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 27, 2009



Agenda Report # 441



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) EQUIPMENT FOR FIRE APPARATUS



It is requested that Council approve the purchase of various ancillary

equipment from Hall-Mark Fire Apparatus, Inc., (Ocala, Florida) in the amount

of $54,611.85. The equipment will be installed on a recently purchased pumper

that will be utilized by the Fire/EMS Department at Station #1.



The ancillary equipment includes: axes, hydrant wrench, shovels, rope, various

nozzles, folding ladder and various other rescue equipment.



To accomplish this purchase, the City is participating in an RFP administered

by the City of Tallahassee, Florida. The City?s Procurement Ordinance, Article

9-101, ?Cooperative Purchasing Authorized,? allows for participation in the RFP.



The RFP administered by the City of Tallahassee, Request for Proposal No.

0152-05-VA-TC, is an annual contract for Fire Apparatus and Special Application

Vehicles. Hall-Mark Fire Apparatus was the successful vendor and entered into

Contract #1274 with the City of Tallahassee for a 5-year period, with the

option to renew for an additional five years. The contract began on June 15,

2006. The procurement process administered by the City of Tallahassee meets

the procurement requirements of Columbus Consolidated Government; and Hall-Mark

has agreed to provide the fire apparatus to the City under the same contract.



Funds are budgeted in the FY10 Budget: 1999 Sales Tax Project Fund ? 1999

SPLOST ? 99 SPLOST POL/FIRE VEH/EQUIP ? Heavy Trucks ? Police/Fire Equipment

Project; 0540 ? 695 ? 2123 ? TXPF ? 7723 ? 50120 - 20100.





(B) ARCHITECTURAL/ENGINEERING SERVICES FOR THE RIVERWALK - 14th STREET BRIDGE

PROJECT



It is requested that Council approve the contract with Hecht Burdeshaw

Architects, Inc., (Columbus, GA) in the amount of $92,714, for

architectural/engineering services related to the Riverwalk ?14th Street Bridge

Project.



Recently, the Georgia Department of Transportation awarded $3.5 million in

American Recovery and Reinvestment Act of 2009 (ARRA) funds (Stimulus funding)

for the redevelopment of the 14th Street Pedestrian Bridge. With these funds

the city will be able to complete this vital section of the Riverwalk for the

community. This project however cannot begin without the completion of the

necessary architectural and engineering documentation.



The approval of this contract will authorize the final design work for the 14th

Street Bridge begun in 2004, by Hecht Burdeshaw Architects, under a previous

contract with Uptown Columbus. This contract will include producing bid

documents, negotiation services and construction administration services.

Hecht Burdeshaw Architects is recommended to complete the design services due

to their experience, knowledge and previous work on the project.



Funds are budgeted in the FY10 Budget: Capital Projects Fund ? Paving Fund

Supported Capital Projects ? Contingency - 14th St. Bridge;

0508-660-3000-CPPF-9801-21044-20100.



* * * * * * * *



(C) MOBILE DATA/AUTOMATIC VEHICLE LOCATION (AVL) WORKSTATIONS



It is requested that Council authorize the purchase one hundred (100) MW810

mobile data/ automatic vehicle location (AVL) workstations, in the amount of

$1,120,700 from Motorola Corporation. The unit cost for the Mobile Data/AVL is

$11,207.



The equipment will be installed in police vehicles purchased due to the

expansion of the Police Department?s authorized strength by one hundred new

officers.



This purchase is part of a continuing project aimed at equipping all

appropriate public safety vehicles with advanced technology, in order to

maximize the efficiency of public safety response calls, for service, from the

public. Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a

contract with Motorola to provide mobile data units for public safety

departments. To maintain uniformity of the equipment, the City has continued

to purchase the equipment from Motorola. Consequently, the vendor is

considered the only known source to provide the equipment, in accordance with

the Procurement Ordinance, Article 3-114.



Funds are budgeted in the FY10 Budget: Twenty-two (22) workstations are

budgeted in 1999 Sales Tax Project Fund ? 1999 SPLOST ? 99 SPLOST POL/FIRE

VEH/EQUIP ? Automobiles ? Police/Fire Equipment Project;

0540-695-2123-TXPF-7721-50110-20090. Seventy-eight (78) workstations are

budgeted in Lost Fund ? Police ? Automobiles; 0102-400-9900-LOST-7721.



