Agenda Item # 2
Columbus Consolidated Government
Council Meeting
July 14, 2009
Agenda Report # 405
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) PHYSICIAN AND PHYSICIAN?S ASSISTANT MEDICAL SERVICES FOR INMATES AT THE
MUSCOGEE COUNTY JAIL AND MUSCOGEE COUNTY PRISON
It is requested that Council approve the Letter of Agreement between Prison
Health Services (PHS) and the Columbus Consolidated Government for physician
and physician?s assistant medical services, as well as, on site psychiatric
treatment for inmates at the Muscogee County Jail and Muscogee County Prison.
The fixed administrative fee will be $14,903.00 per month. The professional
component will be no more than $48,491.00 per month, unless additional services
have been requested and delivered. The contract term shall be for one year
commencing on July 1, 2009 through June 30, 2010.
There have been attempts to competitively bid medical services at the jail in
the past, as well as an RFP to conduct a study of medical services. However,
these attempts did not net favorable results for the City. Consequently, the
Jail has continued to use PHS to provide medical services.
Funds are budgeted in the FY10 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.
* * * * *
(B) ELECTION SUPPLIES AND EQUIPMENT MAINTENANCE
It is requested that Council approve a resolution to expend the appropriated
funds to Premier Election Solutions (Pittsburgh, PA), for FY10 election
supplies and equipment maintenance in an amount not to exceed $60,000.
Services from Premier may include programming, audio recording, Premier ballot
printing, loading database, creating memory cards, programming encoders and
logic and accuracy testing. Premier will also provide Global Election
Management Systems (GEMS) support at all elections and primaries.
Premier Election Solutions is the provider mandated by the State of Georgia for
Election support services. Therefore, the vendor is considered an only known
source.
Funds are budgeted in the FY10 Budget: General Fund ? Boards & Commissions ?
Elections & Registration -Boards of Elections & Registration ? Election
Expenses; 0101-290-2000-ELCT-6355.
* * * * * *
C. CHANGE ORDER NO. 4 FOR REGIONAL DETENTION POND AND WETLAND MITIGATION
? RFB NO. 04-0023
It is requested that Council authorize the execution of Change Order No. 4, for
additional construction services related to the Regional Detention Pond and
Wetland Mitigation project, with McMath -Turner Construction Company in the
amount of $62,580.00.
Resolution No. 4-04 authorized the execution of the contract with McMath-Turner
Construction Company. Additional work is required to improve the storm water
detention capabilities of the existing regional detention pond:
Original contract amount 610,000.00
Change Order No. 1 61,000.00
Change Order No. 2 26,292.98
Change Order No. 3 44,920.00
Change Order No. 4 62,580.00
New contract amount $804,792.98
The project engineering firm of Jordan, Jones & Goulding, Inc., will partially
fund Change Order No. 4 by providing $30,600.00 of engineering services to the
City. The $31,980.00 balance is available in the FY10 Budget: 1999 SPLOST,
NFL Improvements ? Drainage/Street Improvements;
0540-695-2133-TXNF-7622-50601-20040.
* * * * * *
(D) MEDICAL EVALUATION SERVICES FOR THE FIRE/EMS DEPARTMENT (ANNUAL CONTRACT) -
RFP NO. 09-0021
It is requested that Council approve the contract for medical evaluation
services for Fire/EMS from North Greenville Fitness and Cardiac Rehabilitation
Clinic, Inc.
The services are needed to assist the Columbus Fire & EMS Department in
evaluating the physical condition of its firefighter workforce and to make
recommendations for a physical fitness program. The contractor will provide
medical evaluation services for each member of the Columbus Fire & EMS
Department which shall comply with all requirements prescribed in the most
current National Fire Protection Association (NFPA) 1201, Developing Fire
Protection Services for the Public, sections 7-2.4-2 and 7-2.2.4, NFPA 1582;
Standard on Medical Requirements for Firefighters and all other applicable
standards, guidelines, laws, regulations and acts. Approximately 358 personnel
will be examined, as needed, contingent upon budget appropriations.
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.
