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 # 9





Columbus Consolidated Government



Council Meeting



June 26, 2012





Agenda Report # 071





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) REMINGTON 870P 12 GAUGE SHOTGUNS ? RFB 12-0053 FIREARMS



It is requested that Council authorize the purchase of fifty-five (55)

Remington 870P 12 Gauge Shotguns, from Smyrna Police Distributors, (Smyrna, GA)

in the amount of $29,528.40 ($536.88 per unit).



The shotguns will be used by the Columbus Police Department.



Bid postcard invitations were mailed to one-hundred-ninety-two vendors and bid

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

Georgia Procurement Registry. Five bids were received for the Remington 870P

12 Gauge Shotguns, on June 13, 2012. This bid has been advertised, opened and

reviewed. The bidders were:



Remington 870P 12 Gauge Shotguns

Vendor Names Unit Price Total Price

(55 Units)

Smyrna Police Distributors (Smyrna, GA) $536.88 $29,528.40

Craig's Firearm Supply, Inc. (Knoxville, TN) $561.66 $30,891.30

Lawmens & Shooters Supply, Inc. (Vero Beach, FL) $564.34 $31,038.70

Eds Public Safety (Stockbridge, GA) $569.25 $31,308.75

G. T. Distributors (Austin, TX) $615.22 $33,837.10

?No Bid? responses: Clyde Armory, Inc., Tactical Gear Supply Col, Inc., Gulf

States Distributors, Law Enforcement Supply, and Ray O?Herron.





Funds are budgeted in the FY12 Budget: General Fund ? Police ? Support

Services ? Operating Materials; 0101 ? 400 ?2200 ? STAF ? 6728.



* * * * * * * *



(B) RECYCLING OPERATIONS AND MAINTENANCE SERVICES (ANNUAL CONTRACT) ? RFP NO.

12-0017



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

Recycling Operations and Maintenance Services with Pratt Recycling Industries.



The City will partner with the Contractor to provide recyclable processing

equipment, provide operations and maintenance of the equipment, market the

processing capacity of the facility, market processed recyclable materials, and

assist CCG with public education services.

The Columbus Consolidated Government shall operate the recycling facility for

the minimum required tonnages plus any additional recycling material brought to

the facility by third parties. The Columbus Consolidated Government shall use

existing personnel and additional personnel requested as well as an increased

inmate labor force to operate and maintain the facility.

The Contractor will provide equipment to be installed in a new recycling

facility that has been designed and awarded for construction in the coming

months. The equipment will remain the property of the Contractor. The Owner

makes no guarantees for purchasing the equipment at the end of the 10-year

contract period. The Owner will maintain ownership of the land, buildings and

facility improvements.

CCG is anticipating converting to a single stream recyclable collection system

at the opening of this new recycling facility. This change in collection will

be accomplished by CCG. Tonnages are expected to increase with the

implementation of this new collection strategy, but no data is available for

the anticipated increase. The Contractor will be required to market the

material processing services to surrounding municipalities and commercial and

industrial business sectors to increase the tonnages through the facility only

for the excess capacity provided by the Contractor. The equipment must be

planned and/or modified to be able to accept the increased tonnages without

causing interruption or delay to the CCG material delivery. Material from the

CCG is a priority and mandated by this contract.

The equipment shall be sized and designed to accommodate and process the

tonnage delivered to the facility by CCG. No glass will be mixed in with other

?single stream? material. Glass collection may be limited to drop off sites

only.

The RFP specifications gave vendors the options to submit a proposal for Option

A and/or Option B. Both vendors submitted a proposal for Option A, and only

Pratt Recycling Industries submitted a proposal for Option B. The two options

are described below:



Option A ? Procure a Contractor to provide recyclable processing equipment,

provide operations and maintenance of the equipment and facility, market the

processing capacity of the facility, market processed recyclable materials, and

assist CCG with public education services.



Option B - Partner with a Contractor to provide recyclable processing

equipment, provide operations and maintenance of the equipment, market the

processing capacity of the facility, market processed recyclable materials, and

assist CCG with public education services.



The Evaluation Committee reviewed both options. Additionally, the two vendors

made presentations on May 1, 2012, and were further interviewed by the

committee. After the presentations the committee determined that Option B was

most advantageous to the City. Therefore, Option B, as proposed by Pratt

Recycling, was deemed most responsive to the RFP requirements

The initial term of the contract shall be for ten (10) years, with the option

to renew for five (5) additional twelve-month periods, if agreeable to both

parties.



Request for proposals postcard invitations were mailed to sixteen (16) vendors,

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

Registry. The RFP has been advertised, opened and evaluated. Proposals were

received on March 16, 2012, from the following two offerors.



Pratt Recycling Industries (Conyers, GA)

Veolia Environmental (Columbus, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the City Manager Office, Engineering, Finance

and a Concerned Citizen. Two representatives from Public Services served as

Advisors and were not voting members.



