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.