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 # 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.

Back to List