Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016

Council Members

Agenda Item # 5



Columbus Consolidated Government



Council Meeting



February 8, 2011



Agenda Report # 604



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) HIGH-DENSITY MOBILE FILING/STORAGE SYSTEM ? RFP NO. 10-0025



It is requested that Council authorize the purchase of a high-density mobile

filing/storage system from Retrieval Business Systems, Inc. (Milan, IL). The

high-density mobile filing/storage system will be used by the District

Attorney?s Office for the storage of criminal files and to provide a secure

lockable storage system for confidential materials.



Request for proposal invitations were mailed to sixty-nine vendors and

specifications were posted on the City?s website. The RFP has been advertised,

opened and evaluated. Proposals were received on August 20, 2010, from the

following six offerors:



Retrieval Business Systems (Milan, IL)

Business Interiors by Staples (LaGrange, GA)

Stor-Mor LLC (Kennesaw, GA)

TAB Products Company (Albany, GA)

CWC (Atlanta, GA)

American Specialty (Florence, SC)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the District Attorney?s Office, the

Information Technology Department and the Facilities Maintenance Department.



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. No proposal

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

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

negotiations may begin with the next highest ranked vendor(s) or the RFP

specifications may be re-advertised. The evaluation results and cost

information has been submitted to the City Manager in a separate memo for

informational purposes.



Funds are budgeted in the FY11 Budget: Multi-Gov?T Project Fund ? Finance ?

ARRA Circuit-wide JAG ? Capital Expend ? Over $5,000; 0216-200-3194-ARJG-7751.



* * * * * *



(B) HOUSEHOLD HAZARDOUS WASTE RECYCLING PROJECT



It is requested that Council approve the payment to Keep Columbus Beautiful

Commission in the amount of $52,221.78 for the Household Hazardous Waste

Recycling project.



Keep Columbus Beautiful Commission organized and sponsored the Great American

Clean Up ? Household Hazardous Waste Recycling project, held October 16, 2010.

The payment includes the following: a) Recycling Services, $41,971.78; b)

Educational Presentations for Grades K-4, $2,250.00; and c) Advertising

Expenses, $8,000.00.



Funds in the amount of $41,971.78, for the recycling services, are budgeted in

the FY11 Budget as follows: Integrated Waste Management Fund ? Public Services

? Recycling ? Contractual Services; 0207-260-3520-RCYL-6319. Funds in the

amount of $10,250.00, for the educational presentations and advertising

expenses are budgeted as follows: Integrated Waste Management Fund ? Public

Services ? Recycling ? Promotion/Advertising Services; 0207-260-3520-RCYL-6317.





* * * * * *



(C) MOBILE DATA TERMINAL (MDT) HARDWARE MAINTENANCE SUPPORT



It is requested that Council authorize payment to Motorola (Schaumburg, IL), in

the amount of $48,928.80, for Mobile Data Terminal (MDT) hardware maintenance.

The maintenance provides hardware support and repair for MW800 MDTs for the

annual period beginning February 1, 2011 through January 31, 2012. The MDTs

are installed in patrol, fire and service vehicles on a 24/7/365 schedule.

The units are deployed throughout CCG in the Police Department, Sheriff?s

Office, Fire Department & Emergency Medical Services, Marshal?s Office and

Inspections & Codes.



All of the equipment is manufactured by Motorola and is proprietary in nature.

Therefore, the vendor is the Only Known Source, per Section 3-114 of the

Procurement Ordinance.



Funds are budgeted in the FY11 Budget: Emergency Telephone Fund ? Police ?

E911 Communications Center ? Service Contracts; 0209-400-3220-E911-6513.





* * * * * *



(D) 2011 FORD CROWN VICTORIA PURSUIT VEHICLES ? RFB NO. 11-0038



It is requested that Council approve the purchase of eleven (11) 2011 Ford

Crown Victoria Pursuit Vehicles from Rivertown Ford (Columbus, GA) in the

amount of $230,721.53.



