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 # 1



Columbus Consolidated Government



Council Meeting



January 4, 2011



Agenda Report # 589



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) CARGO DRIVE AND TRANSPORT BOULEVARD ROUNDABOUT ? RFB NO. 11-0028



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

McMath-Turner Construction Company, in the amount of $462,357.05, for the

construction of a roundabout at Cargo Drive and Transport Boulevard.



The work shall consist of constructing a roundabout at the intersection of

Cargo Drive and Transport Boulevard. The contractor shall maintain normal

traffic and public access to all residences located within the project area.



Bid invitations were mailed to seventy-six vendors, and specifications were

posted on the web pages of the Purchasing Division and Georgia Procurement

Registry. Four bids were received on December 1, 2010. This bid has been

advertised, opened and reviewed. The bidders were:



Bidder Total Bid

McMath-Turner Construction (Columbus, GA) $462,357.05

Southeastern Site Development, Inc. (Newnan, GA) 490,099.00

Robinson Paving Company (Columbus, GA) 494,215.00

JHC Corporation (Palmetto, GA) 517,110.00





Funds are budgeted in the FY11 Budget: Paving Fund Supported Capital Projects

- Road Improvements - Bridge Improvements Corporate Ridge;

0508-660-3000-CPPF-7643-21035-20080.



(B) XEROGRAPHIC BOND PLOTTER PAPER & INK CARTRIDGES (ANNUALCONTRACT ?

RFB NO. 11-0022



It is requested that Council approve the annual contract for the purchase of

xerographic bond plotter paper and ink cartridges from Point of Sale Supply,

LLC (Lake Havasu City, AZ) for the estimated annual contract amount of

$3,997.19.



The supplies will be purchased on an ?as needed basis?, by the Engineering

Department, GIS Division. The supplies will be used to produce maps and

graphics for the public and various city departments, to include but not

limited to: Engineering, Tax Assessor's, Planning, Community Reinvestment,

Fire/EMS, Police and Public Services.



The contract term shall be for two years, with the option to renew for three

(3) additional twelve-month periods, if agreeable to both parties.



Bid specifications were posted on the City?s website and the Georgia

Procurement Registry. The bid has been advertised, opened and reviewed. The

bidders are:







Funds are budgeted each fiscal year for this on-going expense: General Fund ?

Engineering ? Geographic Information Systems ? Operating Materials,

0101-250-2400-GIS-6728.



* * * * * *



(C) ? TON CREW CAB, 4X4 PICKUP TRUCKS ? RFB NO. 11-0019



It is requested that Council approve the purchase of three (3) 2011 Chevrolet

Silverado 1500 4WD Crew Cab Work Trucks from Carl Black Chevrolet (Kennesaw,

GA) in the amount of $72,597.00.



Two (2) of the trucks will be used by the Rainwater Division of the Public

Services Department by supervisors responsible for the oversight of work crews

on major City projects, as well as, other daily operational duties. These units

are replacement units.



One (1) truck will be used by the Engineering Department. After bids were

received, this vehicle was requested as an additional unit to be purchased as a

replacement for a vehicle that was totaled out and paid in full by the

insurance company.



Bid postcard invitations were mailed to sixty-three vendors and bid

specifications were posted on the web page of the Purchasing Division and the

Georgia Procurement Registry. Seven bids were received on October 27. This

bid has been advertised, opened and reviewed. The bidders were:

Vendors Manufacturer/

Make/Model Unit Price Total Bid Price

(2 Units) Total Bid Amount with additional unit

1. Carl Black Buick Pontiac GMC (Kennesaw, GA) Chevrolet Silverado $24,199.00 $48,398.00

$72,597.00

2. Jay Buick GMC, Inc. (Columbus, GA) GMC Sierra $24,990.00 $49,980.00 $74,970.00

3. Allan Vigil Ford (Morrow, GA) Ford F150 $25,461.00 $50,922.00 $76,383.00

4. Rivertown Ford (Columbus, GA) Ford F150 $26,064.04 $52,128.08 $78,192.12

5. Prater Ford-Mercury, Inc. (Calhoun, GA) Ford F150 $26,589.00 $53,178.00 $79,767.00

6. Wade Ford, Inc. (Smyrna, GA) Ford F150 $26,980.00 $53,960.00 $80,940.00

7. Legacy Ford (McDonough, GA) Ford F150 $27,500.00 $55,000.00 $82,500.00





The Georgia Statewide Contract unit price for a ? Ton Crew Cab, 4x4 Pickup

Truck is $26,240.00.



