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 # 12



Columbus Consolidated Government



Council Meeting



July 12, 2011



Agenda Report # 671



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





A) ASSESSMENT CENTER FOR PROMOTIONAL TESTING FOR THE POLICE DEPARTMENT



It is requested that Council approve an agreement with The University of

Georgia to provide an assessment center for promotional testing services for

the Police Department for a period of five years. In FY12, the Police

Department is anticipating promotional testing for the rank of Sergeant, in the

amount of $24,530.00. Approval is also requested to cover payments for any

additional or makeup assessment centers per the agreement.



The University of Georgia has provided this service to the City since 1983.

The Chief of Police at that time, Jim Wetherington, met with the Council, Mayor

and City Attorney at a retreat in Callaway Gardens and a plan for an assessment

center was developed. The Police Department has used the same Assessment

Center plan and UGA has provided this service since that time, with the

exception of one interruption. In 1999, the Police Department ran into a

problem with adverse impact (4/5 Rule) and the University of Georgia was unable

to provide this service based on possible discrimination. The Police

Department then used the contracted services of Morris & McDaniel for an

Assessment cycle. Morris & McDaniel had given notice that contract renewal

would cost $65,000, which when compared to UGA's $40,000 cost, was not cost

effective to renew the contract. The Police Chief, City Council and City

Attorney met and modified the process, which enabled UGA to provide the

services again. The Police Chief, Dozier, decided to bring UGA back to conduct

promotional testing. The University of Georgia is the only state agency that

is academically based and specializes in providing services to municipal and

local governments in the state.



Funds in the amount of $24,530.00 are budgeted in the FY12 Budget: Police ?

Promotional Exam Board; 0101-400-1000-POLC-6356, for the cost of promotional

testing this fiscal year. Funds will be budgeted, as needed, for future

promotional testing in subsequent fiscal years.





B) TREE TRIMMING & REMOVAL SERVICES (ANNUAL CONTRACT) ? RFB NO. 11-0076



It is requested that Council approve the annual contract for Tree Trimming and

Removal Services from Asplundh Tree Expert Company (Macon, GA) for an estimated

annual contract value of $50,000.00. The primary reason for having a

tree-trimming contract is to insure that in case of an emergency, a vendor will

already be under contract, if storm damages exceed Public Services capabilities

of handling.



The Contractor will furnish all necessary supervision, labor, equipment, tools,

transportation and other resources for pruning, trimming, dead wooding and

removal of City owned trees in compliance with Tree Care Industry Associations

(TCIA) Standards and ANSI A300 Standards. All work performed by the Contractor

will be subject to inspection by the Public Services Department City Arborist

or his/her designated representative.



The term of contract shall be for three years.



Bid specifications were posted on the City?s website and Georgia Procurement

Registry. One bid was received on June 22, 2011. The bid has been advertised,

opened and reviewed. The bidder is:

Total Base Bid Per Hour

Asplundh Tree Expert Company (Macon, GA) $118.12/hr



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

Public Services ? Right of Way Maintenance ? Contractual Services;

0203-260-3120-ROWM-6319.





C) REPAIR SERVICES FOR AERIAL LIFTS (ANNUAL CONTRACT) ? RFB NO. 11-0074



It is requested that Council approve the repair services contract for aerial

lifts from Barloworld Handling (Macon, GA) for the estimated annual contract

value of $20,000.00. The estimated annual contract value is based on past

repair services required for the City?s aerial lifts. The vendor will provide

repair services for aerial lifts for the bucket trucks utilized by Columbus

Consolidated Government on an ?as needed basis?.



The contract term will be for three years.



Bid specifications were posted on the City?s website and Georgia Procurement

Registry. Three bids were received on June 22, 2011. The bids have been

advertised, opened and reviewed. The bidders were:



Description/Vendor Barloworld Handling

(Macon, GA) Atlec Industries, Inc.

(St. Joseph, MO) O. G. Hughes & Sons, Inc.

(Knoxville, TN)

Shop Labor $76.00/hour $82.50/hour $85.00/hour

Field Service $76.00/hour $92.50/hour $85.00/hour

Welding and Fabrication $76.00/hour $82.50/hour $85.00/hour



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

Public Services ? Right of Way Maintenance ? Contractual Services;

0203-260-3120-ROWM-6319.





