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 # 6



Columbus Consolidated Government

Council Meeting



October 9, 2018



Agenda Report # 38



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) PINE GROVE MUNICIPAL SOLID WASTE LANDFILL: C & D AREA 3 ? RFB NO. 19-0007

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

with McLeRoy Equipment, LLC (Zebulon, GA) in the amount of $610,404.00 for a

Construction and Demolition (C&D) landfill cell at Pine Grove Municipal Solid

Waste Landfill.



The project consists of providing all labor, materials, tools, equipment,

services and incidentals, and performing all work required to

construct-in-place a C & D landfill cell. The work consists of approximately

43,307 cubic yards of excavation, 15,425 cubic yards of structural fill,

sediment pond cleaning, 1,789 square yards of all-weather access road, and

erosion and sedimentation control items.



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

Georgia Procurement Registry on August 15, 2018. A mandatory pre-bid

conference/site visit was held on September 12, 2018; eight (8) contractors

were represented at the conference/site visit. Two (2) bids were received on

September 26, 2018. The bidders were:



Contractors Base Bid ?Alternate DBE

Participation

McLeRoy Equipment, LLC

(Zebulon, GA) $ 610,404.00 $ 622,005.50 13.01%

Shamrock Environmental Corporation

(Browns Summit, NC) 826,045.16 1,096,248.25 10.37%



?Alternate: Construct a citizen drop-off area.





Funds are budgeted in the FY19 Budget: Integrated Waste Management Fund ?

Capital Projects ? Integrated Waste Supported Capital Projects ?

Engineering/Architectural Services ? Pine Grove Construction & Demo Landfill

Expansion; 0207-660-4000-CPIW-6338-20733-20190.



* * * * * * * *

(B) REFUSE TRUCK ENGINE REPAIR



It is requested that Council approve payment to Albany Service Center/Cummins

Power South (Albany, GA), in the amount of $16,817.89, for repair services

performed on a Peterbilt Refuse Truck, Vehicle #6903.



The Refuse Truck, which has a Cummins engine, was towed to Albany Service

Center, in Albany, GA, due to engine problems. It was found the vehicle needed

an in-frame overhaul. The refuse truck is used to collect waste and is

crucial to the collection route. Consequently, the truck has been repaired and

is back in service.



Albany Service Center/Cummins Power South, the authorized Cummins engine

distributer and repair service dealer, performed the repair. Therefore, the

vendor is deemed an only known source per the Procurement Ordinance, Article

3-114.



Funds are available in the FY19 Budget: Integrated Waste Management ? Public

Works ? Solid Waste Collection ? Auto Parts and Supplies;

0207-260-3510-6721-GARB.



* * * * * * * *



(C) LOT CLEARING SERVICES (ANNUAL CONTRACT) ? RFB NO. 13-0030



It is requested that Council approve the contract with Aspire Landscaping, Inc.

(Cumming, GA) as an additional contractor to provide Lot Clearing Services:

Option 1 ? Grass Cutting Only, on an ?as needed? basis for the estimated annual

contract value of $77,280.00. Aspire Landscaping will be added to the current

list of contractors to provide Lot Clearing Services.



The current Lot Clearing Services contract, approved per Resolution 85-18 on

February 27, 2018, was awarded to the following Contractors: Yard Pro Lawncare

& Landscaping (Lanett, AL), as the Primary Contractor Option 1, and Outdoor

Solutions (Columbus, GA) as the Secondary Contractor ? Option 2. The

Inspections and Code Department has determined the current contractors have

been unable to meet the demand for services, and therefore a third contractor

has been requested. Aspire Landscaping, Inc., submitted the fourth lowest bid

and submitted their written agreement to provide the services at the same

submitted bid prices, contingent upon Council approval. The third lowest

bidder, Yard-Nique, Inc., submitted a written declination.



The contract is currently in the first term, ending March 11, 2020, 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.



Bid information was posted on the web pages of the Purchasing Division and the

Georgia Procurement Registry on January 5, 2018. Five (5) bids were received

on January 31, 2018. This bid has been advertised, opened and reviewed. The

bidders were:



Outdoor Solutions (Columbus, GA) YardPro Lawncare & Landscaping (Lanett, AL)

Yard-Nique, Inc. (Sharpsburg, GA) Aspire Landscaping, Inc. (Cumming, GA) Absolute

Quality Services, LLC (Columbus, GA)

Total Option 1

Grass Cutting Only: $ 42,872.00 $ 41,360.00 $ 48,200.00 $ 77,280.00 $ 99,000.00

Total Option 2

Solid Waste Removal Only: $ 18,120.00 $ 43,164.00 No Bid No Bid $ 214,800.00

Total Extended Cost: $ 60,992.00 $ 84,524.00 $ 48,200.00 $ 77,280.00 $ 313,800.00



Funds are budgeted each fiscal year for this ongoing expense: General Fund ?

