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 # 7



Columbus Consolidated Government



Council Meeting



October 28, 2014



Agenda Report # 45





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) FIRE STATION NO. 9 ? RFB NO. 15-0004



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

with Pond Constructors (Norcross, GA) in the amount of $2,349,500.00 for the

construction of Fire Station No. 9. The new 3-bay fire station will be located

at Macon Road at Avalon Road.



The work consists of, but is not limited to, the following major elements:

concrete on slab grade, load bearing masonry walls with brick veneer, wood roof

trusses, metal roofing, and all civil, paving, landscaping, mechanical,

electrical and plumbing.



Per RFQ No. 14-0001, the Engineering Department pre-qualified six (6)

contractors to bid on the project. On August 7, 2014, bid postcard invitations

were mailed to the six (6) contractors and the RFB was posted on the City?s

website and Georgia Procurement Registry. This bid has been advertised, opened

and reviewed. Bids were received on September 10, 2014 from the following five

(5) pre-qualified contractors:





CONTRACTOR BID DBE

PARTICIPATION

Pond Constructors (Norcross, GA) $ 2,349,500.00 14%

Anderson Construction Company of Fort Gaines (Fort Gaines, GA) 2,358,340.00 0%

River City Contracting, Inc. (Columbus, GA) 2,446,917.00 Vendor did not provide the

information

Batson-Cook Construction (West Point, GA) 2,642,370.00 Vendor did not provide the

information

Brasfield & Gorrie (Columbus, GA) 3,325,100.00 3%



Funds are budgeted in the FY15 Budget: $1,874,500.00 from CBA Bonds ? Fire/EMS

Station ? General Construction ? Fire Station No. 9;

0559-800-2100-BAFE-7661-82001-20100 and $475,000.00 from SPLOST Gidden Road,

0540-695-2126-xxxx-53047-20140.



* * * * * *



(B) CHANGE ORDER 1 FOR DOUBLE CHURCHES TENNIS COURT LIGHTING



It is requested that Council authorize the execution of Change Order 1 with S.

Electrical Contractors, Inc. (Phenix City, AL) in the amount of $8,400.00 for

the Double Churches Tennis Court Lighting project.



Per Resolution No. 198-14, Council authorized S. Electrical Contractors to

provide sports lighting services at the tennis courts and batting cages at

Double Churches Park. The work includes the installation of power conduit,

which is required by code to be installed at least 18? below ground. While

attempting to perform the services, the contractor discovered rocks that are a

foot below ground and are in 8-10 different areas on the site. The rocks must

be removed before the contractor can complete the work, and the approximate

cost for removing the rocks is $7,900.00. The contractor also has to remove

and dispose of an older wooden pole that is not being used and is close to a

cell phone tower. The cost for removing and disposing the pole is $500.00.





DOCUMENT DESCRIPTION AMOUNT

Original Contract Sports lighting services for the Double Churches tennis courts and

batting cages. $ 57,921.00

Change Order 1 Rock removal for conduit installation and Removal/Disposal of

existing pole. 8,400.00

New Contract Amount $ 66,321.00





Funds are available in the FY15 Budget: LOST-Infrastructure ? Parks and

Recreation ? Park Services ? General Construction ? Double Churches Tennis

Court Lighting; 0109-270-9901-PRSV-7661-96018-20130.



* * * * * *



(C) 30? FOOT LOW FLOOR TROLLEY BUS (ANNUAL CONTRACT) ? RFB NO. 15-0001



It is requested that Council authorize the annual contract to purchase 30? foot

low floor trolley buses, from Gillig LLC. (Haywood, CA). The unit price, per

fiscal year of the contract is $435,847.00. (Beginning with FY17, Option buses

and equipment purchased after initial order will be priced at the base prices

shown on the pricing schedule, plus PPI (Producer Price Index) ?Category 1413

Truck & Bus Bodies?. Base index used will be index at award date.)



The 30? foot low floor trolley buses are replacement units for the existing

trolley buses. 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. Contract renewal is contingent upon

the City and the Contractor.