(D) ROOFING CONSULTING SERVICES (ANNUAL CONTRACT) ? RFP NO. 11-0021



It is requested that Council authorize the execution of an annual contract with

Dry Tech Consulting, LLC, the primary contractor, and ARID Consulting

Corporation, the secondary contractor, for roofing consulting services. The

contract consists of roofing consulting services on an ?as needed basis? for

individual buildings. The City owns buildings with approximately 60 build up

roofs, 40 metal roofs and 75 shingle roofs; however, services may not be

required for all the buildings.



The contract will be awarded to a Primary and Secondary contractor. When the

services are needed, the Primary contractor will be contacted first. If the

Primary contractor is not available, then the City will contact the Secondary

contractor to render the needed services.



The contracted vendors will perform the following services:



A. Roof Inspection Reports:

1. Perform complete visual inspection of designated roof.

2. Perform (1) or more core cuts as required to determine composition of roof

system, deck type, insulation thickness and presence of moisture.

3. Provide a written inspection report to include:

a. Scaled CAD plan drawing or roof indicating slope, drainage, and penetrations.

b. Composition of existing roof construction (with details)

c. Inspection report on conditions of field, flashing, drainage, life

expectancy and other miscellaneous items.

d. Photographic confirmation of Inspection Report with photo notes.

e. Short-term and Long-term recommendations



B. Specifications & Job Site Inspections:

1. Write detailed specifications upon approval of the scope of work by the City

of Columbus.

2. Provide detailed CAD drawings of all details, typical and customized for the

specific application.

3. Attend Pre-Bid Conferences with roofing contractors and handle all technical

questions during the meeting, as well as, additional questions or

clarifications, through the City of Columbus Purchasing Division, after the

pre-bid.

4. Review any submittals with the City of Columbus.

5. Perform periodic daily inspections during the entire process of the roofing

project.

6. Provide daily electronic progress reports.

7. Provide weekly punch list and final punch list before final inspection.

8. Perform final inspection with Roofing Contractor, Owner and Roofing

Manufacturer.

9. Review completed warranties with Owner.



The contract term shall be for one year, with the option to renew for four (4)

additional twelve-month periods, if agreeable to both parties.



Request for proposals were posted on the City?s website and the Georgia

Procurement Registry. The RFP has been advertised, opened and evaluated. On

April 15, 2011, eleven (11) proposals were received from the following offerors:



Dry Tech Consulting, LLC (Buford, GA)

ARID Consulting Corporation (Byron, GA)

Merik, Inc. (Marietta, GA)

Raymond Engineering, Inc. (Conyers, GA)

Building Technology Associates (Oak Park, MI)

ATC Group Services Inc. d/b/a ATC Associates, Inc. (Columbus, GA)

The Epsten Group, Inc. (Atlanta, GA)

NOVA (Kennesaw, GA)

A.P. Ward Consulting (Kennesaw, GA)

Roof Engineering d/b/a REI Engineers (Charleston, SC)

Bradfield, Richards, Rhodes & Associates (Atlanta, GA)



Proposals were reviewed by the Evaluation Committee, which consisted of

representatives from the METRA Transportation, Public Services and Engineering

Departments. The Evaluation Committee deemed the proposal from Dry Tech

Consulting, LLC and ARID Consulting Corporation most responsive to the RFP

specifications. Therefore, the Evaluation Committee recommended award of the

contract to Dry Tech Consulting, LLC and ARID Consulting Corporation.



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 Purchasing Division

will begin negotiations with the next highest ranked vendor (s) or re-bid the

project, whichever is in the best interest of the City.



Funds will be budgeted per fiscal year, as needed, for approved roofing

projects.



?ITEM A?

A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING AN AGREEMENT WITH THE UNIVERSITY OF GEORGIA TO PROVIDE

AN ASSESSMENT CENTER FOR PROMOTIONAL TESTING SERVICES FOR THE POLICE DEPARTMENT

FOR A PERIOD OF FIVE YEARS. IN FY12, THE POLICE DEPARTMENT IS ANTICIPATING

PROMOTIONAL TESTING FOR THE RANK OF SERGEANT, IN THE AMOUNT OF $24,530.00.