All eleven (11) pursuit vehicles will be used by the Sheriff?s Office. Ten (10)

of the pursuit vehicles will be equipped with police package, and one (1)

pursuit vehicle will be equipped with police package (plain) with undercover

light package. These vehicles are replacement units.



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

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

Georgia Procurement Registry. Three bids were received on January 26. This

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



1The denoted vendor failed to include a copy of business license, product

literature and warranty information, which were submittal requirements.

Therefore, the vendor?s bid was deemed incomplete.



The Georgia Statewide Contract price for a 2011 Ford Crown Victoria Pursuit

Vehicle is $22,697.00, which equates to a total amount of $249,667.00.



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

Public Safety - LOST ? Automobiles; 0102 ? 550 ? 9900 ? LOST ? 7721.



* * * * * *



(E) PSYCHOLOGICAL TESTING SERVICES (ANNUAL CONTRACT) - RFP NO. 11-0010



It is requested that Council approve the contract for psychological testing

services for the Sheriff?s Office from Stone McElroy & Associates (Smyrna,

GA). The psychological testing services will be utilized on an ?as needed

basis? to assist the Muscogee County Sheriff?s Office to perform pre-employment

testing measures for an applicant which includes, but not limited to the

following:



Written personality test

Personal history questionnaire geared towards public safety personnel

Conduct a face-to-face interview

Show scales and analysis, and

Conclude with a psychological summary report for the hiring agency



The contracted vendor will be required to have or provide the following:



Have professional/commercial facility and sufficient staffing to provide

testing and other related services

Provide a twenty-four emergency contact number

Conduct at least one monthly local test for groups on a scheduled basis.

Support Columbus Consolidated Government/Muscogee County Sheriff?s Office in

situations where expert psychological forensic and/or psychological investigate

services may be useful as an information tool.

Provide a Program Manager for contractual services.

Provide expert legal testimony under subpoena for legal hearings or Columbus

Council.

Ensure all documents, records, evaluations, reports, etc., received by Columbus

Consolidated Government/Muscogee Sheriff?s Office are not in violation of the

H.I.P.P.A regulations.



The initial term of the contract shall be for two years, with the option to

renew for three additional twelve-month periods. The contract renewal will be

contingent upon the mutual agreement of the City and the Contractor.



Postcard invitations were mailed to Seventy (70) vendors. The RFP

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

Registry. The RFP has been advertised, opened and evaluated. One proposal was

received on November 19, 2010 from the following offeror:



Stone McElroy & Associates (Smyrna, GA)



The proposal was reviewed by the Evaluation Committee, which consisted of

representatives from the Human Resources Department, Tax Commissioner Office

and Muscogee County Sheriff Office. 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 RFP process,

there is no formal opening due to the possibility of negotiated components of

the proposal. No proposal responses or any negotiated components are made

public until after the award of the contract. If Council does not approve the

recommended offeror, the contract may be re-advertised. The cost information

has been submitted to the City Manager in a separate memo for informational

purposes.



Funds are budgeted each fiscal year for this ongoing service: General Fund -

Sheriff ?Administration ? Contractual Services; 0101-550-1000-SHRF 6319.



* * * * * *



(F) PROFESSIONAL SERVICES FOR REMEDIATION & DISPOSAL OF ENVIRONMENTAL HAZARDOUS

CHEMICALS/WASTE (ANNUAL CONTRACT) - RFP NO. 11-0007



It is requested that Council approve the provision of professional services for

remediation and disposal of environmental hazardous chemicals/waste from KAM,

Inc.



The Contractor will provide the following services:

Consulting services for remediation on an ?as needed basis?.

Responsible for replacing tank (s), piping and values at any site (s) that has

a leaking underground storage tank.

Pick-up, transport, packaging, labeling, manifesting, waste stream approval,

and disposal of contaminated products (sand/soil, sorbets, small amounts of

gasoline, diesel fuel, battery acid, antifreeze, etc.)

Provide twelve, 55-gallon metal, open lid drums to store contaminated

materials; pick-up when filled and replace as needed.