Request for proposal postcard invitations were mailed to thirty-three (33)
vendors. This RFP has been advertised and posted on the City?s web page. One
proposal was received on May 29, 2009 from the following offeror:
North Greenville Fitness and Cardiac Rehabilitation Clinic, Inc. (Travelers
Rest, SC)
The proposal was reviewed by the Evaluation Committee, which consisted of
representatives from the Columbus Fire/EMS 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 RFP process, there is no formal opening due to the possibility of
negotiated components of the proposal. In the event City Council does not
approve the recommended offeror, no proposal responses or any negotiated
components are made public until after the award of the contract. 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 -
Fire/EMS Department, Special Operations - Pre-Employment Physical;
0101-410-2600-SPCO-6324.
* * * * * * * * *
(E) PURCHASE OF ADDITIONAL EQUIPMENT NEEDED FOR THE CISCO PHONE SYSTEM UPGRADE
It is requested that Council approve the purchase of Berbee paging software and
license in the amount of $14,202.74; and one IPCC Server in the amount of
$6,726.93 from AT&T Communications (Baltimore, MD).
This additional equipment and software is needed to complete the Cisco Unity
VOIP Server/Call Manager upgrade project approved in December 2008, per
Resolution #567-08. This equipment will upgrade Cisco VOIP Call Managers,
Unity Voice Mail and Berbee call paging and overhead paging system.
Per Resolution No 202-03, Council authorized a 10-year contract with AT&T
(formerly BellSouth) for the current Cisco IP Phone system utilized by the
City. This purchase is an addition to that contract.
Funds are budgeted in the FY10 Budget: General Fund - Information Technology ?
Telephone; 0101-210-1000-ISS-6621.
* * * * * *
(F) 25-YARD REFUSE COLLECTION BODY
It is requested that Council authorize the purchase of two (2) 25-yard refuse
collection bodies from Consolidated Disposal Systems (Smyrna, GA), in the
amount of $115,882.00 ($57,941.00 each).
The refuse collection bodies will be mounted on cab and chassis. The refuse
collection trucks are replacement units that will be used by the Solid Waste
Collection Division, of the Public Services Department, for curbside pick up of
household garbage.
On December 16, 2008 Council approved the purchase of refuse collections bodies
from Consolidated Disposal Systems, per Resolution No.585-08, RFB No.09-0013.
The bid specifications required vendors to submit a bid price for future
purchases during the FY2010 budget year. Consolidated Disposal Systems
submitted a bid price of $57,941.00, per unit, for future FY2010 purchases.
The vendor has confirmed they will honor the bid price.
Funds are budgeted in the FY2010 Budget: Integrated Waste Management Fund ?
Public Services ? Solid Waste Collection ? Heavy Trucks;
0207-260-3510-GARB-7723.
* * * * * * * *
(G) CAB AND CHASSIS FOR 25-YARD REFUSE COLLECTION BODY
It is requested that Council authorize the purchase of two (2) cab and chassis
Beck Motor Company (Albany, GA), in the amount of $214,632.00 ($107,316.00
each).
Refuse collection bodies will be mounted onto the new cab and chassis. The
refuse collection trucks are replacement units that will be used by the Solid
Waste Collection Division, of the Public Services Department, for curbside pick
up of household garbage.
On November 13, 2007 Council approved the purchase of five (5) cab and chassis
from Beck Motor Company, per Resolution No.490-07, RFB No.08-0015. The bid
specifications required vendors to submit a bid price for future purchases
during the FY09 budget year. Beck Motor Company submitted a bid price of
$107,316.00, per unit, for future FY09 purchases. On June 30th, the vendor
provided written confirmation to Public Services that they would honor the same
price until August 15, 2009 for future purchases.
Funds are budgeted in the FY2010 Budget: Integrated Waste Management Fund ?
Public Services ? Solid Waste Collection ? Heavy Trucks;
0207-260-3510-GARB-7723.
?ITEM A?
