Agenda Item # 5
Columbus Consolidated Government
Council Meeting
April 27, 2010
Agenda Report # 498
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) BUILDING IMPROVEMENTS AT BRITT DAVID PARK ? RFB NO. 10-0049
It is requested that Council authorize the execution of a construction contract
with Ben B. Gordy Construction Company, Inc., in the amount of $30,090.00 for
building improvements at Britt David Park.
The work will be performed on the Little League and Babe Ruth/Football
concession buildings, and consists of:
Option 1 (Windows & Doors)
Remove and dispose nineteen (19) active and two (2) stationary windows, and
furnish and install new horizontal metal sliding window units.
Install six (6) hollow core luan door units.
Option 2 (Stairs to Press Box)
Remove and dispose wood stairs and fabricate and install steel stairs.
Description Ben B. Gordy
Construction Co., Inc.
(Columbus, GA) Brock Jones, Inc.
(Columbus, GA)
Option 1: Windows & Doors 12,730.00 15,188.00
Option 2: Stairs to Press Box 17,360.00 28,215.00
Total Bid $ 30,090.00 $ 43,403.00
Funds are budgeted in the FY10 Budget: General Fund Supported Capital
Projects-Building Maintenance & Repair-Britt David Concession;
0508-660-1000-CPGF-6521-22252-20080.
(B) 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 $62,080.00. The equipment will be installed on a recently purchased rescue
pumper that will be utilized by the Fire/EMS Department.
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/EQUP ? Heavy Trucks ? Police/Fire Equipment
Project; 0540 ? 695 ? 2123 ? TXPF ? 7723 ? 50120 - 20100.
* * * * * *
(C) FIBER CABLE RELOCATION FOR GATEWAY PROJECT
It is requested that Council authorize the execution of a contract with AT&T
Southeast (Alpharetta, GA) in the amount of $129,243.28 for fiber cable
relocation. AT&T will relocate fiber cable along Victory Drive in order to
clear conflicts with the future Gateway Project, which will be located at the
I-185 and Victory Drive interchange.
Funds are budgeted in the FY10 Budget: Paving Fund Supported Capital
Projects-Utility Relocation- CPPF- I185 Ft. Benning Gateway;
0508-660-3000-CPPF-7665-21052-20100. City funds will be reimbursed by GDOT
LOGO under an existing contract with DOT.
* * * * * *
(D) ADDITIONAL CONSTRUCTION MANAGEMENT SERVICES
It is requested that Council authorize the extension of a construction
management contract with Newton Aaron & Associates, Inc., in the amount of
$63,415.00, for the Asphalt Removal, Grassing and Plantings project at the
Columbus Library. The contract extension includes$27,500 for project
management services and $35,915 for design fees (drainage, soil amendments,
plantings), which will be subcontracted by French & Associates.
Per Resolution No. 583-02, Council authorized the execution of a contract with
Newton Aaron & Associates, Inc., for construction management services of the
Library. French and Associates provided master planning and landscape design
for the main library. Additionally, French and Associates provided full site
design, landscaping design and construction administration for the Children?s
Reading Garden and landscaping along Macon Road.
The extension of the construction management contract is per authorization from
the Muscogee County Library Board meeting of January 28, 2010 meeting and
correspondence from Newton Aaron & Associates, Inc., dated April 15, 2010.
Funds are budgeted in the FY10 Budget: 1999 Sales Tax Project Fund ? 1999
SPLOST ? Professional Services ? SPLOST MCSD Library Project; 0540 ? 695 ? 2120
? TXLB ? 6311 ? 50500 - 20080.
* * * * * *
(E) POOL CHEMICALS - (ANNUAL CONTRACT) - RFB NO. 10-0051
It is requested that Council approve the annual contract to purchase pool
chemicals on an ?as needed basis? from Industrial Chemicals, Inc., Chemrite,
Inc., and Leslie?s Poolmart, Inc., for the estimated annual contract value of
$131,155.40. The Parks and Recreation Department will utilize the pool
chemicals for water treatment in the City?s swimming pools.
The contract term shall be for two years, with the option to renew for three
additional twelve-month periods, contingent upon the mutual agreement of the
City and the Contractor.