Provide construction services in environmentally sensitive areas that contain

potentially hazardous waste or matter or areas that are protected and/or

regulated by Federal and State regulations, i.e. state waters, wetlands,

landfills, fueling facilities, etc.



The term of 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. The contract price may be

adjusted annually for actual change in labor rates and actual changes in cost

of employee benefits. Any additional changes that require an increase in costs

are substantiated in writing to the City and they are mutually agreed upon.



The RFP specifications were posted on the City?s website and the Georgia

Procurement Registry. The RFP has been advertised, opened and evaluated.

Proposals were received November 5, 2010 from the following offerors:



KAM, Inc. (Columbus, GA)

DNT Environmental Services (Atlanta, GA)

MATEC (Kennesaw, GA)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from the Columbus Fire/EMS Department, Public Services

Department and Engineering Department. During the evaluation process KAM,

Inc., was deemed the most responsive offeror to the RFP. The RFP process is

governed by the City?s Procurement Ordinance Article 3-110 Equipment, Supplies

or Professional Services, and Article 3-111 Architectural/Engineering and Land

Surveying Services. During the process of an RFP there is no formal opening,

due to the possibility of negotiated components of the proposal. No proposal

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

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

negotiations will begin with the next responsive offeror or the contract may be

re-advertised. Evaluation results and proposed costs have been submitted to

the City Manager in a separate memo for information purposes.



Funds are budgeted each fiscal year for this ongoing service: General Fund ?

Fire Department ? Special Operations ? Other Purchased Services;

0101-410-2600-SPCO-6699 and various project funds on an as needed basis.





* * * * * *



(G) JUVENILE DRUG COURT TREATMENT PROVIDERS (ANNUAL CONTRACT)? RFP NO. 11-0011



It is requested that Council authorize the contract with Diversified Consulting

Services to provide treatment for Crisis Intervention and In Home Counseling;

Dr. Robert Carlson to provide treatment for Individual and Family Counseling

and Psychological Evaluation and New Horizons Community Services Board to

provide treatment for Anger Management to Drug Court participants.



The Juvenile Drug Court Program is a voluntary program for juveniles charged

with drug-related non-violent crimes. The Drug Court will empower juvenile

offenders to live drug-free lives and become law-abiding citizens by:



involving the juvenile's family

providing intensive court supervision, counseling, school performance

monitoring, and linkage to community resources

measuring these objectives by drug screens, recidivism rates, school records,

and periodic assessments

salvaging a life, one juvenile at a time



The RFP specifications requested that vendors propose to provide treatment in

the following areas: Anger Management, Crisis Intervention, Individual and

family Counseling, In-home Counseling and Psychological Evaluation. Vendors

could propose on any or all of the various areas of treatment. (The rates of

pay listed below were established per the RFP specifications based on the Drug

Court budget, consequently the offerors were not required to provide pricing,).

The contracted vendor(s) will perform the following services:



1. Anger Management Specialist:



Provide 1-2 weekly anger management groups for Drug Court Participants that are

in need of intervention for anger issues and conflict resolutions. Treatment

provider will receive Court ordered referrals and/or referrals at the

discretion of the Judge and/or Program Director. The treatment provider is

responsible for submitting treatment progress reports, attendance reports and

other necessary documentation as required by the Judge and/or Program

Director. Periodic attendance at Drug Court case staffings and Drug Court

hearings may be required. (No Payment rendered for group preparation or

materials, court appearances or staff meetings.)



Pay rate: $55.00 per group hour.



2. Crisis Intervention Specialist:



Crisis intervention specialist will provide crisis intervention services to

stabilize a crisis situation with any Drug Court participant. The specialist

will also provide crisis intervention services to the participant and family

when the crisis involves the participant and family members. Referrals will

be made at the discretion of the Judge and/or Program Director. This position

is an on-call position, 7 days a week, 24 hours a day. The treatment provider

is responsible for submitting treatment reports and other necessary

documentation as required by the Judge and/or Program Director. Periodic

attendance at Drug Court case staffings and Drug Court hearings may be

required. No mileage reimbursement.