APPROVAL IS ALSO REQUESTED TO COVER PAYMENTS FOR ANY ADDITIONAL OR MAKEUP

ASSESSMENT CENTERS PER THE AGREEMENT.



WHEREAS, the University of Georgia has provided this service to the

City since 1983. The Chief of Police at that time, Jim Wetherington, met with

the Council, Mayor and City Attorney at a retreat in Callaway Gardens and a

plan for an assessment center was developed; and,



WHEREAS, the University of Georgia is the only state agency that is

academically based and specializes in providing services to municipal and local

governments in the state.



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



That the City Manager is hereby authorized to enter into an agreement

with The University of Georgia to provide an assessment center for promotional

testing services for the Police Department for a period of five years. In FY12,

the Police Department is anticipating promotional testing for the rank of

Sergeant, in the amount of $24,530.00, as well as, payments for any additional

or makeup assessment centers per the agreement. Funds in the amount of

$24,530.00 are budgeted in the FY12 Budget: Police ? Promotional Exam Board;

0101-400-1000-POLC-6356, for the cost of promotional testing this fiscal year.

Funds will be budgeted, as needed, for future promotional testing in subsequent

fiscal years.

_____________



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

_________ day of ____________, 2011 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 AN ANNUAL CONTRACT FOR TREE TRIMMING

AND REMOVAL SERVICES FROM ASPLUNDH TREE EXPERT COMPANY (MACON, GA) FOR THE

ESTIMATED ANNUAL CONTRACT VALUE OF $50,000.00.



WHEREAS, the primary reason for having a tree trimming contract is to

insure that in case of an emergency, a vendor will already be under contract,

if storm damages exceed Public Services capabilities of handling; and,



WHEREAS, Contractor will furnish all necessary supervision, labor, equipment,

tools, transportation and other resources for pruning, trimming, dead wooding

and removal of City owned trees in compliance with Tree Care Industry

Associations (TCIA) Standards and ANSI A300 Standards. All work performed by

the Contractor will be subject to inspection by the Public Services Department

City Arborist or his/her designated representatives; and,



WHEREAS, the term of contract shall be for three years.



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



That the City Manager is hereby authorized to execute an annual contract for

Tree Trimming and Removal Services from Asplundh Tree Expert Company for the

estimated annual contract value of $50,000.00. Funds are budgeted each fiscal

year for this on going expense: Paving Fund - Public Services ? 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 _____________, 2011 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 A CONTRACT FOR REPAIR SERVICES FOR

AERIAL LIFTS WITH BARLOWORLD HANDLING (MACON, GA) FOR THE ESTIMATED ANNUAL

CONTRACT VALUE OF $20,000.00.



WHEREAS, the contracted vendor will provide repair services for aerial

lifts utilized by Columbus Consolidated Government on an ?as needed basis?; and,



WHEREAS, the contract term shall be for three years.



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



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

Barloworld Handling (Macon, GA) for repair services for Aerial Lifts for the

estimated annual contract value of $20,000.00. Funds are budgeted each fiscal

year for this on going expense: Paving Fund - Public Services ? 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 _____________, 2011 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 WITH DRY TECH

CONSULTING, LLC, PRIMARY CONTRACTOR, AND ARID CONSULTING CORP., SECONDARY

CONTRACTOR, FOR ROOFING CONSULTING SERVICES ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 11-0021) and eleven proposals were

received; and,



WHEREAS, the proposal submitted by Dry Tech Consulting, LLC and ARID Consulting

Corporation met all proposal requirements and are deemed most responsive to the

RFP; and,



WHEREAS, the initial term of the contract shall be for one (1) year, with the

option to renew for four 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 an annual

contract with Dry Tech Consulting, LLC, Primary Contractor and ARID Consulting

Company, Secondary Contractor, for roofing consulting services. Funds will be

budgeted per fiscal year, as needed, for approved roofing projects.

________________



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

held the _________ day of ______________, 2011 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