Bid specifications were posted on the City?s website and the Georgia
Procurement Registry. Bid responses were received on March 31, 2010 from five
bidders. This bid has been advertised, opened and reviewed. The successful
bidders per line item were:
VENDOR SODIUM HYPOCHLORITE LIQUID CHLORINE
(BLEACH 12% - 15%) HTH GRANULAR CHLORINE 65% HTH GRANULAR ACID 31.45% 20 Dg
1. Southland Chemicals
(Columbus, GA) NB $94,860.00 NB
2. Industrial Chemicals
(Columbus, GA) $59,600.00 $107,280.00 $2,395.40
3. Chemrite Inc.
(Buford, GA) NB $86,760.00 NB
4. Leslie?s Poolmart Inc.
(Phoenix, AZ) $42,000.00 $93,600.00 $3,343.81
53 Gallon Drum
5. ASP Pool & Spa Co.*
(Columbus, GA) $107,280.00 $104,400.00 $2,646.00
*Denotes vendors failed to submit ?Material Safety Data Sheet?. Therefore,
the vendors? bids were deemed incomplete.
Funds are budgeted each fiscal year for this ongoing expense: General Fund -
Parks and Recreation, Aquatics ?Operating Materials; 0101-270-4413-AQUT-6728.
(F) EMPLOYEE PHYSICALS (ANNUAL CONTRACT) ? RFP NO. 10-0005
It is requested that Council approve the contract for employee physicals from
Occupational Medicine. The contractor will provide pre-employment physicals,
periodic employee physicals, drug/alcohol testing and related employee health
services. The services are needed to insure that applicants and employees are
physically qualified to perform the required tasks of the position assigned.
No minimum number of applicants or employees is guaranteed; therefore services
will be required on an ?as needed basis?.
The services include the following:
*Pre-employment physicals for General Government employees
*Complete medical examinations for the Fire/ EMS Hazmat Team and the High Angle
Rope Rescue Team
*Complete medical examinations for the Fire/EMS Special Operations and Dive
Rescue Teams
*Complete medical examinations for the Police Officers
*Complete medical examinations for the Sheriff Deputies
The initial term of the contract shall be for two years, with the option to
renew for three additional twelve-month periods. The contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
Request for proposal invitations were mailed to fourteen vendors and
specifications were posted on the City?s website. The RFP has been advertised,
opened and evaluated. Proposals were received, March 5, 2010, from the
following offerors:
Occupational Medicine (Columbus, GA)
Urgent Care & Occ. Medicine Centre (Columbus, GA)
Capri Medical Group (Columbus, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Columbus Fire & EMS, Human Resources, Public Services,
Sheriff and Police Departments. An additional representative from Human
Resources served in an advisory position.
During the evaluation process, Occupational Medicine was deemed most responsive
to the RFP. The RFP process is governed by the City?s Procurement Ordinance
Article 3-110, Competitive Sealed Proposals for the procurement of Equipment,
Supplies and Professional Services. 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,
negotiations will begin with the next responsive offeror. Evaluation results
and proposed cost have been submitted to the City Manager in a separate memo
for informational purposes.
Funds are budgeted each fiscal year for this ongoing service. Various
Departments ? Pre-Employment Physicals.
(G) OIL & LUBRICANTS (ANNUAL CONTRACT) - RFB NO. 10-0047
It is requested that Council approve the purchase of various oil and lubricant
products on an ?as needed? basis from Whatley Oil Company, Zep Sales & Service
and T & W Oil Company for the estimated annual contract value of $101,770.00.
The items will be used for maintenance of buses and administrative vehicles
utilized by METRA Transit System.
The contract period will be for two years with the option to renew for three
additional twelve-month periods. Contract renewal is contingent upon the
mutual agreement of the City and the vendor.
Bid specifications were posted on the City?s website and the Georgia
Procurement Registry. Bid responses were received on March 31, 2010 from three
bidders. This bid has been advertised, opened and reviewed. The successful
bidders per line item were:
Funds are budgeted each fiscal year for this ongoing expense: Transportation
Fund - METRA - Vehicle Operation & Maintenance; 0751-610-2400-MFTA-6516.
(H) STORM DRAIN REHABILITATION - STIMULUS REHAB CONTRACT II ? RFB NO. 10-0052
It is requested that Council authorize the execution of a construction contract
with Reynolds Inliner LLC in the amount of $119,930.00 for the Stimulus
Rehabilitation Contract II of the storm drain rehabilitation project; the total
contract amount shall not exceed $190,000.00 contingent upon additional work
which may be requested by the Engineering Department based on unit cost bid.
