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



September 6, 2005



Agenda Report #__27__





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) REHABILITATION TO THE MA RAINEY HOME ? RFB NO. 05-0054



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

with Weber Construction, Inc., in the amount of $246,650.00, for

rehabilitation to the historic Ma Rainey Home. All work shall be performed in

accordance with the Secretary of Interior?s Standards for Rehabilitation. The

work includes, but is not limited to, construction of a new parking area;

selective demolition of all existing electrical wiring, electrical panels,

plumbing and gas piping, foundation repair; rehabilitation to the building?s

exterior; installation of new electrical, plumbing and mechanical systems;

installation of new insulation; rehabilitation, repair and/or replacement of

all interior wall and ceiling finishes; rehabilitation and repair of all

interior and exterior doors and windows; minor structural work on stairway;

rehabilitation and repair, or replacement of wood flooring; new architectural

woodwork and cabinetry; and a fire/alarm security system.



One hundred sixty-three bid invitations were mailed; five bid responses were

received on March 16, 2005. This bid has been advertised, opened and

reviewed. Additionally, the required approval has been obtained from the

Secretary of Interior, National Park Services. The bidders were:



Contractor Base Bid DBE Participation

Weber Construction, Inc. (Buena Vista, GA) 246,650.00 10.00%

Calhoun Construction Co., LLC (Columbus, GA) 249,000.00 8.44%

DE/TE Builders, Inc. (Fortson, GA) 287,000.00 ?0.00%

E & D Coatings, Inc. (Savannah, GA) 372,640.00 0.00%

D. Dean & Associates, Inc. (Columbus, GA) 393,000.00 1.27%



?DE/TE Builders, Inc., indicated they will procure the services of two DBE

subcontractors but did not list an anticipated dollar amount.



Funds are budgeted in FY06 Budget, 1999 SPLOST Liberty District Redevelopment,

General Construction; 0540-695-2134-TXLD-6561-50604-20030-0. This project is

also funded by a grant, Federal Save America's Treasure, in the amount o

$149,000.



* * * * * *



(B) TRAFFIC SIGNAL CONTRACTOR (ANNUAL CONTRACT) ? RFB NO. 05-0080



It is requested that Council approve the procurement of traffic signal

contractor services from O. H. Cable Construction for the estimated annual

contract value of $250,000. The traffic signal contractor will perform work

for the City on an annual ?as needed basis?. The Traffic Engineering Division

of the City will prepare the traffic signal design plans and procure some of

the equipment and supplies. The primary work performed by the traffic signal

contractor will be the construction of new traffic signal installations, with

the remaining work including the upgrade of signal equipment at existing

traffic signal locations.



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

four (4) additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



Eleven bid packages were mailed. A mandatory pre-bid conference was held

Wednesday, June 1, 2005 at 9:00 a.m. in the Government Center Annex Conference

Room. Two vendors attended the mandatory pre-bid conference. O. H. Cable

Construction was the only vendor to submit a proposal.



Funds are budgeted each fiscal year for this on going expense, 1999 Sales Tax

SPLOST Fund, 99 SPLOST Road/Bridge/Street - Engineering Architect Services ?

Signals-Streescapes; 0540-695-2126-TXRB-6338-50325-20050 & 1999 Sales Tax

SPLOST Fund, 99 SPLOST Road/Bridge/Street - Road Maintenance Materials ?

Signal/Traffic; 0540-695-2126-TXRB-6751-50311-20040.



* * * * * *



(C) ANNUAL MAINTENANCE FOR MUG SHOT SYSTEM



It is requested that Council authorize payment to DataWorks Plus, LLC, in the

amount of $14,172.00, for annual maintenance of the mug shot system. The

vendor will provide 24/7 maintenance support for the mug shot system utilized

by the Sheriff?s Department. The maintenance period will be for one year, from

August 1, 2005 through July 31, 2006.



Resolution No. 233-96 authorized the purchase of the upgraded mug shot system

from DataWorks Plus (formerly TFP, Inc.). The City has paid for subsequent

maintenance agreements since the warranty for the equipment expired.



Funds are budgeted in FY06 Budget, Sheriff, Investigative/Fugitive,

Miscellaneous Equipment Maintenance; 0101-550-2200-INFU-6519.



* * * * * *



(D) SERVICE TRUCK FOR METRA TRANSIT SYSTEM



It is requested that Council authorize the purchase of a service truck via the

Georgia State Contract, SWC S-000483, from Bill Heard Chevrolet in the amount

of $19,176. The 4x2 extended cab pickup truck will replace a METRA supervisory

vehicle, which is beyond its useful life.



Funds are budgeted in FY06 Budget, Transportation Fund ? FTA, Automobiles;

0751-610-2400-MFTA-7721 (City 10%; State 10%; Federal 80%).



* * * * * *



(E) BIBB CITY STORM SEWER REPLACEMENT ? RFB NO. 05-0066



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

with Earth-Scapes, Inc., (Phenix City, AL), in the amount of $2,192,411.