During the evaluation process, Pratt Recycling Industries was deemed responsive

to the RFP. The City?s Procurement Ordinance Article 3-110, Competitive Sealed

Proposals for the procurement of Equipment, Supplies and Professional Services,

governs the RFP Process. 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 offerors, no proposal

responses or any negotiated components are made public until after the award of

the contract. If Council does not approve the recommended offerors,

negotiations will begin with the next responsive offeror. The evaluation

results and cost have been submitted to the City Manager in a separate memo for

informational purposes.



Funds are budgeted in the FY13 Budget: Integrated Waste Fund ? Public Services

? Recycling ? Contractual Services; 0207 ? 260 ?3570 ? RCYL ? 6319.



* * * * * *



(C) BOXWOOD RECREATION CENTER REHABILITATION ? RFB NO. 12-0046



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

with Pound Construction Company, Inc., in the amount of $60,046.00, for

renovations to the Boxwood Recreation Center.



The work includes, but is not limited to, selective demolition; masonry;

exterior rough carpentry; gutters and downspouts; doors and windows; ceramic

tile, acoustical panel ceilings and restoration painting; toilet and bath;

HVAC; plumbing; and electrical.



Bid postcard invitations were mailed to one hundred and thirty-four vendors and

bid specifications were posted on the web pages of the Purchasing Division and

the Georgia Procurement Registry. A mandatory site visit was conducted on May

9, 2012; twelve vendors were represented at the site visit. Two bids were

received on May 18, 2012. This bid has been advertised, opened and reviewed.

The bidders were:



Vendors Lump Sum Bid

Pound Construction Co., Inc. (Columbus GA) 60,046.00

Better Homes Bureau, LLC (Lawrenceville GA) 94,786.12





Funding is available in the FY12 Budget: 0109-260-9901-LOST-6521-96014-20120;

LOST-Infrastructure ? Public Services ? Public Safety-LOST ? Building

Maintenance & Repairs ? Boxwood Renovations.



* * * * * *



(D) ANNUAL MAINTENANCE RENEWAL FOR SHERIFF?S MOBILE COMMAND VEHICLE SATELLITE

SYSTEM





It is requested that Council approve payment to F4W, Inc., in the amount of

$26,892.06 for the annual maintenance renewal for the Sheriff?s Mobile Command

Vehicle satellite system.



The system is used as a mutual aid tool providing communications services to

several surrounding counties in the event of emergency situations. The

maintenance includes 24/7 telephone support, software upgrades and loaner

equipment during repair periods. This payment will cover the period from July

15, 2012 ? July 14, 2013.



Funds are budgeted in the FY13 Budget: General Fund ? Sheriff ? Operations ?

Contractual Services; 0101 ? 550 ? 2100 ? SPTL ? 6319.



* * * * * *



(E) SECOND AMENDMENT AND EXTENSION TO LETTER OF AGREEMENT FOR INMATE

MEDICAL SERVICES



It is requested that Council approve the acceptance of the second amendment and

extension to the Letter of Agreement for inmate medical services with Corizon

Health, Inc., (AKA Prison Health Services), to continue the services for inmate

medical services at the Muscogee County Jail and Muscogee County Prison. The

variable professional fee will be no more than $38,664.61 per month, unless

additional services have been requested and delivered. For the contract

period, the fixed administrative fee will be $15,276.00 per month. The

services of a Health Services Administrator will be at the annual rate of

$106,000.00. The Health Services Administrator will work 40 hours a week, at a

rate of $50.96/hour.



The agreement, as amended, shall be extended for a one-year period from July 1,

2012 through June 30, 2013 under all the same terms and conditions as the

original Agreement (Per Res. No. 346-11) and First Amendment (Per Res. No.

12-12).



Corizon has provided Inmate Medical Services for the Jail and Prison since,

2000.



Funds are budgeted in the FY13 Budget: General Fund - Sheriff - Medical ?

Medical Director ? Medical Services; 0101-550-2650-MEDD-6321; General Fund ?

Sheriff ? Medical - Medical Director ? Consulting; 0101-550-2650-MEDD-6315;

General Fund ? Sheriff ? Medical - Medical Director ? Medical Services -

inmates; 0101-550-2650-MEDD-6320.









?ITEM A?



A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTY-FIVE REMINGTON 870P 12 GAUGE

SHOTGUNS, FROM SMYRNA POLICE DISTRIBUTORS, (SMYRNA, GA) IN THE AMOUNT OF

$29,528.40 ($536.88 PER UNIT).



WHEREAS, the shotguns 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 fifty-five (55)

Remington 870P 12 Gauge Shotguns, from Smyrna Police Distributors, (Smyrna, GA)

in the amount of $29,528.40 ($536.88 per unit). Funds are budgeted in the FY12

Budget: General Fund ? Police ? Support Services ? Operating Materials; 0101 ?

400 ?2200 ? STAF ? 6728.

______________________________



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

the _________ day of ____________, 2012 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 EXECUTION OF A CONTRACT FOR RECYCLING OPERATIONS

AND MAINTENANCE SERVICES WITH PRATT RECYCLING INDUSTRIES.