Bid postcard invitations were mailed to fifty-four vendors and bid

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

Georgia Procurement Registry. One bid was received August 13, 2014. This bid

has been advertised, opened and reviewed. The bidder was:



DESCRIPTION/

VENDOR Gillig LLC

(Hayward, CA)

Total Unit Price

Unit Cost Per Contract Year

Year 1: FY 15 $435,847.00

Unit Cost Per Contract Year

Year 2: FY 16 $435,847.00

Unit Cost Per Contract Year

Year 3: FY 17 *$435,847.00

Unit Cost Per Contract Year

Year 4: FY 18 *$435,847.00

Unit Cost Per Contract Year

Year 5: FY 19 *$435,847.00



*(Beginning with FY17, Option buses and equipment purchased after initial

order will be priced at the base prices shown on the pricing schedule, plus PPI

(Producer Price Index) ?Category 1413 Truck & Bus Bodies?. Base index used

will be index at award date.)



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%).



* * * * * *



(D) TREE REMOVAL SERVICES (ANNUAL CONTRACT) - RFB NO. 15-0008



It is requested that Council approve the execution of a tree removal service

contract with Elite Tree Service, Inc. (Columbus, GA). The bid price is based

on various tree sizes, and the services will be utilized on an "as needed"

basis. The Public Works Department budgets approximately $70,000.00 per year

for these services.



The vendor will remove trees at various locations within the City, which are in

hazardous conditions and could pose a serious liability for the City.



The contract term will be for two (2) years with the option to renew for three

additional twelve-month periods.



Bid postcard invitations were mailed to forty-five vendors and bid

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

Georgia Procurement Registry. One bid was received September 24, 2014. This

bid has been advertised, opened and reviewed. The bidder was:





DIAMETER-BREADTH-HEIGHT UNIT PRICES FOR TREE REMOVAL SERVICES

Elite Tree Service, Inc.

(Columbus, GA)

6" - 11" $300.00

12" - 17" $500.00

18" - 23" $850.00

24" - 29" $1,300.00

30" - 35" $1,975.00

36" - 41" $2,675.00

42" - 47" $3,250.00

48" - 53" $3,800.00

54" - 60" $4,700.00





Funds are budgeted each fiscal year for this on-going expense: Paving Fund ?

Public Works ? Urban Forestry and Beautification Right-of-Way Maintenance -

Contractual Services; 0203-260-3120-ROWM-6319.



* * * * * *



(E) ArcGIS SOFTWARE LICENSE AND MAINTENANCE



It is requested that Council approve payment to ESRI (Redlands, California) in

the amount of $38,065.07, for the annual ArcGIS Software Maintenance and

License covering the period from November 16, 2014 through November 15, 2015.



ESRI is the developer of various software packages used by the GIS Division,

and other departments, for map generation, as well as, editing and maintaining

the City?s tax parcels, streets zoning and land use databases. Consequently,

the vendor is considered an Only Known Source for the maintenance and support

of the software, per Section 3-114 of the Procurement Ordinance.



Funds are budgeted in FY15 Budget: General Fund - Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.

?ITEM A?

A RESOLUTION



NO.______

A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

POND CONSTRUCTORS (NORCROSS, GA) IN THE AMOUNT OF $2,349,500.00 FOR THE

CONSTRUCTION OF FIRE STATION NO. 9.





WHEREAS, the new 3-bay fire station will be located at Macon Road at

Avalon Road; and,



WHEREAS, the work consists of, but is not limited to, the following

major elements: concrete on slab grade, load bearing masonry walls with brick

veneer, wood roof trusses, metal roofing, and all civil, paving, landscaping,

mechanical, electrical and plumbing.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction contract

with Pond Constructors (Norcross, GA) in the amount of $2,349,500.00 for the

construction of Fire Station No. 9. Funds are budgeted in the FY15 Budget:

$1,874,500.00 from CBA Bonds ? Fire/EMS Station ? General Construction ? Fire

Station No. 9; 0559-800-2100-BAFE-7661-82001-20100 and $475,000.00 from SPLOST

Gidden Road, 0540-695-2126-xxxx-53047-20140.



_______________



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

held the _________ day of ____________, 2014 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 CHANGE ORDER 1 WITH S. ELECTRICAL

CONTRACTORS, INC. (PHENIX CITY, AL) IN THE AMOUNT OF $8,400.00 FOR THE DOUBLE

CHURCHES TENNIS COURT LIGHTING PROJECT.



