Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016

Council Members

CITY MANAGER'S AGENDA

April 25, 2017







I. USE OF OLOST PUBLIC SAFETY CONTINGENCY:



Approval is requested to authorize the use of Other Local Option Sales

Tax (OLOST) in the FY17 budget for the Fire/EMS Department to provide for

renovations at Fire Station #11 in excess of the insurance proceeds in the

amount of $37,333.79.





II. AMENDMENT TO RESOLUTION NO. 92-14 COMPLETE STREETS POLICY: (DELAYED)



Approval is requested authorizing an amendment of resolution 92-14

which strengthens the policy and encourage walking, bicycling, transit, and

promoting safe operations for all users. The changes in the policy will

address specific design and aesthetic elements; specific engineering design

guidelines for the application of bike, pedestrian, and transit facilities;

create a committee to publicly address and make transparent the process of how

roadways are selected for Complete Streets implementation; and release an

annual update on the state of complete streets project implementation and other

metrics that are crucial to monitoring and allowing stakeholders to have

reliable data available to them.





III. QUIT CLAIM DEEDS ALONG FORT BENNING ROAD ENHANCEMENT PROJECT:



Approval is requested to execute 15 ft. of City property to eleven

various property owners of the Cliatt Shopping Center on Fort Benning Road

Enhancement City Project (from Shelby Street to Cusseta Road) to resolve a

parking issue.





IV. FY2018 GRANT APPLICATION FOR CAPITAL AND PLANNING ASSISTANCE:



Approval is requested to authorize the Department of

Transportation/METRA to apply to the Federal Transit Administration (FTA) and

the Georgia Department of Transportation (GDOT) for capital, planning and

operating grants in the amount of $1,909,926 or otherwise awarded. Approval is

also requested to authorize the City Manager or Mayor to accept grant funds if

approved and execute contracts with FTA and GDOT.





V. 2017 LMIG FOR OFF-SYSTEM SAFETY:



Approval is requested to receive 2017 LMIG for Off-System Safety

Program funds in the amount up $200,000 or 90% project cost for upgrade of

School Zone Flashers at various locations throughout the community, with a 10%

match required. The 10% match will come from OLOST Road Infrastructure Funds.





CITY MANAGER'S AGENDA

April 25, 2017

Page 2





VI. JUVENILE JUSTICE INCENTIVE GRANT:



Approval is requested to submit a grant application and if awarded,

accept funds up to $750,000 from the Criminal Justice Coordinating Council for

the operation of the Muscogee County Juvenile Court and amend the

Multi-Governmental Fund by the amount of the grant award. The grant period is

from July 1, 2017 to July 30, 2018. The City is not required to provide

matching funds to participate in this grant program.





VII. PURCHASES:



Approval is requested of items "A" thru "G":





A. Payment for Inmate Pharmacy Services

B. Chevrolet Impala Limited - Georgia Statewide Contract

C. Welding/Metal Fabrication Services (Re-Bid) - Annual Contract

D. Change Order 3 for Macon Road Fire Training Center

E. Video Surveillance, Access Control and Intrusion Detection Systems for the

Civic Center, Ice Rink and Skate Park

F. Foundation Reinforcement for Double Churches Pool Slide

G. Fire/Intrusion Prevention, Supplies & Services - Annual Contract







VIII. UPDATES AND PRESENTATIONS:



- - District Attorney's Update, Julia Slater, District Attorney



- - Claflin Update, Laura Johnson, Community Reinvestment Director





Bid Advertisements

(Schedule opening bid dates)



April 26, 2017

1. Roofing Services at Public Services Building E ? RFB No. 17-0039

A Mandatory Pre-Bid Conference/Site Visit is scheduled at 11:00 AM (Eastern) on

Wednesday, April 26, 2017. Vendors shall convene at Building E of the Public

Services Department, which is located at 602 11th Avenue, Columbus, GA, 31901.



Vendors will be allowed a 10-minute grace period. Any vendor who is not

present in Building E, within 10 minutes after the time slated for the

beginning of the mandatory pre-bid conference/site visit, shall not be allowed

to participate any further in the bid process.



April 28, 2017

1. Engineering Services for Infantry Road & Follow Me Trail ? RFP No. 17-0022

Scope of RFP

Columbus Consolidated Government is seeking proposals for a professional

engineering firm to provide plans and drawings to construct the new Infantry

Road and the extension of the Follow Me Trail (South Lumpkin Trail). Proposing

firms shall be approved vendors of Georgia Department of Transportation.



May 3, 2017

1. Dodge Charger Administrative Vehicle ? RFB No. 17-0037

Scope of RFB

The Columbus Consolidated Government wishes to purchase one (1) Dodge Charger

administrative vehicle.



May 10, 2017

1. Roofing Services at Public Services Building E ? RFB No. 17-0039

Scope of Bid

Provide all labor, equipment and materials to remove the existing roof system

to the wooden decks, and replace with an Asphalt Shingle System. Requests for

substitution will be accepted until 1:00 PM on Monday, May 1, 2017.

Contractors shall email substitution requests, as outlined on page 11, Section

II, Item B of the specifications.



May 12, 2017

1. Pre-qualification for Storm Drain Rehabilitation through Internal Pipe

Lining ? Priority 1 Pipes ? Contract 5 Located throughout Columbus, GA ? RFQ

No. 17-0001

Scope of RFQ

Columbus Consolidated Government (CCG) requests vendors to apply for

pre-qualification for Storm Sewer Rehabilitation through Internal Pipe Lining.

The project includes the installation of cured in-place pipe (CIPP) for

approximately 5,100 feet of varying material type storm sewer pipe, ranging in

size from 10-inch VCP to 60-inch CMP in diameter. Additionally, the project

includes the installation of centrifugally cast cementitious or geo-polymer

lining (CC) for approximately 2,500 linear feet of storm sewer pipe varying in

sizes and material type from 36-inch brick to 46-inch by 72-inch CMP, located

throughout Columbus.



Contractors who are deemed pre-qualified in this RFQ process will be requested

to submit bids in the future for installation of CIPP or CC for rehabilitation

of other portions of the storm sewer system. The length, diameter, and scope of

CIPP or CC rehabilitation per Contract will be at the discretion of CCG.

Minimally, CCG desires to qualify three (3) contractors.



Attachments


No attachments for this document.

Back to List