WHEREAS, an RFP was administered (RFP No. 12-0017) and two proposals were

received; and,



WHEREAS, the proposals submitted by Pratt Recycling Industries met all proposal

requirements and was evaluated responsive to the RFP; and,



WHEREAS, the term of this contract shall be for ten years, with an option to

renew for five (5) 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 execute a contract for recycling

operations and maintenance services with Pratt Recycling Industries (Conyers,

GA) for ten (10) years with the option to renew for five (5) additional

twelve-month periods. Funds are budgeted in the FY13 Budget: Integrated Waste

Fund ? Public Services ? Recycling ? Contractual Services; 0207 ? 260 ?3570 ?

RCYL ? 6319.



______________



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

held the _________ day of ____________, 2012 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 EXECUTION OF A CONSTRUCTION CONTRACT WITH POUND

CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $60,046.00, FOR RENOVATIONS TO THE

BOXWOOD RECREATION CENTER.



WHEREAS, the work includes, but is not limited to, selective demolition;

masonry; exterior rough carpentry; gutters and downspouts; doors and windows;

ceramic tile, acoustical panel ceilings and restoration painting; toilet and

bath; HVAC; plumbing; and electrical.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with Pound Construction Company, Inc., in the amount of $60,046.00,

for renovations to the Boxwood Recreation Center. Funding is available in the

FY12 Budget: 0109-260-9901-LOST-6521-96014-20120; LOST-Infrastructure ? Public

Services ? Public Safety-LOST ? Building Maintenance & Repairs ? Boxwood

Renovations



________________



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

_________ day of ____________________, 2012 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 PAYMENT TO F4W, INC., IN THE AMOUNT OF $26,892.06, FOR

THE ANNUAL MAINTENANCE RENEWAL FOR THE MOBILE COMMAND FORCE SATELLITE SYSTEM

UTILIZED BY THE SHERIFF?S OFFICE.



WHEREAS, the system is used as a mutual aid tool providing communication

services to 26 Counties in the event of emergency situations; and,



WHEREAS, the maintenance includes 24/7 telephone support, software upgrades and

loaner equipment during repair periods. This payment will cover the period

from July 15, 2012 ? July 14, 2013.



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



That the City Manager is hereby authorized to make payment to F4W, Inc., in the

amount of $26,892.06 for the annual maintenance renewal for the mobile command

force satellite system utilized by the Sheriff?s Office. Funds are budgeted in

the FY13 Budget: General Fund ?Sheriff ? Operations ? Contractual Services;

0101-550-2100-SPTL-6319.



__________________________



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

_________ day of ____________, 2012 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 THE APPROVAL AND ACCEPTANCE OF THE SECOND

AMENDMENT AND EXTENSION TO THE LETTER OF AGREEMENT FOR INMATE MEDICAL SERVICES

WITH CORIZON HEALTH, INC., (AKA PRISON HEALTH SERVICES), TO CONTINUE THE

SERVICES FOR INMATE MEDICAL SERVICES AT THE MUSCOGEE COUNTY JAIL AND MUSCOGEE

COUNTY PRISON. THE VARIABLE PROFESSIONAL FEE WILL BE NO MORE THAN $38,664.61

PER MONTH, UNLESS ADDITIONAL SERVICES HAVE BEEN REQUESTED AND DELIVERED. FOR

THE CONTRACT PERIOD, THE FIXED ADMINISTRATIVE FEE WILL BE $15,276.00 PER

MONTH. THE SERVICES OF THE HEALTH SERVICES ADMINISTRATOR WILL BE AT THE ANNUAL

RATE OF $106,000.00. THE HEALTH SERVICES ADMINISTRATOR WILL WORK 40 HOURS A

WEEK, AT A RATE OF $50.96/HOUR.



WHEREAS, the agreement, as amended, shall be extended for a one-year

period from July 1, 2012 through June 30, 2013 under all the same terms and

conditions as the original Agreement (Per Res. No. 346-11) and First Amendment

(Per Res. No. 12-12).



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



That the City Manager is hereby authorized to accept the second

amendment and extension to the Letter of Agreement for inmate medical services

with Corizon Health, Inc., (AKA Prison Health Services), to continue the

services for inmate medical services at the Muscogee County Jail and Muscogee

County Prison. The variable professional fee will be no more than $38,664.61

per month, unless additional services have been requested and delivered. For

the contract period, the fixed administrative fee will be $15,276.00 per

month. The services of a health services administrator will be at the annual

rate of $106,000.00. The Health Services Administrator will work 40 hours a

week, at a rate of $50.96/hour. Funds are budgeted in the FY13 Budget: General

Fund - Sheriff - Medical ? Medical Director ? Medical Services;

0101-550-2650-MEDD-6321; General Fund ? Sheriff ? Medical - Medical Director ?

Consulting; 0101-550-2650-MEDD-6315; General Fund ? Sheriff ? Medical - Medical

Director ? Medical Services - inmates; 0101-550-2650-MEDD-6320.



_____________________________



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

_________ day of ____________________, 2012 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


No attachments for this document.

Back to List