(D) BUS ADVERTISING SERVICES (ANNUAL CONTRACT) ? RFP NO. 10-0001



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

Renaissance Marketing, Inc., (Savannah, Georgia), to provide bus advertising to

be placed on the exterior and/or interior of METRA buses. The Contractor will

provide the following services:



Solicit advertisements to be placed on the exterior and interior spaces on

METRA?s buses.

Provide standard sized advertisements and full wrap displays on the buses.

Standard sized advertisements include: King (Street side 30? x 144?); Queen

(Curb side 30? x 88?); Tail (Rear 21? x 72?); and Interior (Inside Cards 11? H

x 28? W). Other options and sized advertisement displays on the buses will be

considered by METRA.

Provide advertisement that shall be reputable in character and conform to

recognized business standards and appropriate City ordinances.

Provide advertisement that shall not conflict with the laws of the United

States or any state or political subdivision thereof.

Maintain all ads so as to insure its neat appearance, and promptly repair any

torn or damaged ad, which in the opinion of METRA is unsightly in appearance.

Provide limited interior advertising space available, without charge, to

eligible organizations and for eligible public services announcements. Public

Services Announcements raises awareness and helps organizations get their

messages directed to a significant segment of the general public.

Furnish at its expense all equipment, supplies and materials necessary

incidental to the contract, sales and installation of advertising materials.

Firm agrees to share a proposed dollar amount monthly or a percentage of the

monthly net revenue with METRA, whichever is greater.



The contract term shall be for two years with the option to renew for three (3)

additional twelve-month periods. The contract renewal will be contingent upon

the mutual agreement of the City and the Contractor.



Request for proposal postcard invitations were mailed to forty-seven (47)

vendors and the specifications were posted on the City?s website. This RFP has

been advertised, opened and evaluated. A Pre-Proposal Conference was held at

10:00 a.m., Thursday, August 20, 2009 at the Department of

Transportation/METRA. One vendor was present at the conference. One proposal

was received on September 4, 2009 from the following offeror:



Renaissance Marketing, Inc. (Savannah, GA)



The proposal was reviewed by the Evaluation Committee, which consisted of

representatives from the Department of Transportation/METRA. The committee

also consisted of one non-voting Advisory member from the Department of

Transportation/METRA. 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 RFP process, there

is no formal opening due to the possibility of negotiated components of the

proposal. In the event City Council does not approve the recommended offeror,

no proposal responses or any negotiated components are made public until after

the award of the contract. The payment schedule for the proposed share of

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

informational purposes.



Funds will be deposited into the following Revenue Account: Transportation

Fund ? Government Wide Revenue ? Government Wide Revenue ? Revenue ?

Advertising, 0751-099-1999- REVN-4563.



* * * * * *





(E) CONTRACT AMENDMENT FOR ADDITIONAL ENGINEERING SERVICES REQUIRED FOR

VETERANS PARKWAY WIDENING PROJECT FROM OLD MOON ROAD TO HANCOCK ROAD



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

with Jordan, Jones & Goulding (Columbus, GA) for additional engineering

services required for the Veterans Parkway Widening Project from Old Moon Road

to Hancock Road in the amount of $341,650, plus payment for any contingencies

due to unforeseen issues.



Georgia DOT is requiring that the City move forward and complete the

preliminary design for this project in order to facilitate the acquisition of

the Right of Way. The amendment to the contract is required due to several

changes that have occurred over the last three years while waiting for

Categorical Exclusion to be approved by the Federal Highway Administration.

The changes include the following:



-New Site Developments, including: 1) The Gold?s Gym Development, 2) The

Fortson Place development, 3) The Pafford Development and the 4) Kumar Property

development. The new site developments have changed the existing conditions

that the current design has been based upon. These new sites will need to be

surveyed, and the design and Right of Way Plans will need to be updated

accordingly.



-New Roadways: Since 2005 Old Guard Road has been constructed and tied into

Veterans Parkway. Veterans Parkway has been widened from Moon Road to Old

Guard Road to accommodate new school traffic for the area. These new

facilities will need to be surveyed and incorporated into the overall design

plans.



-Erosion Control: EPD reissued NPDES General Permits on August 1, 208, and

revised the Erosion, Sedimentation and Pollution Control Plan Checklists for

January 2009. The preliminary Erosion Control plans need to be revised and

updated to meet these new standards.



-Value Engineering: Jordan, Jones and Goulding (JJG) and GDOT have completed

the Value Engineering process, which is required for projects that have overall

costs greater than $10 million. The final VE report requires the JJG narrow

the urban shoulders on the project from 176? to 12?. This revision will impact

the construction limits, drainage, erosion control, and other design features.