Reynolds Inliner LLC will perform cured-in-place storm sewer repairs as
follows: approximately 150 feet of 12 inch diameter RCP pipe, 1,595 feet of 15
inch diameter RCP pipe, 440 feet of 18 inch diameter RCP pipe and 105 feet of
36 inch diameter RCP pipe, miscellaneous point repairs, camera inspection, and
manhole adjustments.
Per resolution No. 132-07, Council pre-qualified four (4) vendors to submit
bids for cured-in-place rehabilitation of the storm system located throughout
Columbus; request for bids were mailed to the four (4) pre-qualified
contractors. Three (3) pre-qualified contractors submitted bids on April 14,
2010. This bid has been advertised, opened and reviewed. The bid tabulation
is attached.
Funds are budgeted in the FY10 Budget: American Recover and Reinvestment Act
(ARRA) - Community Reinvestment - CDBG-Recovery - Drainage/Street Improvements;
0210-245-3000-CDBR-7622.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
BEN B. GORDY CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $30,090.00 FOR
BUILDING IMPROVEMENTS AT BRITT DAVID PARK.
WHEREAS, the work will be performed on the Little League and Babe
Ruth/Football concession buildings; and,
WHEREAS, the work consists of removing and disposing nineteen (19)
active and two (2) stationary windows, and furnishing and installing new
horizontal metal sliding window units; installing six (6) hollow core luan door
units; and removing and disposing wood stairs and fabricating and installing
steel stairs.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with Ben B. Gordy Construction Company, Inc., in the amount of
$30,090.00 for building improvements at Britt David Park. Funds are budgeted
in the FY10 Budget: General Fund Supported Capital Projects-Building
Maintenance & Repair-Britt David Concession;
0508-660-1000-CPGF-6521-22252-20080.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2010 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 PURCHASE OF VARIOUS ANCILLARY EQUIPMENT
FROM HALL-MARK FIRE APPARATUS, INC., (OCALA, FLORIDA) IN THE AMOUNT OF
$62,080.00.
WHEREAS, the equipment will be installed on a recently purchased rescue pumper
that will be utilized by the Fire/EMS Department; 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 various ancillary
equipment from Hall-Mark Fire Apparatus, Inc., (Ocala, Florida) in the amount
of $62,080.00. Funds are budgeted in the FY10 Budget: 1999 Sales Tax Project
Fund ? 1999 SPLOST ? 99 SPLOST POL/FIRE VEH/EQUP ? 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 __________________, 2010 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 EXECUTION OF A CONTRACT WITH AT&T
SOUTHEAST (ALPHARETTA, GA) IN THE AMOUNT OF $129,243.28 FOR FIBER CABLE
RELOCATION.
WHEREAS, AT&T will relocate fiber cable along Victory Drive in order to
clear conflicts with the future Gateway Project, which will be located at the
I-185 and Victory Drive interchange.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
AT&T Southeast (Alpharetta, GA) in the amount of $129,243.28 for fiber cable
relocation. Funds are budgeted in the FY10 Budget: Paving Fund Supported
Capital Projects - Need Object Code - CPPF- I185 Ft. Benning Gateway;
0508-660-3000-CPPF-Need Object Code-21052-20100. City funds will be reimbursed
by GDOT LOGO under an existing contract with DOT.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2010 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 THE EXTENSION OF A CONSTRUCTION MANAGEMENT
CONTRACT WITH NEWTON AARON & ASSOCIATES, INC., IN THE AMOUNT OF $63,415.00, FOR
THE ASPHALT REMOVAL, GRASSING AND PLANTINGS PROJECT AT THE COLUMBUS LIBRARY.
WHEREAS, the contract extension includes $27,500 for project management
services and $35,915 for design fees (drainage, soil amendments, plantings),
which will be subcontracted by French & Associates; and,
WHEREAS, per Resolution No. 583-02, Council authorized the execution of a
contract with Newton Aaron & Associates, Inc., for construction management
services of the Library. French and Associates provided master planning and
landscape design for the main library. Additionally, French and Associates
provided full site design, landscaping design and construction administration
for the Children?s Reading Garden and landscaping along Macon Road; and,
WHEREAS, the extension of the construction management contract is per
authorization from the Muscogee County Library Board meeting of January 28,
2010 meeting and correspondence from Newton Aaron & Associates, Inc., dated
April 15, 2010.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to extend a construction
management contract with Newton Aaron & Associates, Inc., in the amount of
$63,415.00, for the Asphalt Removal, Grassing and Plantings project at the
Columbus Library. Funds are budgeted in the FY10 Budget: 1999 Sales Tax
Project Fund ? 1999 SPLOST ? Professional Services ? SPLOST MCSD Library
Project; 0540 ? 695 ? 2120 ? TXLB ? 6311 ? 50500 - 20080.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2010 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 AN ANNUAL CONTRACT FOR THE PURCHASE OF POOL CHEMICALS
ON AN ?AS NEEDED BASIS? FROM INDUSTRIAL CHEMICALS, INC., CHEMRITE, INC., AND
LESLIE'S POOLMART, INC., FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $131,155.40.
