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.