Pay rate: $55.00 per counseling hour



3. Individual and Family Counselor:



Treatment provider will provide substance abuse counseling, individual and

family counseling to Drug Court participants and their families. Referrals

will be made at the discretion of the Judge and/or Program Director. The

treatment provider is responsible for submitting treatment progress reports,

attendance reports and other necessary documentation as required by the Judge

and/or Program Director. Periodic attendance at Drug Court case staffings and

Drug Court hearings may be required.



Pay Rate: $55.00 per counseling hour



Psychological Evaluator:



Psychological evaluator will conduct psychological evaluations. Psychological

evaluations need to include assessment of intellectual functioning, achievement

level functioning and personality functioning. Requests for a psychological

will be made at the discretion of the Judge and/or Program Director. The

evaluator is responsible for scheduling, conducting evaluation and submitting

written psychological evaluation within a 2-week period from date of

referral. Periodic attendance at Drug Court case staffings and Drug Court

hearings may be required. Must be willing to complete psychological

evaluations at Aaron Cohn Youth Detention Center.



Pay Rate: $300.00 per psychological evaluation. Fees include performing

assessment as well as written report.



5. In Home Counselor:



Treatment provider will provide short-term evidence based counseling

interventions in the residence of the drug court participant to stabilize the

individual and family and improve the overall family functioning. Referrals

will be made at the discretion of the Judge and/or Program Director. The

treatment provider is responsible for submitting treatment progress reports and

other necessary documentation as required by the Judge and/or Program

Director. Periodic attendance at Drug Court case staffings and Drug Court

hearings may be required. No mileage reimbursement.



Pay Rate: $55.00 per counseling hour



The term of this contract shall be for one (1) year with the option to renew

for four (4) additional twelve-month periods.



Request for proposal invitations were mailed to one hundred and two vendors and

specifications were posted on the City?s website. The RFP has been advertised,

opened and evaluated. Proposals were received on November 12, 2010, from the

following offerors:



Diversified Consulting Services (Columbus, GA)

Dr. Robert Carlson (Salem, AL)

New Horizons Community Service Board (Columbus, GA)

A Way Out, Inc. (Columbus, GA)

Betty King (Phenix City, AL)



The proposals were reviewed by the Evaluation Committee Members, consisting of

representatives from the Human Resources Office, Juvenile Drug Court Advisory

Board and Juvenile Court. The evaluation committee deemed the proposals from

Diversified Consulting Services, Dr. Robert Carlson and New Horizon Community

Service Board responsive to the RFP specifications, and met all qualifications

and experience in the areas for which they are recommended for award.



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. No proposal

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

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

negotiations may begin with the next highest ranked vendor(s) or the RFP

specifications may be re-advertised. The evaluation results and cost

information has been submitted to the City Manager in a separate memo for

informational purposes.



Funds are budgeted each fiscal year for this ongoing service: Multi-Gov?t

Project Fund ? Police ? ARRA Recovery Jag Grant ? Contractual Services;

0216-400-3400-RJAG-6319. Lost-Public Safety ? Executive ? Crime Prevention

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





* * * * * *



(H) MOTOR TRUCK SCALES ? RFP NO. 11-0008



It is requested that Council authorize the purchase of three (3) motor truck

scales from Scale South, Inc.?, formerly known as Georgia Scale Company

(Martinez, GA). The motor truck scales will replace the existing scales

currently used by the Public Services Department Landfill Division at Pine

Grove MSW Landfill, Granite Bluff Inert Landfill and Oxbow Meadows Landfill.



Request for proposal invitations were mailed to thirty-three vendors and

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

Registry. A Pre-Proposal conference was held on October 13, 2010. Fourteen

(14) representatives from eleven (11) vendors attended this conference. The RFP

has been advertised, opened and evaluated. Proposals were received on October

13, 2010, from the following seven offerors:



Scale South, Inc.?, formerly known as Georgia Scale Company (Martinez,

GA)

Weigh-Tec, Inc. (Decatur, AL)

Atlanta Scales, Inc. (Jonesboro, GA)

Alabama Scales Systems (Birmingham, AL)

Fairbanks Scales, Inc. (Doraville, GA)

Cardinal Scales (Conyers, GA)

Scale Systems, Inc. (Macon, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the Public Services Department and the

Landfill Services Division.