Community Development ? Special Enforcement ? Lot Cleaning and Maintenance;

0101-240-2400-SENF-6382.



* * * * * * * *



(D) REPLACEMENT PLAYGROUND EQUIPMENT FOR 29TH STREET RECREATION CENTER



It is requested that Council approve the purchase of replacement playground

equipment, for the 29th Street Recreation Center, from GameTime/Dominica

Recreation Products, Inc. (Longwood, FL), in the amount of $149,973.00, by

cooperative purchase via US Communities Contract #2017001134.



The current playground equipment at the 29th Street Recreation Center is in

dire need of replacement. The playground and center is needed to serve the

population in that neighborhood and improve quality of life for the children in

that area.

GameTime was the successful vendor awarded the contract to provide Playground

and Outdoor Fitness Equipment, Site Accessories, Surfacing and Related Products

and Services, per RFP #269-2017-028. The initial 5-year contract term is July

1, 2017 ? June 30, 2022, with the option to renew for two (2) additional two

(2) year periods. U.S. Communities is the leading national government

purchasing cooperative, providing government procurement resources and

solutions to local and state government agencies, school districts (K-12),

higher education institutes, and nonprofits looking for the best overall

supplier government pricing. The City?s Procurement Ordinance, Article 9-101,

authorizes the use of cooperative purchasing.

The total cost of the playground equipment is $191,300.49, of which only

$149,973.00 will be paid by a Community Development Block Grant, per Resolution

#230-18. The difference of $41,327.49 will be donated by the vendor to the

City through vendor discounts and other state grant initiative discounts.



Funds are available in the FY19 Budget: Community Development Block Grant ?

Community Reinvestment ? Neighborhood Parks ? Site Improvements;

0210-245-3140-NPRK-7623.





?ITEM A?



A RESOLUTION

NO._____





A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH MCLEROY

EQUIPMENT, LLC (ZEBULON, GA) IN THE AMOUNT OF $610,404.00 FOR A CONSTRUCTION

AND DEMOLITION (C&D) LANDFILL CELL AT PINE GROVE MUNICIPAL SOLID WASTE LANDFILL.



WHEREAS, the project consists of providing all labor, materials, tools,

equipment, services and incidentals, and performing all work required to

construct-in-place a C & D landfill cell. The work consists of approximately

43,307 cubic yards of excavation, 15,425 cubic yards of structural fill,

sediment pond cleaning, 1,789 square yards of all-weather access road, and

erosion and sedimentation control items.



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



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

with McLeRoy Equipment, LLC (Zebulon, GA) in the amount of $610,404.00 for a

Construction and Demolition (C&D) landfill cell at Pine Grove Municipal Solid

Waste Landfill. Funds are budgeted in the FY19 Budget: Integrated Waste

Management Fund ? Capital Projects ? Integrated Waste Supported Capital

Projects ? Engineering/Architectural Services ? Pine Grove Construction & Demo

Landfill Expansion; 0207-660-4000-CPIW-6338-20733-20190.

__________________



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

_________ day of ____________, 2018 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 Garrett voting _____________.

Councilor House voting _____________.

Councilor Huff voting _____________.

Councilor Thomas voting _____________.

Councilor Turner Pugh voting _____________.

Councilor Woodson voting _____________.







___________________________________ __________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM B?



A RESOLUTION

NO.____





A RESOLUTION AUTHORIZING PAYMENT TO ALBANY SERVICE CENTER/CUMMINS POWER SOUTH

(ALBANY, GA), IN THE AMOUNT OF $16,817.89, FOR REPAIR SERVICES PERFORMED ON A

PETERBILT REFUSE TRUCK, VEHICLE #6903.



WHEREAS, The Refuse Truck, which has a Cummins engine, was towed to Albany

Service Center, in Albany, GA, due to engine problems. It was found the

vehicle needed an in-frame overhaul. The refuse truck is used to collect

waste and is crucial to the collection route. Consequently, the truck has been

repaired and is back in service; and,



WHEREAS, Albany Service Center/Cummins Power South, the authorized Cummins

engine distributer and repair service dealer, performed the repair.

Therefore, the vendor is deemed an only known source per the Procurement

Ordinance, Article 3-114.



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



That the City Manager is hereby authorized to payment to Albany Service

Center/Cummins Power South (Albany, GA), in the amount of $16,817.89, for

repair services performed on a Peterbilt Refuse Truck, Vehicle #6903. Funds

are available in the FY19 Budget: Integrated Waste Management ? Public Works ?

Solid Waste Collection ? Auto Parts and Supplies; 0207-260-3510-6721-GARB.



______________



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

_________ day of ____________, 2018 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 Garrett voting _____________.

Councilor House voting _____________.