Funds are budgeted in the FY11 Budget: Sewer Fund ? Public Services ? Sewer

Maintenance ? Light Trucks; 0202 ? 260 ? 3210 ? SWRM ? 7722.



Funds for additional unit are budgeted in the FY11 Budget: Sewer Fund ?

Engineering ? Stormwater ? Light Trucks; 0202 ? 250 ? 2600 ? STRM ? 7722.



* * * * * *



(D) FULL-SIZE SEDANS FOR POLICE DEPARTMENT ? RFB NO. 11-0025



It is requested that Council approve the purchase of eighteen (18) 2011

Chevrolet Impalas, via Georgia Statewide Contract, SWC90795-3, from Hardy Fleet

Group, (Dallas, GA) in the amount of $308,880.00.



The vehicles will be used by the Columbus Police Department. These units are

replacement administrative vehicles.



Bid postcard invitations were mailed to fifty-five vendors and bid

specifications were posted on the web page of the Purchasing Division and the

Georgia Procurement Registry. Four bids were received on November 17. This bid

has been advertised, opened and reviewed. The bidders were:



Vendors Manufacturer/

Model Unit Price (18 Units)

Total Price



1. Allan Vigil Ford (Morrow, GA) 2011 Ford Taurus $20,429.00 $367,722.00

2. Legacy Ford (McDonough, GA)1 2011 Ford Crown Victoria $22,009.00 $396,162.00

3. Jefferson Motor Co. (Jefferson, GA)2 2011 Ford Crown Victoria $23,393.00 $421,074.00

4. Rivertown Ford (Columbus, GA) 2011 Ford Crown Victoria $24,795.73 $446,323.14

1The denoted vendor failed to include addenda and warranty information, which

were submittal requirements. Therefore, the vendor?s bid was deemed incomplete.



2The denoted vendor failed to include product literature, which was a submittal

requirement. Therefore, the vendor?s bid was deemed incomplete.



The Georgia Statewide Contract price for a Full-Size Sedan, Impala is

$17,160.00, which equates to a total amount of $308,880.00, including delivery

fees for 18 units. Therefore, it is more economically feasible to purchase the

vehicles via Georgia Statewide Contract.



Funds are budgeted in the FY11 Budget: LOST - Public Safety Fund ? Police ?

Public Safety - LOST ? Automobiles; 0102 ? 400 ? 9900 ? LOST ? 7721.



* * * * * *



(E) LGFS/GHRS ANNUAL SOFTWARE MAINTENANCE AGREEMENT



It is requested that Council authorize payment to CGI Technologies and

Solutions, Inc., (Fairfax, VA), in the amount of $273,370.90 for annual

software maintenance support of the LGFS/GHRS systems. The maintenance period

will cover twelve months beginning January 1, 2011 through December 31, 2011.



CGI is the developer of the software and is therefore the sole provider for the

maintenance support.



This maintenance provides the Departments of Information Technology, Finance,

and Human Resources with software enhancements, documentation updates, User

Group support, Hotline support and access to the American Management Systems

(AMS)-sponsored ADVANTAGE Communications Forum. The following software modules

are supported under this maintenance agreement:



Advantage Financial (LGFS):

Fixed Assets Advanced Budget Preparation

Cost Allocation Debt Management

Extended Purchasing Advanced Receivables

Performance Measurement Report Distribution

Investment Inventory



Advantage HR (GHRS):

Position Control

Employee Relations

Employee Benefits

ADVANTAGE/DS



Funds are budgeted in the FY11Budget: General Fund - Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.



* * * * * *



(F) GPS ELECTRONIC MONITORING SERVICES FOR JUVENILE DRUG COURT



It is requested that Council approve the procurement of GPS electronic

monitoring services from Satellite Tracking of People, LLC (Houston, TX), via

Georgia Statewide Contract, SWC90797, in the amount of $29,146.00. The

electronic monitoring services will be utilized by Juvenile Drug Court on an as

needed basis.



Per Resolution #302-10, Council approved funding for three new programs for

Juvenile Drug Court through the Columbus Office of Crime Prevention. One of

the new programs is GPS Electronic Monitoring.



Funding was approved as follows: LOST/Public Safety ? Executive ? Crime

Prevention Programs ? Contractual Services; 0102 ? 110 ? 9903 ? LOST ? 6319.