WHEREAS, per Resolution No. 198-14, Council authorized S. Electrical

Contractors to provide sports lighting services at the tennis courts and

batting cages at Double Churches Park; and,



WHEREAS, the work includes the installation of power conduit, which is required

by code to be installed at least 18? below ground. While attempting to perform

the services, the contractor discovered rocks that are a foot below ground and

are in 8-10 different areas on the site. The rocks must be removed before the

contractor can complete the work, and the approximate cost for removing the

rocks is $7,900.00. The contractor also has to remove and dispose of an older

wooden pole that is not being used and is close to a cell phone tower. The

cost for removing and disposing the pole is $500.00.



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



That the City Manager is hereby authorized to execute Change Order 1

with S. Electrical Contractors, Inc. (Phenix City, AL) in the amount of

$8,400.00 for the Double Churches Tennis Court Lighting project. Funds are

available in the FY15 Budget: LOST-Infrastructure ? Parks and Recreation ?

Park Services ? General Construction ? Double Churches Tennis Court Lighting;

0109-270-9901-PRSV-7661-96018-20130.



_____________________



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

the _________ day of _________________, 2014 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 ANNUAL CONTRACT TO PURCHASE 30? FOOT LOW

FLOOR TROLLEY BUSES, FROM GILLIG, LLC (HAYWARD, CA. THE UNIT PRICE, PER FISCAL

YEAR OF THE CONTRACT IS $435,847.00 (BEGINNING WITH FY17, OPTION BUSES AND

EQUIPMENT PURCHASED AFTER INITIAL ORDER WILL BE PRICED AT THE BASE PRICES SHOWN

ON THIS PRICING SCHEDULED PLUS PPI (PRODUCER PRICE INDEX) "CATEGORY 1413 TRUCK

& BUS BODIES". BASE INDEX USED WILL BE INDEX AT AWARD DATE.)



WHEREAS, the 30? foot low floor trolley buses are replacement units for

the existing trolley buses. 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 30? foot low floor trolley buses, from Gillig LLC

(Hayward, CA). The unit price, per fiscal year of the contract is

$435,847.00. (Beginning with FY17, Option buses and equipment purchased after

initial order will be priced at the base prices shown on the pricing schedule,

plus PPI (Producer Price Index) ?Category 1413 Truck & Bus Bodies?. Base index

used will be index at award date.) 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.

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 ___________, 2014 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 AN ANNUAL CONTRACT FOR TREE REMOVAL

SERIVE CONTRACT WITH ELITE TREE SERVICE, INC. (COLUMBUS, GA). THE BID PRICE IS

BASED ON VARIOUS TREE SIZES, AND THE SERVICES WILL BE UTILIZED ON AN "AS

NEEDED" BASIS. THE PUBLIC WORKS DEPARTMENT BUDGETS APPROXIMATELY $70,000 PER

YEAR FOR THESE SERVICES.



WHEREAS, Elite Tree Service, Inc. (Columbus, GA) will remove various sized

trees within the City on an ?as needed? basis; and,



WHEREAS, the contract term will be for two (2) years with the option to renew

for three additional twelve-month periods.



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



That the City Manager is hereby authorized to execute a contract for

tree removal services with Elite Tree Service, Inc. (Columbus, GA) on an ?as

needed basis? for the Public Works Department. The Public Works Department

budgets approximately $70,000.00 per year for these services. Funds are

budgeted each fiscal year for this on-going expense: Paving Fund ? Public

Works ? Urban Forestry and Beautification Right-of-Way Maintenance -

Contractual Services; 0203-260-3120-ROWM-6319



_____________



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

the _________ day of ____________, 2014 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 PAYMENT TO ESRI (REDLANDS, CALIFORNIA) IN THE

AMOUNT OF $38,065.07, FOR THE ANNUAL ARCGIS SOFTWARE MAINTENANCE AND LICENSE

COVERING THE PERIOD FROM NOVEMBER 16, 2014 THROUGH NOVEMBER 15, 2015.



WHEREAS, ESRI is the developer of various software packages used by the GIS

Division, and other departments, for map generation, as well as, for editing

and maintaining the City?s tax parcels, streets zoning and land use databases.

Consequently, the vendor is considered an Only Known Source for the maintenance

and support of the software, per Section 3-114 of the Procurement Ordinance.



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



That the City Manager is hereby authorized to make payment to ESRI

(Redlands, California) in the amount of $38,065.07, for the annual ArcGIS

Software Maintenance and License covering the period from November 16, 2014

through November 15, 2015. Funds are budgeted in FY15 Budget: General Fund -

Information Technology ? Software Lease; 0101-210-1000-ISS-6541.



______________



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

_________ day of ____________, 2014 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