-Jurisdictional Waters: Based on new guidelines from the U.S. fish and

Wildlife Service, the proposed culverts on the project must be updated to meet

new standards for fish passage. GDOT now also requires all Environmentally

Sensitive Areas to be shown on the plans in an updated presentation format.



-GDOT Policies: The preliminary plans must be updated to match any new GDOT

design and plan presentation guides over the last 3 years.

-Update Traffic Projections: GDOT requires that the plans reflect the updated

build year. This build year has been changing as the project has been delayed.



-Re-evaluation of Categorical Exclusion (CE): GDOT and FHWA require that

environmental documents be updated within 6 months of Right of Way

Authorization; thus an additional re-evaluation of the CE will be required.



Per Resolution #560-03,Council approved the contract with Jordan, Jones and

Goulding to provide engineering services for the Veterans Parkway Widening

Project. Jordan, Jones & Goulding has provided engineering services thus far

for this project and is considered an Only Know Source, per Section 3-114 of

the Procurement Ordinance.



Funds are budgeted in FY10 Budget: 1999 Sales Tax Project Fund ? 1999 SPLOST ?

99 SPLOST ROAD/STREET/BRIDGES ? Contingency -Veteran?s Parkway Widening Project

(Old Moon Rd. to Hancock Rd.); 0540-695-2126-TXRB-9801-50319-20030.







?ITEM A?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF VARIOUS ANCILLARY EQUIPMENT

FROM HALL-MARK FIRE APPARATUS, INC., (OCALA, FLORIDA) IN THE AMOUNT OF

$54,611.85.



WHEREAS, the equipment will be installed on a recently purchased pumper that

will be utilized by the Fire/EMS Department at Station #1; and,



WHEREAS, to accomplish this purchase as expediently as possible, the City is

participating in an RFP administered by the City of Tallahassee, Florida. The

City?s Procurement Ordinance, Article 9-101, ?Cooperative Purchasing

Authorized,? allows for participation in the RFP. The RFP administered by the

City of Tallahassee, Request for Proposal No. 0152-05-VA-TC, is an annual

contract for Fire Apparatus and Special Application Vehicles. Hall-Mark Fire

Apparatus was the successful vendor and entered into Contract #1274 with the

City of Tallahassee for a 5-year period, with the option to renew for an

additional five years. The contract began on June 15, 2006. The procurement

process administered by the City of Tallahassee meets the procurement

requirements of Columbus Consolidated Government; and Hall-Mark has agreed to

provide the fire apparatus to the City under the same contract.



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



That the City Manager is hereby authorized to purchase of various

ancillary equipment from Hall-Mark Fire Apparatus, Inc., (Ocala, Florida) in

the amount of $54,611.85. Funds are budgeted in the FY10 Budget: 1999 Sales

Tax Project Fund ? 1999 SPLOST ? 99 SPLOST POL/FIRE VEH/EQUIP ? Heavy Trucks ?

Police/Fire Equipment Project; 0540 ? 695 ? 2123 ? TXPF ? 7723 ? 50120 - 20100.





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

held the _________ day of __________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM B?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE CONTRACT WITH HECHT BURDESHAW ARCHITECTS,

INC., (COLUMBUS, GA) IN THE AMOUNT OF $92,714, FOR ARCHITECTURAL/ENGINEERING

SERVICES RELATED TO THE RIVERWALK ?14TH STREET BRIDGE PROJECT.



WHEREAS, recently, the Georgia Department of Transportation awarded $3.5

million in American Recovery and Reinvestment Act of 2009 (ARRA) funds

(Stimulus funding) for the redevelopment of the 14th Street Pedestrian Bridge.

With these funds the city will be able to complete this vital section of the

Riverwalk for the community. This project however cannot begin without the

completion of the necessary architectural and engineering documentation.; and,



WHEREAS, the approval of this contract will authorize the final design work for

the 14th Street Bridge that started in 2004, by Hecht Burdeshaw Architects,

under a previous contract with Uptown Columbus. This contract will include

producing bid documents, negotiation services and construction administration

services. Hecht Burdeshaw Architects is recommended to complete the design

services due to their experience, knowledge and previous work on the project.



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



That the City Manager is hereby authorized to enter the contract with

Hecht Burdeshaw Architects, Inc., (Columbus, GA) in the amount of $92,714, for

architectural/engineering services related to the Riverwalk ?14th Street Bridge

Project. Funds are budgeted in the FY10 Budget: Capital Projects Fund ? Paving

Fund Supported Capital Projects ? Contingency - 14th St. Bridge;

0508-660-3000-CPPF-9801-21044-20100.