A RESOLUTION
NO.________
A RESOLUTION AUTHORIZING APPROVAL OF A LETTER OF AGREEMENT WITH PRISON
HEALTH SERVICES TO PROVIDE PHYSICIAN AND PHYSICIAN?S ASSISTANT MEDICAL
SERVICES, AS WELL AS, ON SITE PSYCHIATRIC SERVICES, FOR INMATES AT THE MUSCOGEE
COUNTY JAIL AND MUSCOGEE COUNTY PRISON. THE FIXED ADMINISTRATIVE FEE WILL BE
$14,903.00 PER MONTH. THE PROFESSIONAL COMPONENT WILL BE IN AN AMOUNT NOT TO
EXCEED $48,491.00 PER MONTH, UNLESS ADDITIONAL SERVICES HAVE BEEN REQUESTED AND
DELIVERED.
WHEREAS, the Letter of Agreement covers the period of July 1, 2009
through June 30, 2010.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to approve a letter of agreement
with Prison Health Services to provide physician and physician?s assistant
medical services, as well as, on site psychiatric services, for inmates at the
Muscogee County Jail and Muscogee County Prison. The fixed administrative fee
will be $14,903.00 per month. The professional component will be in an amount
not to exceed $48,491.00 per month, unless additional services have been
requested and delivered. Funds are budgeted in the FY10 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.
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2009 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING TO EXPEND THE APPROPRIATED FUNDS TO PREMIER
ELECTION SOLUTIONS (PITTSBURGH, PA), FOR FY10 ELECTION SUPPLIES AND EQUIPMENT
MAINTENANCE IN AN AMOUNT NOT TO EXCEED $60,000.
WHEREAS, services from Premier may include programming, audio recording,
Premier ballot printing, loading database, creating memory cards, programming
encoders and logic and accuracy testing. Premier will also provide Global
Election Management Systems (GEMS) support at all elections and primaries; and,
WHEREAS, Premier Election Solutions is the provider mandated by the State of
Georgia for Election support services. Therefore, the vendor is considered an
only known source.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to expend the appropriated
funds to Premier Election Solutions (Pittsburgh, PA), for FY10 election
supplies and equipment maintenance in an amount not to exceed $60,000. Funds
are budgeted in the FY10 Budget: General Fund ? Boards & Commissions ?
Elections & Registration -Boards of Elections & Registration ? Election
Expenses; 0101-290-2000-ELCT-6355.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2009 and adopted at said
meeting by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER NO. 4, FOR ADDITIONAL
CONSTRUCTION SERVICES RELATED TO THE REGIONAL DETENTION POND AND WETLAND
MITIGATION PROJECT, IN THE AMOUNT OF $62,580.00.
WHEREAS, Resolution No. 4-04 authorized the execution of the contract
with McMath-Turner Construction Company; and,
WHEREAS, additional work is required to improve the storm water
detention capabilities of the existing regional detention pond:
Original contract amount 610,000.00
Change Order No. 1 61,000.00
Change Order No. 2 26,292.98
Change Order No. 3 44,920.00
Change Order No. 4 62,580.00
New contract amount $804,792.98
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute Change Order No.
4, for additional construction services related to the Regional Detention Pond
and Wetland Mitigation project, with McMath Turner Construction Company in the
amount of $62,580.00. The project engineering firm of Jordan, Jones &
Goulding, Inc., will partially fund Change Order No. 4 by providing $30,600.00
of engineering services to the City. The $31,980.00 balance is available in
the FY10 Budget: 1999 SPLOST, NFL Improvements ? Drainage/Street Improvements;
0540-695-2133-TXNF-7622-50601-20040.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2009 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH NORTH GREENVILLE
FITNESS AND CARDIAC REHABILITATION CLINIC, INC., TO PROVIDE MEDICAL EVALUATION
SERVICES FOR FIRE/EMS DEPARTMENT.
WHEREAS, an RFP was administered (RFP No. 09-0021) and one proposal was
received; and,
WHEREAS, the proposal submitted by North Greenville Fitness and Cardiac
Rehabilitation Clinic, Inc., met all proposal requirements and was evaluated
responsive to the RFP; and,
WHEREAS, the initial term of the contract shall be for two years, with
the option to renew for three (3) additional twelve-month periods. 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 North
Greenville Fitness and Cardiac Rehabilitation Clinic, Inc., for medical
evaluation services for the Fire/EMS Department. Funds are budgeted each
fiscal year for this ongoing expense: General Fund - Fire/EMS Department -
Special Operations - Pre-Employment Physicals; 0101-410-2600-SPCO-6324.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2009 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM E?