* * * * * *



(G) EMERGENCY REPAIRS AND LINING OF STORM SEWER



It is requested that Council approve payment to Reynolds Inliner, LLC (Orleans,

IN), in the amount of $160,369.00, for performing emergency repairs and lining

of the storm sewer located along 17th Street, from the intersection of 15th

Avenue, to the outfall at Weracoba Creek.



During June 2010, there was an existing sinkhole close to the intersection of

17th Street and 17th Avenue. After videoing the sewer line, the Engineering

Department discovered other sections of failure or impending failure in the

line.



The City has two active contracts with two sewer lining companies, Reynolds

Inliner and Insituform Technologies. The Engineering Department solicited

quotes from both companies for cost and schedule. Reynolds Inliner was the

most responsive being able to respond within 48 hours (workdays) to begin work

and submitting a cost estimate of $161,000.00. Insituform Technologies stated

they could begin work on July 6th, but could not provide any firm cost

estimates. In comparing the current contract cost, the Engineering Department

deemed the cost estimate submitted by Reynolds was most comparable. At the

time, the exact cost for construction was unknown due to sections of the pipe

being inaccessible.



The storm sewer is in a heavily traveled area of town, being part of, and in

close proximity to Lake Bottom Park. Therefore, in the interest of safety, the

City Manager approved the emergency repair on June 25, 2010 in order for

construction to be completed as quickly as possible.



Funds are available in the FY11 Budget: Special Projects/Capital Project Fund

? Capital Projects ? Sewer Fund Supported Capital Projects ? Drainage/Street

Improvements ? Pipe Rehabilitation; 0508 ? 660 ? 2000 ? CPSF ? 7622 ?20770 ?

20100.



* * * * * *



(H) METRA BUS SHOP ROOF REPLACEMENT ? RFB NO. 11-0024



It is requested that Council authorize the execution of a contract with Lott

Sheet Metal, Inc., in the amount of $77,997.00, for roof replacement at the

Metra Bus Shop.



The work shall consist of removing and disposing the existing SPUF/BUR and

installing a new TPO roof system complete with new insulation, new metal

flashing and coping. The work also includes removing and replacing existing

skylights.



Bid invitations were mailed to fifty vendors, and specifications were posted on

the web pages of the Purchasing Division and Georgia Procurement Registry. A

Mandatory Pre-Bid Conference/Site Visit was held on November 17, 2010;

twenty-five vendors were represented at the conference/site visit. Fifteen bids

were received on December 1, 2010. This bid has been advertised, opened and

reviewed. The bidders were:



Vendor Bid

Lott Sheet Metal, Inc. (Columbus GA) 77,997.00

Ideal Building Solutions, LLC (Lawrenceville GA) 103,995.00

RYCARS Construction, LLC (Atlanta GA) 105,450.00

K H Contracting, LLC (Fortson GA) 108,625.55

Ben Hill Roofing & Siding Co., Inc. (Douglasville GA) 113,785.00

Better Home Bureau, LLC (Lawrenceville GA) 118,286.10

M Jordan Roofing, Inc. (Manchester GA) 121,619.00

Interstate Roofing, Inc. (Montgomery AL) 121,800.00

*J. H. Kinard (Fayetteville GA) 126,788.87

Whitco Roofing, Inc. (Marietta GA) 128,358.00

Richter Contracting Co., Inc. (Albany GA) 129,900.00

*Jenkins Roofing, Inc. (Tallahassee FL) 137,541.00

Columbus Roofing, Inc. (Columbus, GA) 141,138.00

*Top Coats Roofing (Ocilla GA) 143,837.00

*Southland Rowe Roofing, Inc. (Midland GA) 145,000.00



*Annotated vendors failed to acknowledge receipt of all Addenda (1, 2 & 3),

failed to include FTA/DOT pages, failed to include the Non-Collusion Affidavit,

failed to include warranty information, failed to provide proof of insurance,

failed to provide forms for the Georgia Security and Immigration Compliance Act

of 2006 and/or failed to provide the W-9 Form. Said bidders were deemed

non-responsive and ineligible for award consideration.



Funds are budgeted in the FY11 Budget: Transportation Fund ? Transportation ?

FTA ? Operating Capital ? Roof Repair; 0751-610-2400-MFTA-7761





?ITEM A?

A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH

MCMATH-TURNER CONSTRUCTION COMPANY, IN THE AMOUNT OF $462,357.05, FOR THE

CONSTRUCTION OF A ROUNDABOUT AT CARGO DRIVE AND TRANSPORT BOULEVARD.



WHEREAS, the work shall consist of constructing a roundabout at the

intersection of Cargo Drive and Transport Boulevard. The contractor shall

maintain normal traffic and public access to all residences located within the

project area.