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. No proposal

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

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

negotiations may begin with the next highest ranked vendor(s) or the RFP

specifications will be re-advertised. The evaluation results and cost

information has been submitted to the City Manager in a separate memo for

informational purposes.



Funds are budgeted in the FY11 Budget: Integrated Waste Management Fund ?

Capital Projects ? Integrated Waste Supported Capital Projects ? Capital

Projects?Integrated Waste ? Software Lease ? Landfill Operation Software;

0207-660-4000-CPIW-6541 ? 20716 - 20080.



(I) DESIGN SERVICES FOR THE 14TH STREET PEDESTRIAN BRIDGE PLAZA



It is requested that Council approve a design contract with Hecht Burdeshaw

Architects, Inc., in the amount of $190,000.00, for the 14th Street Pedestrian

Bridge Plaza.



On January 26, 2010 (Resolution #34-10), Council approved a contract with Hecht

Burdeshaw Architects to design the redevelopment of the 14th Street Pedestrian

Bridge. In their efforts, it was discovered the plaza, or approach to the

bridge, would require additional reconstruction as well.



Continuity of design for the Plaza must coincide with the design of the

Bridge. Since the firm has already performed the design work for the 14th

Street Pedestrian Bridge, the Planning Department is recommending Hecht

Burdeshaw Architects be awarded this contract as well. This contract award

will insure that the City has coordination between the two projects, while also

promoting cost saving measures.



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

Supported Capital Projects ? Consulting Services ? Riverwalk-14th Street

Pedestrian St. Plaza Project; 0508-660-3000-CPPF-6315-21056-20110.









?ITEM A?

A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING THE PURCHASE OF A HIGH-DENSITY MOBILE

FILING/STORAGE SYSTEM FROM RETRIEVAL BUSINESS SYSTEMS, INC. (MILAN, IL) TO BE

UTILIZED BY THE DISTRICT ATTORNEY?S OFFICE.



WHEREAS, an RFP was administered (RFP 10-0025) and six proposals were received

from qualified offerors; and,



WHEREAS, the proposal submitted by Retrieval Business Systems, Inc., met all

proposal requirements for the High-Density Mobile Filing/Storage System and was

evaluated most responsive to the RFP.



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



That the City Manager is hereby authorized to purchase a high-density

mobile filing/storage system from Retrieval Business Systems, Inc., (Milan, IL)

for the District Attorney?s Office. Funds are budgeted in the FY11 Budget:

Multi-Gov?T Project Fund ? Finance ? ARRA Circuit-wide JAG ? Capital Expend ?

Over $5,000; 0216-200-3194-ARJG-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

?ITEM B?

A RESOLUTION



NO. ______



A RESOLUTION AUTHORIZING THE PAYMENT TO KEEP COLUMBUS BEAUTIFUL

COMMISSION IN THE AMOUNT OF $52,221.78 FOR THE HOUSEHOLD HAZARDOUS WASTE

RECYCLING PROJECT.



WHEREAS, Keep Columbus Beautiful Commission organized and sponsored the Great

American Clean Up ? Household Hazardous Waste Recycling project, held October

16, 2010; and,



WHEREAS, the payment includes the following: a) Recycling Services,

$41,971.78; b) Educational Presentations for Grades K-4, $2,250.00; and c)

Advertising Expenses, $8,000.00.



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

FOLLOWS:



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

Columbus Beautiful Commission in the amount of $52,221.78 for the Household

Hazardous Waste Recycling project. Funds in the amount of $41,971.78, for the

recycling services, are budgeted in the FY11 Budget as follows: Integrated

Waste Management Fund ? Public Services ? Recycling ? Contractual Services;

0207-260-3520-RCYL-6319. Funds in the amount of $10,250.00, for the

educational presentations and advertising expenses are budgeted as follows:

Integrated Waste Management Fund ? Public Services ? Recycling ?