Earth-Scapes, Inc., will provide storm sewer replacement services in Bibb

City. The project consists of the following major elements: various

reinforced concrete pipes up to 48 inches in diameter with associated storm

drainage structures. The project includes the removal and replacement of city

streets and streetscapes required to execute the work. The work also includes

installation of handicap ramps and miscellaneous sidewalks, as well as the

construction of a new storm water discharge channel of approximately 800 linear

feet. All pipeline work will be accomplished by open cut and drenching.



Thirty-six bid invitations were mailed; a bid was received from Earth-Scapes,

Inc., on August 24, 2005. This bid has been advertised, opened and reviewed.



Funds are budgeted in FY06 Budget, Lease Revenue Bonds Series 2003A, Stormwater

Enhancements ? Engineering/Architectural Services;

0554-200-2439-CBA-6338-40235-20030 and Community Development Block Grant Fund,

Neighborhood Redevelopment ? Engineering/Architectural Services;

0210-130-3450-REDV-6338.





?ITEM A?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH WEBER CONSTRUCTION,

INC., IN THE AMOUNT OF $246,650.00, FOR REHABILITATION TO THE HISTORIC MA

RAINEY HOME.



WHEREAS, all work shall be performed in accordance with the Secretary of

Interior?s Standards for Rehabilitation. The work includes, but is not limited

to, construction of a new parking area; selective demolition of all existing

electrical wiring, electrical panels, plumbing and gas piping, foundation

repair; rehabilitation to the building?s exterior; installation of new

electrical, plumbing and mechanical systems; installation of new insulation;

rehabilitation, repair and/or replacement of all interior wall and ceiling

finishes; rehabilitation and repair of all interior and exterior doors and

windows; minor structural work on stairway; rehabilitation and repair, or

replacement of wood flooring; new architectural woodwork and cabinetry; and a

fire/alarm security system; and,



WHEREAS, the required approval has been obtained from the Secretary of

Interior, National Park Services.



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



That the City Manager is hereby authorized to execute a construction

contract with Weber Construction, Inc., in the amount of $246,650.00, for

rehabilitation to the historic Ma Rainey Home. Funds are budgeted in FY06

Budget, 1999 SPLOST Liberty District Redevelopment, General Construction;

0540-695-2134-TXLD-6561-50604-20030-0. This project is also funded by a grant,

Federal Save America's Treasure, in the amount o $149,000.

____________________________________________



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

__________ day of ____________,2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM B?



A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PROCUREMENT OF TRAFFIC SIGNAL CONTRACTOR SERVICES

FROM O. H. CABLE CONSTRUCTION FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF

$250,000.00.



WHEREAS, the traffic signal contractor will perform work for the City on an

annual, as needed basis; and,



WHEREAS, the Traffic Engineering Division will prepare the traffic signal

design plans and procure some of the equipment and supplies; and,



WHEREAS, the primary work performed by the traffic signal contractor will be

the construction of new traffic signal installations, with the remaining work

including the upgrade of signal equipment at existing traffic signal locations;

and,



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

option to renew for four (4) 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 procure traffic signal

contractor services from O. H. Cable Construction for the estimated annual

contract value of $250,000.00. Funds are budgeted each fiscal year for this on

going expense, 1999 Sales Tax SPLOST Fund, 99 SPLOST Road/Bridge/Street -

Engineering Architect Services ? Signals-Streescapes;

0540-695-2126-TXRB-6338-50325-20050 & 1999 Sales Tax SPLOST Fund, 99 SPLOST

Road/Bridge/Street - Road Maintenance Materials ? Signal/Traffic;

0540-695-2126-TXRB-6751-50311-20040.



_________________________________________



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

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM ?C?



A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING PAYMENT TO DATAWORKS PLUS, LLC, IN THE AMOUNT OF

$14,172.00 FOR THE ANNUAL MAINTENANCE OF THE MUG SHOT SYSTEM.



WHEREAS, the vendor will provide 24/7 maintenance support for the

Sheriff?s Department mug shot system. The maintenance period will be for one

year, from August 1, 2005 through July 31, 2006.



WHEREAS, Resolution No. 233-96 authorized the purchase of the upgraded

system from DataWorks Plus (formerly TFP, Inc.). The City has paid for

subsequent maintenance agreements since the warranty for the equipment expired.



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



That the City Manager is hereby authorized to render payment to DataWorks Plus,

LLC, in the amount of $14,172.00 for the annual maintenance of the mug shot

system. Funds are Budgeted in FY06 Budget, Sheriff - Investigative/Fugitive,

Miscellaneous Equipment Maintenance; 0101-550-2200-INFU-6519.

_________________________________________



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

the _________ day of ____________, 2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







___________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM D?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF A SERVICE TRUCK VIA THE GEORGIA STATE

CONTRACT, SWC S-000483, FROM BILL HEARD CHEVROLET IN THE AMOUNT OF $19,176.



WHEREAS, the 4x2 extended cab pickup truck will replace a METRA supervisory

vehicle, which is beyond its useful life.



