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.