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



That the City Manager is hereby authorized to execute a construction contract

with McMath-Turner Construction Company, in the amount of $462,357.05, for the

construction of a roundabout at Cargo Drive and Transport Boulevard. Funds are

budgeted in the FY11 Budget: Paving Fund Supported Capital Projects - Road

Improvements - Bridge Improvements Corporate Ridge;

0508-660-3000-CPPF-7643-21035-20080.



______________________________



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

the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM B?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR THE PURCHASE OF XEROGRAPHIC

BOND PLOTTER PAPER AND INK CARTRIDGES FROM POINT OF SALE SUPPLY ON AN ?AS

NEEDED BASIS? FOR THE ESTIMATED ANNUAL CONTRACT AMOUNT OF $3,997.19.



WHEREAS, the xerographic bond plotter paper and ink cartridges will be utilized

by the Engineering, GIS Division; 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. 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 purchase xerographic

plotter paper and ink cartridges from Point of Sale Supply on an ?as needed

basis?, for the estimated annual contract amount of $3,997.19. Funds are

budgeted each fiscal year for this on-going expense: General Fund ?

Engineering ? Geographic Information Systems ? Operating Materials,

0101-250-2400-GIS-6728.

_______________



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

held the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM C?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF THREE 2011 CHEVROLET SILVERADO 1500

4WD CREW CAB WORK TRUCKS FROM CARL BLACK CHEVROLET, (KENNESAW, GA), IN THE

AMOUNT OF $72,597.00.



WHEREAS, two of the trucks are replacement units. The Rainwater Division of the

Public Services Department will use the units while performing supervisory

duties and other daily operational duties; and,



WHEREAS, one truck is an additional unit requested by the Engineering

Department to replace a unit totaled out and paid in full by the insurance

company.



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



That the City Manager is hereby authorized to purchase three (3) 2011 Chevrolet

Silverado 1500 4WD Crew Cab Work Trucks from Carl Black Chevrolet, (Kennesaw,

Georgia), in the amount of $72,597.00. Funds for two (2) units are budgeted in

the FY11 Budget: Sewer Fund ? Public Services ? Sewer Maintenance ? Light

Trucks; 0202 ? 260 ? 3210 ? SWRM ? 7722. Funds for one (1) unit is budgeted in

the FY11 Budget: Sewer Fund ? Engineering ? Stormwater ? Light Trucks; 0202 ?

250 ? 2600 ? STRM ? 7722.





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

held the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM D?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF EIGHTEEN (18) 2011 CHEVROLET IMPALAS,

VIA GEORGIA STATEWIDE CONTRACT, SWC90795-3, FROM HARDY FLEET GROUP, (DALLAS,

GA), IN THE AMOUNT OF $308,880.00.



WHEREAS, the 2011 Chevrolet Impalas are replacement administrative units. The

vehicles will be used by the Columbus Police Department.



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



That the City Manager is hereby authorized to purchase eighteen (18) 2011

Chevrolet Impalas from Hardy Fleet Group, (Dallas, Georgia), in the amount of

$308,880.00. Funds are budgeted in the FY11 Budget: LOST - Public Safety Fund

? Police ? Public Safety - LOST ? Automobiles; 0102 ? 400 ? 9900 ? LOST ? 7721.

__________________



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

held the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM E?

A RESOLUTION





NO.__________



A RESOLUTION AUTHORIZING PAYMENT TO CGI TECHNOLOGIES AND SOLUTIONS, INC.,

(FAIRFAX, VA), IN THE AMOUNT OF $273,370.90 FOR ANNUAL SOFTWARE MAINTENANCE

SUPPORT OF THE LGFS/GHRS (ADVANTAGE) SYSTEMS. THE MAINTENANCE PERIOD WILL

COVER TWELVE MONTHS BEGINNING JANUARY 1, 2011 THROUGH DECEMBER 31, 2011.



WHEREAS, this maintenance support provides the Departments of Information

Technology, Finance, and Human Resources with software enhancements,

documentation updates, User Group support, Hotline support and access to the

American Management Systems (AMS)-sponsored ADVANTAGE Communications Forum; and,



WHEREAS, the following software modules are supported under this

maintenance agreement: Advantage Financial (LGFS), to include: Fixed Assets,

Advanced Budget Preparation, Cost Allocation, Debt Management, Extended

Purchasing, Advanced Receivables, Performance Measurement, Report Distribution,

Investment Inventory; Advantage HR (GHRS), to include: Position Control,

Employee Relations, Employee Benefits, ADVANTAGE/DS



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



That the City Manager is hereby authorized to make payment to CGI

Technologies and Solutions, Inc., (Fairfax, VA), in the amount of $273,370.90

for annual software maintenance support of the LGFS/GHRS (ADVANTAGE) systems.