A RESOLUTION
NO._________
A RESOLUTION AUTHORIZING TO PURCHASE BERBEE PAGING SOFTWARE AND LICENSE
IN THE AMOUNT OF $14,202.74; AND ONE IPCC SERVER IN THE AMOUNT OF $6,726.93
FROM AT&T COMMUNICATIONS (BALTIMORE, MD).
WHEREAS, this additional equipment and software is needed to complete
the Cisco Unity VOIP Server/Call Manager upgrade project approved in December
2008, per Resolution #567-08. This equipment will upgrade Cisco VOIP Call
Managers, Unity Voice Mail and Berbee call paging and overhead paging system;
and,
WHEREAS, per Resolution No 202-03, Council authorized a 10-year contract with
AT&T (formerly BellSouth) for the current Cisco IP Phone system utilized by the
City. This purchase is an addition to that contract.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase Berbee paging
software and license in the amount of $14,202.74; and one IPCC Server in the
amount of $6,726.93 from AT&T Communications (Baltimore, MD). Funds are
budgeted in the FY10 Budget: General Fund - Information Technology ?
Telephone; 0101-210-1000-ISS-6621.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2009 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM F?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) 25-YARD REFUSE
COLLECTION BODIES FROM CONSOLIDATED DISPOSAL SYSTEMS (SMYRNA, GA), IN THE
AMOUNT OF $115,882.00 ($57,941.00 EACH).
WHEREAS, the refuse collection bodies will be mounted on cab and chassis. The
refuse collection trucks are replacement units that will be used by the Solid
Waste Collection Division, of the Public Services Department, for curbside pick
up of household garbage, and;
WHEREAS, on December 16, 2008 Council approved the purchase of refuse
collections bodies from Consolidated Disposal Systems, per Resolution
No.585-08, RFB No.09-0013. The bid specifications required vendors to submit a
bid price for future purchases during the FY2010 budget year. Consolidated
Disposal Systems submitted a bid price of $57,941.00, per unit, for future
FY2010 purchases. The vendor has confirmed they will honor the bid price.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) 25-yard
refuse collection bodies from Consolidated Disposal Systems (Smyrna, GA), in
the amount of $115,882.00 ($57,941.00 each). Funds are budgeted in the FY2010
Budget: Integrated Waste Management Fund ? Public Services ? Solid Waste
Collection ? Heavy Trucks; 0207-260-3510-GARB-7723.
_____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2009 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
?ITEM G?
A RESOLUTION
NO.___________
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) CAB AND CHASSIS BECK
MOTOR COMPANY (ALBANY, GA), IN THE AMOUNT OF $214,632.00 ($107,316.00 EACH).
WHEREAS, refuse collection bodies will be mounted onto the new cab and
chassis. The refuse collection trucks are replacement units that will be used
by the Solid Waste Collection Division, of the Public Services Department, for
curbside pick up of household garbage, and;
WHEREAS, on November 13, 2007 Council approved the purchase of five (5) cab and
chassis from Beck Motor Company, per Resolution No.490-07, RFB No.08-0015. The
bid specifications required vendors to submit a bid price for future purchases
during the FY09 budget year. Beck Motor Company submitted a bid price of
$107,316.00, per unit, for future FY09 purchases. On June 30th, the vendor
provided written confirmation to Public Services that they would honor the same
price until August 15, 2009 for future purchases.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) cab and
chassis Beck Motor Company (Albany, GA), in the amount of $214,632.00
($107,316.00.each). Funds are budgeted in the FY2010 Budget: Integrated
Waste Management Fund ? Public Services ? Solid Waste Collection ? Heavy
Trucks; 0207-260-3510-GARB-7723.
_____________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2009 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Jim Wetherington, Mayor
Attachments
No attachments for this document.