Promotion/Advertising Services; 0207-260-3520-RCYL-6317.

__________



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 PAYMENT TO MOTOROLA (SCHAUMBURG, IL) IN THE

AMOUNT OF $48,928.80 FOR MOBILE DATA TERMINAL HARDWARE MAINTENANCE.



WHEREAS, the maintenance provides hardware support and repair for MW800

MDTs for the annual period beginning February 1, 2011 through January 31,

2012. The MDTs are installed in patrol, fire and service vehicles on a

24/7/365 schedule. The units are deployed throughout CCG in the Police

Department, Sheriff?s Office, Fire Department & Emergency Medical Services,

Marshal?s Office and Inspections & Codes; and,



WHEREAS, all of the equipment is manufactured by Motorola and is

proprietary in nature. Therefore, the vendor is the Only Known Source, per

Section 3-114 of the Procurement Ordinance.



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

FOLLOWS:



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

(Schaumburg, IL) in the amount of $48,928.80 for Mobile Data Terminal (MDT)

hardware maintenance. Funds are budgeted in the FY11 Budget: Emergency

Telephone Fund ? Police ? E911 Communications Center ? Service Contracts;

0209-400-3220-E911-6513.

_______________



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 ELEVEN 2011 FORD CROWN VICTORIA

PURSUIT VEHICLES FROM RIVERTOWN FORD, (COLUMBUS, GA), IN THE AMOUNT OF

$230,721.53.



WHEREAS, these are replacement vehicles and will be used by the Sheriff?s

Office.



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



That the City Manager is hereby authorized to purchase eleven (11) 2011 Ford

Crown Victoria Pursuit Vehicles from Rivertown Ford, (Columbus, Georgia), in

the amount of $230,721.53. Funds are budgeted in the FY11 Budget: LOST -

Public Safety Fund ? Sheriff ? Public Safety - LOST ? Automobiles; 0102 ? 550 ?

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 THE EXECUTION OF A CONTRACT WITH STONE,

MCELROY & ASSOCIATES FOR PSYCHOLOGICAL TESTING SERVICES TO BE UTILIZED ON AN

?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 11-0010) and one proposal was

received from a qualified offeror; and,



WHEREAS, the proposal submitted by Stone, McElroy & Associates met all proposal

requirements for the Psychological Testing Services and was evaluated

responsive to the RFP; and,



WHEREAS, the contract shall be for two years, with the option to renew for

three (3) additional twelve-month periods. The contract renewal will be

contingent upon the mutual agreement of the City and the Contractor.



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



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

Stone, McElroy & Associates for psychological testing services to be utilized

on an ?as needed basis?. Funds are budgeted in the FY11 Budget: General Fund -

Sheriff ?Administration ? Sheriff Administration - Contractual Services;

0101-550-1000-SHRF 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 F?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH KAM, INC., FOR

PROFESSIONAL SERVICES FOR REMEDIATION & DISPOSAL OF ENVIRONMENTAL HAZARDOUS

CHEMICALS/WASTE ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 11-0007) and three proposals were

received; and,



WHEREAS, the proposal submitted by KAM, Inc., met all proposal requirements and

was evaluated most responsive to the RFP; and,



WHEREAS, the term of 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. The

contract price may be adjusted annually for actual change in labor rates and

actual changes in cost of employee benefits. Any additional changes that

require an increase in costs are substantiated in writing to the City and they

are mutually agreed upon.



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



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

Inc., to provide professional services for remediation & disposal of

environmental hazardous chemicals/waste on an ?as needed basis?. Funds are

budgeted each fiscal year for this ongoing service: General Fund ? Fire

Department ? Special Operations ? Other Purchased Services;

0101-410-2600-SPCO-6699.