The maintenance period will cover twelve months beginning January 1, 2011

through December 31, 2011. Funds are budgeted in the FY11Budget: General Fund

- Information Technology ? Software Lease; 0101-210-1000-ISS-6541.

____________________



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

the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM F?

A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE PROCUREMENT OF GPS ELECTRONIC MONITORING SERVICES

FROM SATELLITE TRACKING OF PEOPLE, LLC (HOUSTON, TX), VIA GEORGIA STATEWIDE

CONTRACT, SWC90797, IN THE AMOUNT OF $29,146.00. THE ELECTRONIC MONITORING

SERVICES WILL BE UTILIZED BY JUVENILE DRUG COURT ON AN AS NEEDED BASIS.



WHEREAS, Per Resolution #302-10, Council approved funding for three new

programs for Juvenile Drug Court through the Columbus Office of Crime

Prevention. One of the new programs is GPS Electronic Monitoring.



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



That the City Manager is hereby authorized to procure GPS electronic

monitoring services from Satellite Tracking of People, LLC (Houston, TX), via

Georgia Statewide Contract, SWC90797, in the amount of $29,146.00, for Juvenile

Drug Court. Funding was approved as follows: LOST/Public Safety ? Executive ?

Crime Prevention Programs ? Contractual Services; 0102 ? 110 ? 9903 ? LOST ?

6319.

______________________________



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

the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

?ITEM G?

A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING PAYMENT TO REYNOLDS INLINER, LLC (ORLEANS, IN), IN THE

AMOUNT OF $160,369.00, FOR PERFORMING EMERGENCY REPAIRS AND LINING OF THE STORM

SEWER LOCATED ALONG 17TH STREET, FROM THE INTERSECTION OF 15TH AVENUE, TO THE

OUTFALL AT WERACOBA CREEK.



WHEREAS, during June, 2010, there was an existing sinkhole close to the

intersection of 17th Street and 17th Avenue. After videoing the sewer line,

the Engineering Department discovered other sections of failure or impending

failure in the line; and,



WHEREAS, the City has two active contracts with two sewer lining companies, Reynolds

Inliner and Insituform Technologies. The Engineering Department solicited

quotes from both companies for cost and schedule. Reynolds Inliner was the

most responsive being able to respond within 48 hours (workdays) to begin work

and submitting a cost estimate of $161,000.00. At the time, the exact cost for

construction was unknown due to sections of the pipe being inaccessible; and,



WHEREAS, the storm sewer is in a heavily traveled area of town, being part of,

and in close proximity to Lake Bottom Park. Therefore, in the interest of

safety, the City Manager approved the emergency repair on June 25, 2010 in

order for construction to be completed as quickly as possible.



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



That the City Manager is hereby authorized to make payment to Reynolds

Inliner, LLC (Orleans, IN), in the amount of $160,369.00, for performing

emergency repairs and lining of the storm sewer located along 17th Street, from

the intersection of 15th Avenue, to the outfall at Weracoba Creek. Funds are

available in the FY11 Budget: Special Projects/Capital Project Fund ? Capital

Projects ? Sewer Fund Supported Capital Projects ? Drainage/Street Improvements

? Pipe Rehabilitation; 0508 ? 660 ? 2000 ? CPSF ? 7622 ?20770 ? 20100.

______________________________



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

the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM H?

A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH LOTT SHEET METAL,

INC., IN THE AMOUNT OF $77,977.00, FOR ROOF REPLACEMENT AT THE METRA BUS SHOP.



WHEREAS, the work shall consist of removing and disposing the existing SPUF/BUR

and installing a new TPO roof system complete with new insulation, new metal

flashing and coping. The work also includes removing and replacing existing

skylights.



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



That the City Manager is hereby authorized to execute a contract with Lott

Sheet Metal, Inc., in the amount of $77,997.00, for roof replacement at the

Metra Bus Shop. Funds are budgeted in the FY11 Budget: Transportation Fund ?

Transportation ? FTA ? Operating Capital ? Roof Repair; 0751-610-2400-MFTA-7761.



______________________________



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

the _________ day of ____________, 2011 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



Attachments


Back to List