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

held the _________ day of __________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM C?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE HUNDRED (100) MW810 MOBILE

DATA/AUTOMATIC VEHICLE LOCATION (AVL) WORKSTATIONS IN THE AMOUNT OF $1,120,700

FROM MOTOROLA CORPORATION. THE UNIT COST FOR THE MOBILE DATA/AVL IS $11,207.



WHEREAS, the equipment will be installed in police vehicles purchased

due to the expansion of the Police Department?s authorized strength by one

hundred new officers; and,



WHEREAS, this purchase is part of a continuing project aimed at

equipping all appropriate public safety vehicles with advanced technology, in

order to maximize the efficiency of public safety response calls, for service,

from the public. Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded

a contract with Motorola to provide mobile data units for public safety

departments. To maintain uniformity of the equipment, the City has continued

to purchase the equipment from Motorola. Consequently, the vendor is

considered the only known source to provide the equipment, in accordance with

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 purchase one hundred

(100) MW810 mobile data/ automatic vehicle location (AVL) workstations, in the

amount of $1,120,700 from Motorola Corporation. Funds are budgeted in the FY10

Budget: Twenty-two (22) workstations are budgeted in 1999 Sales Tax Project

Fund ? 1999 SPLOST ? 99 SPLOST POL/FIRE VEH/EQUIP ? Automobiles ? Police/Fire

Equipment Project; 0540-695-2123-TXPF-7721-50110-20090. Seventy-eight (78)

workstations are budgeted in Lost Fund ? Police ? Automobiles;

0102-400-9900-LOST-7721.





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

held the _________ day of __________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM D?



A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING A CONTRACT WITH RENAISSANCE MARKETING, INC., TO

PROVIDE BUS ADVERTISING TO BE PLACED ON THE EXTERIOR AND/OR INTERIOR OF

DEPARTMENT OF TRANSPORTATION/METRA BUSES.



WHEREAS, an RFP was administered (RFP No. 10-0001) and one proposal was

received; and,



WHEREAS, the proposal submitted by Renaissance Marketing, Inc., met all

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



WHEREAS, the 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 contract with Renaissance

Marketing, Inc., to provide bus advertising to be placed on the exterior and/or

interior of Department of Transportation/METRA buses. Funds will be deposited

into the following Revenue Account: Transportation Fund ? Government Wide

Revenue ? Government Wide Revenue ? Revenue ? Advertising, 0751-099-1999-

REVN-4563





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

held the _________ day of __________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor

?ITEM E?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT AMENDMENT WITH

JORDAN, JONES & GOULDING (COLUMBUS, GA) FOR ADDITIONAL ENGINEERING SERVICES

REQUIRED FOR THE VETERANS PARKWAY WIDENING PROJECT FROM OLD MOON ROAD TO

HANCOCK ROAD IN THE AMOUNT OF $341,650, PLUS PAYMENT FOR ANY CONTINGENCIES DUE

TO UNFORESEEN ISSUES.



WHEREAS, Georgia DOT is requiring that the City move forward and complete the

preliminary design for this project in order to facilitate the acquisition of

the Right of Way. The amendment to the contract is required due to several

changes that have occurred over the last three years while waiting for

Categorical Exclusion to be approved by the Federal Highway; and,



WHEREAS, per Resolution #560-03,Council approved the contract with

Jordan, Jones and Goulding to provide engineering services for the Veterans

Parkway Widening Project. Jordan, Jones & Goulding has provided engineering

services thus far for this project and is considered an Only Known Source, 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 execute a contract

amendment and amend Resolution #560-03 with Jordan, Jones & Goulding (Columbus,

GA) for additional engineering services required for the Veterans Parkway

Widening Project from Old Moon Road to Hancock Road in the amount of $341,650,

plus payment for any contingencies due to unforeseen issues. Funds are

budgeted in the FY10 Budget: 1999 Sales Tax Project Fund ? 1999 SPLOST ? 99

SPLOST ROAD/STREET/BRIDGES ? Contingency - Veteran?s Parkway Widening Project

(Old Moon Rd. to Hancock Rd.); 0540-695-2126-TXRB-9801-50319-20030.





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

held the _________ day of __________________, 2009 and adopted at said meeting

by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor









Attachments


No attachments for this document.

Back to List