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 # 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


Back to List