Councilor Huff voting _____________.

Councilor Thomas voting _____________.

Councilor Turner Pugh voting _____________.

Councilor Woodson voting _____________.







___________________________________ __________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor







?ITEM C?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH ASPIRE LANDSCAPING,

INC. (CUMMING, GA) AS AN ADDITIONAL CONTRACTOR TO PROVIDE LOT CLEARING

SERVICES: OPTION 1 ? GRASS CUTTING ONLY, ON AN ?AS NEEDED? BASIS FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $77,280.00. ASPIRE LANDSCAPING WILL BE

ADDED TO THE CURRENT LIST OF CONTRACTORS TO PROVIDE LOT CLEARING SERVICES.



WHEREAS, the current Lot Clearing Services contract, approved per Resolution

85-18 on February 27, 2018, was awarded to the following Contractors: Yard Pro

Lawncare & Landscaping (Lanett, AL), as the Primary Contractor Option 1, and

Outdoor Solutions (Columbus, GA) as the Secondary Contractor ? Option 2.; and,



WHEREAS, the Inspections and Code Department has determined the current

contractors have been unable to meet the demand for services, and therefore a

third contractor has been requested; and,



WHEREAS, Aspire Landscaping, Inc., submitted the fourth lowest bid and

submitted their written agreement to provide the services at the same submitted

bid prices, contingent upon Council approval. The third lowest bidder,

Yard-Nique, Inc., submitted a written declination; and,



WHEREAS, the contract is currently in the first term, ending March 11, 2020,

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.



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



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

with Aspire Landscaping, Inc. (Cumming, GA) as an additional contractor to

provide Lot Clearing Services: Option 1 ? Grass Cutting Only, on an ?as needed?

basis for the estimated annual contract value of $77,280.00. Aspire

Landscaping will be added to the current list of contractors to provide Lot

Clearing Services. Funds are budgeted each fiscal year for this ongoing

expense: General Fund ? Community Development ? Special Enforcement ? Lot

Cleaning and Maintenance; 0101-240-2400-SENF-6382.



_________________



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

held the _________ day of ____________, 2018 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 Garrett voting _____________.

Councilor House voting _____________.

Councilor Huff voting _____________.

Councilor Thomas voting _____________.

Councilor Turner Pugh voting _____________.

Councilor Woodson voting _____________.







___________________________________ __________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM D?



A RESOLUTION



NO.



A RESOLUTION AUTHORIZING THE PURCHASE OF REPLACEMENT PLAYGROUND EQUIPMENT, FOR

THE 29TH STREET RECREATION CENTER, FROM GAMETIME/DOMINICA RECREATION PRODUCTS,

INC. (LONGWOOD, FL), IN THE AMOUNT OF $149,973.00, BY COOPERATIVE PURCHASE VIA

US COMMUNITIES CONTRACT #2017001134.



WHEREAS, the current playground equipment at the 29th Street Recreation Center

is in dire need of replacement. The playground and center is needed to serve

the population in that neighborhood, and improve the quality of life for the

children in that area; and,

WHEREAS, GameTime was the successful vendor awarded the contract to provide

Playground and Outdoor Fitness Equipment, Site Accessories, Surfacing and

Related Products and Services, per RFP #269-2017-028. The initial 5-year

contract term is July 1, 2017 ? June 30, 2022, with the option to renew for two

(2) additional two (2) year periods. U.S. Communities is the leading national

government purchasing cooperative, providing government procurement resources

and solutions to local and state government agencies, school districts (K-12),

higher education institutes, and nonprofits looking for the best overall

supplier government pricing. The City?s Procurement Ordinance, Article 9-101,

authorizes the use of cooperative purchasing; and,

WHEREAS, the total cost of the playground equipment is $191,300.49, of which

only $149,973.00 will be paid by a Community Development Block Grant, per

Resolution #230-18. The difference of $41,327.49 will be donated by the vendor

to the City through vendor discounts and other state grant initiative discounts.



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



That the City Manager is hereby authorized to purchase replacement playground

equipment, for the 29th Street Recreation Center, from GameTime/Dominica

Recreation Products, Inc. (Longwood, FL), in the amount of $149,973.00, by

cooperative purchase via US Communities Contract #2017001134. Funds are

available in the FY19 Budget: Community Development Block Grant ? Community

Reinvestment ? Neighborhood Parks ? Site Improvements; 0210-245-3140-NPRK-7623.

______________



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

held the _________ day of ____________, 2018 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 Garrett voting _____________.

Councilor House voting _____________.

Councilor Huff voting _____________.

Councilor Thomas voting _____________.

Councilor Turner Pugh voting _____________.

Councilor Woodson voting _____________.







___________________________________ __________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

Attachments


No attachments for this document.

Back to List