WHEREAS, these chemicals will be utilized by the Parks and Recreation
Department for water treatment in the City?s swimming pools; and,
WHEREAS, the term of contract shall be for two years, with the option to renew
for three additional twelve month periods, 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 enter into an annual contract to
purchase pool chemicals on an ?as needed basis? from Industrial Chemicals,
Inc., Chemrite, Inc. and Leslie?s Poolmart, Inc., for the estimated annual
contract value of $131,155.40. Funds are budgeted each fiscal year for this
ongoing expense: General Fund - Parks and Recreation, Aquatics, Operating
Materials; 0101-270-4413-AQUT-6728.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2010 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 F?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH OCCUPATIONAL MEDICINE
TO PROVIDE EMPLOYEE PHYSICALS ON AN ?AS NEEDED BASIS? FOR VARIOUS DEPARTMENTS.
WHEREAS, an RFP was administered (RFP No. 10-0005) and three proposals were
received; and,
WHEREAS, the proposal submitted by Occupational Medicine, met all
proposal requirements and was evaluated most responsive to the RFP; and,
WHEREAS, the initial term of the contract 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.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
Occupational Medicine to provide employee physicals on an ?as needed basis? for
various departments. Funds are budgeted each fiscal year for this ongoing
expense; Various Departments - Pre-Employment Physicals.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ____________________, 2010 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 G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF VARIOUS OIL AND LUBRICANT PRODUCTS ON
AN ?AS NEEDED? BASIS FROM WHATLEY OIL COMPANY, ZEP SALES & SERVICE AND T & W
OIL COMPANY FOR THE ANNUAL ESTIMATED CONTRACT VALUE OF $101,770.00.
WHEREAS, the items will be used for maintenance of buses and administrative
vehicles utilized by METRA Transit System; and,
WHEREAS, the contract period will be for two years with the option to renew for
three additional twelve-month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase various oil and
lubricant products on an ?as needed? basis from Whatley Oil Company, Zep Sales
& Service and T & W Oil Company for the annual estimated contract value of
$101,770.00. Funds are budgeted each fiscal year for this ongoing expense:
Transportation Fund - METRA - Vehicle Operation & Maintenance;
0751-610-2400-MFTA-6516.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2010 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 H?
A RESOLUTION
NO._____________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
REYNOLDS INLINER LLC IN THE AMOUNT OF $119,930.00 FOR THE STIMULUS
REHABILITATION CONTRACT II OF THE STORM DRAIN REHABILITATION PROJECT; THE TOTAL
CONTRACT AMOUNT SHALL NOT EXCEED $190,000.00 CONTINGENT UPON ADDITIONAL WORK
WHICH MAY BE REQUESTED BY THE ENGINEERING DEPARTMENT BASED ON UNIT COST BID.
WHEREAS, Reynolds Inliner LLC will perform cured-in-place storm sewer repairs
as follows: approximately 150 feet of 12 inch diameter RCP pipe, 1,595 feet of
15 inch diameter RCP pipe, 440 feet of 18 inch diameter RCP pipe and 105 feet
of 36 inch diameter RCP pipe, miscellaneous point repairs, camera inspection,
and manhole adjustments; and,
WHEREAS, Per resolution No. 132-07, Council pre-qualified four (4) vendors to
submit bids for cured-in-place rehabilitation of the storm system located
throughout Columbus; request for bids were mailed to the four (4) pre-qualified
contractors. Three (3) pre-qualified contractors submitted bids on April 14,
2010.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with Reynolds Inliner LLC in the amount of $119,930.00, for the
Stimulus Rehabilitation Contract II of the storm drain rehabilitation project;
the total contract amount shall not exceed $190,000.00 contingent upon
additional work which may be requested by the Engineering Department based on
unit cost bid. Funds are budgeted in the FY10 Budget: American Recover and
Reinvestment Act (ARRA) - Community Reinvestment - CDBG-Recovery -
Drainage/Street Improvements; 0210-245-3000-CDBR-7622.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________________, 2010 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