.20 4,022,695.55

4,537,391.00

*Change Order No. 1 (1,204,265.50)

Total Contract Amount $ 2,002,586.00



In accordance with Addendum No. 1, the project will be awarded to the

contractor submitting the lowest sum of Base Bid plus Alternate No. In

reviewing the bid responses and the project budget, the Engineering Department

determined that funding is not available for all the work specified in

Alternate No. 1. Therefore, the Engineering Department requests a change order

in order to reduce Alternate No. 1 by an amount of $1,204,265.50.



Funds are budgeted in the FY13 Budget: Special Project/Capital Project Fund ?

Capital Projects ? Sewer Fund Supported Projects ? Drainage/Street Improvements

? Pipe Rehabilitation; 0508 - 660 -2000 ? CPSF -7622 ? 20770 ? 20120 and 20130

also LOST/Infrastructure Fund ? Engineering ? Drainage/Street Improvements ?

Pipe Rehabilitation Project; 0109 ? 250 ? 9901 ? LOST ? 7622 ? 94005 ? 20130.



* * * * * * * * *



(B) ON-CALL SERVICES FOR INSTALLATION OR REPLACEMENT OF SIDEWALKS AND ADA RAMPS

LOCATED THROUGHOUT COLUMBUS, GA (ANNUAL CONTRACT) ? RFP NO. 13-0001



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

Landmark Grading Company, Inc., Robinson Paving Company, and Southeastern Site

Development, Inc., to provide installation or replacement of sidewalks and ADA

ramps, and minor concrete work on an as-needed basis. The contractors will

submit quotes to the Engineering Department and the Public Services Department

for each project that arises during the course of the contract.



The City frequently finds throughout the year the need to install or replace

minor concrete facilities such as driveway aprons, concrete islands, curb and

gutter, etc. The City also has an ongoing program to install ADA ramps and

sidewalk. In many cases, the project would include replacement of existing

surface material such as grass/sod, asphalt, driveways, fences, etc. The exact

scope of work and specifications will be provided by the Department of

Engineering on a project or site basis. Based on past experience, the City

roughly anticipates installing or replacing 1.75 miles or 9270 feet of sidewalk

and 220 each of ADA ramps per year. However, these quantities are only

estimates; the City may require more or less quantities during each year of the

contract term.



The initial term of this contract shall be for two years, with the option to

renew for three additional twelve-month periods. Contract renewal will be

contingent upon the mutual agreement of the City and the Contractors.



RFP postcard invitations were mailed to sixty vendors, and complete

specifications were posted on the web pages of the Purchasing Division and the

Georgia Procurement Registry. This RFP has been advertised, opened and

evaluated. Proposals were received on August 17, 2012 from the following five

offerors:



Landmark Grading Company, Inc. (Ft. Mitchell, AL)

Robinson Paving Company (Columbus, GA)

Southeastern Site Development, Inc. (Newnan, GA)

DAF Concrete, Inc. (Marietta, GA)

Georgia Safe Sidewalks (Bradenton, FL)



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

representatives from the Engineering Department and Public Services

Department. An additional representative from the Engineering Department

served in a non-voting, advisory capacity.



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. No proposal

responses or any negotiated components are made public until after the award of

the contract. If Council does not approve the recommended contractors, the RFP

specifications may be re-advertised. The evaluation results have been submitted

to the City Manager in a separate memo for informational purposes.



Funds are budgeted each fiscal year for this ongoing expense, in various

accounts of the Engineering Department and the Public Services Department.





* * * * * *



(C) PERFORMANCE MANAGEMENT CONSULTING SERVICES (ANNUAL CONTRACT) ? RFP NO.

12-0016



It is requested that Council authorize the negotiation of an annual contract

with Management Partners, Inc., to provide performance review and management

consulting services.



Management Partners will work with departments, boards, commissions and/or

agencies to improve their operations, efficiency and effectiveness, and shall

facilitate the process of cross-departmental cooperation for the purposes of

improving the efficiency, effectiveness and quality of public services in

Columbus, Georgia.



The goal for the Consultant Services is to develop database templates and

incorporate strategies for continuous improvement for all departments of the

Columbus Consolidated Government. These strategies include developing database

templates for information and analysis reporting, benchmarking, leadership

assessment, strategic planning, human resource utilization, budgetary and

efficiency assessments, business results and any other purpose that promotes

the efficient and effective use of taxpayer dollars. Incorporation of these

assessment strategies should be best practices for providing services to our

community.