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



That the City Manager is hereby authorized to purchase a service truck

via the Georgia State Contract, SWC S-000483, from Bill Heard Chevrolet in the

amount of $19,176. Funds are budgeted in FY06 Budget, Transportation Fund ?

FTA, Automobiles; 0751-610-2400-MFTA-7721 (City 10%; State 10%; Federal 80%).



____________________________________________



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

__________ day of ____________,2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM E?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

EARTH-SCAPES, INC. (PHENIX CITY, AL), IN THE AMOUNT OF $2,192,411.



WHEREAS, Earth-Scapes, Inc., will provide storm sewer replacement services in

Bibb City. The project consists of the following major elements: various

reinforced concrete pipes up to 48 inches in diameter with associated storm

drainage structures. The project includes the removal and replacement of city

streets and streetscapes required to execute the work. The work also includes

installation of handicap ramps and miscellaneous sidewalks, as well as the

construction of a new storm water discharge channel of approximately 800 linear

feet. All pipeline work will be accomplished by open cut and drenching.



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



That the City Manager is hereby authorized to execute a construction

contract with Earth-Scapes, Inc. (Phenix City, AL), in the amount of

$2,192,411. Funds are budgeted in FY06 Budget, Lease Revenue Bonds Series

2003A, Stormwater Enhancements ? Engineering/Architectural Services;

0554-200-2439-CBA-6338-40235-20030 and Community Development Block Grant Fund,

Neighborhood Redevelopment ? Engineering/Architectural Services;

0210-130-3450-REDV-6338.

____________________________________________



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

__________ day of ____________,2005 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Anthony voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Hunter voting __________.

Councilor McDaniel voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





__________________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor





DATE: September 6, 2005



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





September 7, 2005

1. Paper Products & Related Supplies for Columbus Civic Center (Annual

Contract) ? RFB No. 06-0003

Scope of Bid

Provide paper products and related supplies on an ?as needed basis? for the

Columbus Civic Center. The contract term 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.



September 9, 2005

1. Pre-Qualification for Construction of Pine Grove Municipal Solid Waste

Landfill Phase III, Cells 3A, 3B, 3C, 3D, 3E and 3F ? RFQ No. 06-0001

Scope of RFQ

The project consists of the following major elements: approximately 260,000

cubic yards of cut material; placement of 24-inch thick liner base with

permeability not to exceed 1x10?7 cm/sec, and placement of either a 24-inch

thick leachate collection layer with a permeability no less than 1 x 10??

cm/sec or placement of geonet and 24-inches of a soil layer with no specified

permeability? a 60 mil HDPE geomembrane liner over 14 acres; the construction

of 1,400 feet of 24-foot gravel access road; construction of a sediment basin;

installation of erosion control devices; installation of under drain and

leachate collection piping; and leachate pump station and force main.



September 14, 2005

1. Recycling Trucks ? RFB No. 06-0008

Scope of RFB

Provide two (2) recycling collection trucks with mounted Kann Trough

Loader body (or equal) to be used by the Recycling Division.



2. Hydraulic Trash Loaders ? RFB No. 06-0009

Scope of RFB

Provide two (2) hydraulic trash loaders to be used by the Integrated

Waste Division of the Public Services Department. The specifications were

written around the Peterson ?Lightning Loader? and the Holmac Pac-Mac? for the

following reasons: These models are currently in the City?s Fleet. Mechanics

and operators are trained and familiar with these models.



3. Crawler Tractor ? RFB No. 06-0010

Scope of RFB

Provide one (1) Caterpillar D7R Series II with Waste Disposal Package

(or equal) to be used by the Landfill Division of the Public Services

Department.



4. Multi-Launchers & Munitions ? RFB No. 06-0012

Scope of RFB

Provide four 37-mm Multi-Launchers fixed stock and munitions, which includes

foam baton, O.C. powder projectiles, O.C. liquid barricade penetrating

projectiles, white smoke and percussion caps. The items will be used by the

Muscogee County Sheriff Department.



September 16, 2005

1. Refuse Bodies ? RFB No. 06-0001

Scope of RFP

The Columbus Consolidated Government (the City) desires to select a qualified

vendor to provide three (3) refuse collection bodies to be used by the Solid

Waste Collection Division of the Public Services Department. The cab and

chassis will be bid at a later date.



September 19, 2005

1. Underground Fuel Pipe Replacement ? RFB No. 06-0013

Scope of RFB

The Columbus Consolidated Government is seeking a qualified vendor to replace

the underground fuel piping that goes from the underground storage tank pumps

to the fuel pumps. The site is the refueling station located at 1011 Cusseta

Road, where the City has three (3) unleaded and one (1) diesel tank.



2. Fuel Tank Monitoring System Replacement ? RFB No. 06-0014

Scope of RFB

The Columbus Consolidated Government is seeking a qualified vendor to replace

the Fuel Tank Monitoring system at its Cusseta Road location. The current

system being utilized is the Auto Stick Tank Monitoring System. The City

desires this system be replaced with a Veeder Root Tank Monitoring System. The

City currently has three (3) unleaded and one (1) diesel tank at this location.
Back to List