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