The scope of work for the Data-based Performance and Review Management

Consultant will include, but not be limited to the following items:



1. Request data and information from city departments, boards, commissions or

agencies;



2. Create a method through which the city can regularly collect, track, review

and analyze performance and management data and other information from city

departments, identify key issues and questions, and query any city departments

pertaining to such data and information;



3. Conduct field investigations;



4. Prepare reports, templates, systems, memoranda and briefing materials prior

to CitiServ Review meetings, highlighting data and posing questions, and at

other times as determined appropriate by the Mayor or City Manager;



5. Conduct management and performance reviews and other meetings with city

departments, boards commissions and agencies;



6. Develop a system through which all action items, open tasks, and

follow-up actions identified during any CitiServ meetings can be recorded,

monitored and enforced;



7. Advise and make recommendations to the mayor and others, upon mayoral

direction, pertaining to the operations of the city;



8. Issue a public report on no less than on a quarterly basis regarding

departmental activities, results and future items; and



9. Perform such other duties as the Mayor may prescribe.



The initial term of this contract shall be for one year, with the option to

renew for two (2) additional twelve-month periods. Contract renewal will be

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



RFP postcard invitations were mailed to one hundred and thirty-seven vendors,

and complete specifications were posted on the web pages of the Purchasing

Division and the Georgia Procurement Registry. On February 8 and February 17,

2012, non-mandatory pre-proposal teleconferences were held. This RFP has been

advertised, opened and evaluated. Proposals were received on March 2, 2012

from the following seventeen offerors:



Management Partners, Inc. (Cincinnati, OH)

Ascendant Strategy Management Group (Boston, MA)

Bronner Group, LLC (Atlanta, GA)

Burnett & Associates, LLC (Lawrenceville, GA)

Coeur Business Group (Lake Saint Louis, MO)

DJKoehn Consulting Services, Inc. (Annapolis, MD)

GovDirections, LLC (Decatur, GA)

IBM Global Business Services (Atlanta, GA)

IEM, Inc. (Research Triangle Park, NC)

MGT of America, Inc. (Tallahassee, FL)

MRP Consulting, Inc. (Stone Mountain, GA)

Peavy & Associates? Business Services, Inc. (Albany, GA)

Richardson & Associates Consulting (Bethel Park, PA)

RW Management Group, Inc. (Menasha, WI)

Schumaker & Company, Inc. (Ann Arbor, MI)

The Mercer Group, Inc. (Marietta, GA)

UPD Consulting (Baltimore, MD)



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

representatives from the Human Resources Department, Mayor?s Office and Finance

Department. Serving in non-voting, advisory capacities were additional

representatives from the Finance Department, City Manager?s Office, Columbus

Police Department, Aaron & Clements, Inc. (formerly Newton Aaron & Associates,

Inc.), and Bytewise Measurement Systems.



During the evaluation process, Management Partners, Inc., was deemed most

responsive to the RFP.



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. 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. The evaluation results and cost

information has been submitted to the City Manager in a separate memo for

informational purposes.



Funds are budgeted in FY13 Budget: General Fund ? Executive ? Mayor?s Office ?

Consulting; 0101-110-1000-MAYR-6315. Funds will be budgeted as needed, per

Fiscal Year, for the remaining years of the contract.



* * * * * *



(D) SERVICE CONTRACT FOR VARIOUS TYPES OF TRANSMISSIONS ? (ANNUAL CONTRACT) -

RFB No. 13-0015



It is requested that Council approve the service contract for various types of

transmissions with Jasper Engines & Transmission and Reliable Transmission

Service, Inc., for the estimated annual contract value of $26,061.00.

Transmission repair and rebuild services are required for METRA Transit System,

and will be procured on an ?as needed? basis. The contract period shall be for

three years with the option to renew for two additional twelve-month periods.

Contract renewal is contingent upon the mutual agreement of the Contractor and

the City.



Bid postcard invitations were mailed to forty-eight (48) vendors, and posted on

the City?s website, and Georgia Procurement Registry. The bid has been

advertised, opened and reviewed. The recommended, low bidder(s) per line item

are:



Description Annual Est.

Repair Qty Jasper Engines & Transmission

(Peachtree City, GA) W.W. Williams Co.

(Albany, GA) Reliable Transmission Service, Inc.

(Riverview, FL) Yancey Truck

Centers

(Austell, GA)

1. E40D 1 $1,806.00 $2,345.00 No-Bid $2,420.00

2. MT643 1 $2,777.00 $2,137.00 $1,995.00 $3,300.00

3. ZF 6 HP 592 1 No-Bid No-Bid No-Bid No-Bid

4. B400R 3 $5,135.00 $4,230.00 $3,574.00 $9,200.00

5. Allison Series 2100/2200 2 $2,309.00 $2,305.00 $2,195.00 $3,550.00

6. Allison B300R 2 $5,135.00 $4,230.00 $3,574.00 $8,200.00



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

Fund ? METRA FTA (UMTA), Bus Transmissions; 0751-610-2400-MFTA-7728; (City 10%;

Federal 80% and state 10%).





?ITEM A?

A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

LAYNE INLINER, LLC., (TUCKER, GA) IN THE AMOUNT OF $3,206,851.50 FOR STORM

DRAIN PIPE CITY SERVICES; AND TO FURTHER AUTHORIZE THE EXECUTION OF CHANGE

ORDER NO. 1, WHICH IS A $1,204,265.50 REDUCTION, FOR A TOTAL CONTRACT AMOUNT OF

$2,002,586.00.