______________



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 A CONTRACT WITH DIVERSIFIED CONSULTING

SERVICES TO PROVIDE TREATMENT FOR CRISIS INTERVENTION AND IN-HOME COUNSELING;

DR. ROBERT CARLSON TO PROVIDE TREATMENT FOR INDIVIDUAL AND FAMILY COUNSELING

AND PSYCHOLOGICAL EVALUATION; AND NEW HORIZON COMMUNITY SERVICE BOARD TO

PROVIDE TREATMENT FOR ANGER MANAGEMENT TO JUVENILE DRUG COURT PARTICIPANTS.



WHEREAS, an RFP was administered (RFP No. 11-0011) and five proposals were

received from A Way Out, Inc, Betty King, Diversified Consulting Services, Dr.

Robert Carlson and New Horizon Community Service Board; and,



WHEREAS, Diversified Consulting Services was deemed most responsive to the RFP

to provide treatment for Crisis Intervention and In Home Counseling; Dr. Robert

Carlson was deemed most responsive to the RFP to provide treatment for

Individual and Family Counseling and Psychological Evaluation and New and

Horizon Community Service Board was deemed most responsive to the RFP to

provide treatment for Anger Management to Drug Court participants; and,



WHEREAS, the term of this contract shall be for one (1) year with the option to

renew for four (4) additional twelve-month periods.



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



That the City Manager is hereby authorized to enter into a contract

with Diversified Consulting Services to provide treatment for Crisis

Intervention and In Home Counseling; Dr. Robert Carlson to provide treatment

for Individual and Family Counseling and Psychological Evaluation and New

Horizon Community Service Board to provide treatment for Anger Management to

Drug Court participants. Funds are budgeted each fiscal year for this ongoing

service: Multi-Gov?t Project Fund ? Police ? ARRA Recovery Jag Grant ?

Contractual Services; 0216-400-3400-RJAG-6319. 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 H?

A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF MOTOR TRUCK SCALES FROM SCALE

SOUTH, INC.?, FORMERLY KNOWN AS GEORGIA SCALE COMPANY (MARTINEZ, GA) TO BE

UTILIZED BY THE PUBLIC SERVICES DEPARTMENT.



WHEREAS, an RFP was administered (RFP 11-0008) and seven proposals were

received from qualified offerors; and,



WHEREAS, the proposal submitted by Scale South, Inc.?, formerly known as

Georgia Scale Company met all proposal requirements for the Motor Truck Scales

and was evaluated most responsive to the RFP.



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



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

motor truck scales from Scale South, Inc.?, formerly known as Georgia Scale

Company (Martinez, GA) for the Public Services Department. Funds are budgeted

in the FY11 Budget: Integrated Waste Management Fd ? Capital Projects ?

Integrated Waste Supported Capital Projects ? Capital Projects?Integrated Waste

? Software Lease ? Landfill Operation Software; 0207-660-4000-CPIW-6541 ? 20716

- 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 I?

A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING A DESIGN CONTRACT WITH HECHT BURDESHAW

ARCHITECTS, INC., IN THE AMOUNT OF $190,000.00, FOR THE 14TH STREET PEDESTRIAN

BRIDGE PLAZA.



WHEREAS, on January 26, 2010 (Resolution #34-10), Council approved a contract

with Hecht Burdeshaw Architects to design the redevelopment of the 14th Street

Pedestrian Bridge. In their efforts, it was discovered the plaza, or approach

to the bridge, would require additional reconstruction as well; and,



WHEREAS, Continuity of design for the Plaza must coincide with the design of

the Bridge; and,



WHEREAS, Since the firm has already performed the design work for the 14th

Street Pedestrian Bridge, the Planning Department is recommending Hecht

Burdeshaw Architects be awarded this contract as well.



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



That the City Manager is hereby authorized to enter into a design

contract with Hecht Burdeshaw Architects, Inc., in the amount of $190,000.00,

for the 14th Street Pedestrian Bridge Plaza. Funds are budgeted in the FY11

Budget: Capital Projects Fund ? Paving Fund Supported Capital Projects ?

Consulting Services ? Riverwalk-14th Street Pedestrian St. Plaza Project;

0508-660-3000-CPPF-6315-21056-20110.

____________



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


No attachments for this document.

Back to List