WHEREAS, the project consists of the following major elements: performing

cured-in-place rehabilitation of 3,800 feet of 12 to 18-inch pipe, 4,000 feet

of 24 to 36-inch pipe and 1,000 feet of 42 to 60-inch pipe; performing CCTV

inspection of 1,200 feet of 10 to 24-inch pipe and 1,900 feet of 30 to 60-inch

pipe; and miscellaneous point repairs, manhole height adjustments and

installation of manholes; and,



WHEREAS, Alternate No. 1 includes cured-in-place rehabilitation of 30 feet of

48x24-inch and 1,900 feet of 72x48-inch sewers; and,



WHEREAS, the Engineering Department requests a change in order to reduce

Alternate No. 1 by an amount of $1,204,265.50.



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



That the City Manager is hereby authorized to execute a construction

contract with Layne Inliner, LLC in the amount of $3,206,851.50 for storm drain

pipe rehabilitation services; and to further authorize the execution of Change

Order 1, which is a $1,204,265.50 deduction, for a total contract amount of

$2,002,586.00. Funds are budgeted in the FY13 Budget: Special Project/Capital

Project Fund ? Capital Projects ? Sewer Fund Supported Projects ?

Drainage/Street Improvements ? Pipe Rehabilitation; 0508 - 660 -2000 ? CPSF

-7622 ? 20770 ? 20120 and 20130 also LOST/Infrastructure Fund ? Engineering ?

Drainage/Street Improvements ? Pipe Rehabilitation Project; 0109 ? 250 ? 9901 ?

LOST ? 7622 ? 94005 ? 20130.





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

held the _________ day of ____________, 2012 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 CONTRACT WITH LANDMARK

GRADING COMPANY, INC., (FT. MITCHELL, AL) ROBINSON PAVING COMPANY (COLUMBUS,

GA), AND SOUTHEASTERN SITE DEVELOPMENT, INC., (NEWNAN, GA) TO PROVIDE

INSTALLATION OR REPLACEMENT OF SIDEWALKS AND ADA RAMPS, AND MINOR CONCRETE

WORK. THE SERVICES WILL BE PERFORMED ON AN AS-NEEDED BASIS AND THE CONTRACTORS

WILL SUBMIT QUOTES TO THE ENGINEERING DEPARTMENT AND THE PUBLIC SAFETY

DEPARTMENT FOR EACH PROJECT THAT ARISES DURING THE COURSE OF THE CONTRACT.



WHEREAS, an RFP was administered (RFP No. 13-0001) and five proposals

were received; and,



WHEREAS, the proposals submitted by Landmark Grading Company, Inc., Robinson

Paving Company and Southeastern Site Development, Inc., met all proposal; and,



WHEREAS, the initial term of this contract shall be for two years, with

the option to renew for three additional twelve-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 execute a contract with

Landmark Grading Company, Inc., Robinson Paving Company, and Southeastern Site

Development, Inc., to provide installation or replacement of sidewalks and ADA

ramps, and minor concrete work on an as-needed basis. The contractors will

submit quotes to the Engineering Department and the Public Services Department

for each project that arises during the course of the contract. Funds are

budgeted each fiscal year for this ongoing expense, in various accounts of the

Engineering Department and the Public Services Department.





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

held the _________ day of ____________, 2012 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 NEGOTIATION OF AN ANNUAL CONTRACT WITH

MANAGEMENT PARTNERS, INC., (CINCINNATI, OH) TO PROVIDE PERFORMANCE REVIEW AND

MANAGEMENT CONSULTING SERVICES.



WHEREAS, an RFP was administered (RFP No. 12-0016) and seventeen

proposals were received; and,



WHEREAS, the proposal submitted by Management Partners, Inc., met all proposal

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



WHEREAS, the initial term of this contract shall be for one year, with

the option to renew for two (2) additional twelve-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 negotiate an annual

contract with Management Partners, Inc., to provide performance review and

management consulting services. Funds are budgeted in FY13 Budget: General

Fund ? Executive ? Mayor?s Office ? Consulting; 0101-110-1000-MAYR-6315. Funds

will be budgeted each Fiscal Year for the remaining years of the contract.





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

held the _________ day of ____________, 2012 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 A SERVICE CONTRACT FOR VARIOUS TYPES OF

TRANSMISSIONS WITH JASPER ENGINES & TRANSMISSION AND RELIABLE TRANSMISSION

SERVICE, INC., (PEACHTREE CITY, GA) FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$26,061.00.



WHEREAS, transmission repair and rebuild services are required for

METRA Transit System, and will be procured on an ?as needed? basis; and,



WHEREAS, the contract period shall be for three years, with the option

to renew for two additional twelve month periods. Contract renewal is

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



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

FOLLOWS:



That the City Manager is hereby authorized to enter into a service

contract for various types of transmissions with Jasper Engines & Transmission

and Reliable Transmission Service, Inc., for the estimated annual contract

value of $26,061.00. Funds are budgeted each fiscal year for this ongoing

expense: Transportation Fund - METRA FTA (UMTA), Bus Engines,

0751-610-2400-MFTA-7728; (City 10%, Federal 80% and State 10%).



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

the _________ day of ____________________, 2012 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


No attachments for this document.

Back to List