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 # 4





Columbus Consolidated Government



Council Meeting



October 25, 2011





Agenda Report # 710







TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES (ANNUAL CONTRACT) - RFP

NO. 11-0026



It is requested that Council approve the annual contracts for Professional

Architectural & Engineering Services with the firms in the following

categories: Architectural Services: 2WR/Andras Architects; Hecht, Burdeshaw,

Johnson Architects; Sizemore Group; Neal, Kendust & Murray and Kenneth Levy

Architects; Engineering Services: Stantec Consulting Services; URS; Jacobs

Engineering Group; Heath & Lineback Engineers and Wolverton & Associates.

Services will be required on an as needed basis and costs will be negotiated

per project.



Proposals were requested from qualified firms to provide Professional A & E

Services to include: Architectural and Engineering Services, on an ?as needed

basis?. The City will contract with an approved list of multiple firms to

provide services on a rotation basis for each category. The Engineering

Department will base the utilization rotation on the expertise required for the

particular project and the availability of the firms. Therefore, firms were

invited to submit proposals based on their expertise in either of the two

categories. The scopes of the services to be provided are as follows:



Architectural Services:

Services will include both standard architectural and landscape architectural

services. The services will include, but not limited to design of governmental

buildings, structures and accessory facilities. Typical projects may include

swimming pools, pedestrian walkways, bikeways, trails, playgrounds/parks,

recreational buildings and athletic fields. Additional services for

preliminary site layout and studies for Parks to include site work, drainage,

roadways and storm water/wetland management practices; irrigation, planting and

lighting plans and other tasks as permitted by the State Licensing Board, under

these disciplines.



Engineering Services:

Services will include, but not limited to the following tasks: preparing

preliminary and final engineering studies, environmental, historical reports,

preliminary and final design to include traffic, roadway, and signalization

plans studies. Additionally, both preliminary hydraulic/storm water studies,

designs to include wetland rehabilitation and management, plus modeling

reports; also preparation of utilities, right of way, landscaping, irrigation

plans. Services will also include structural analysis, bridge repairs, reports

and designs. The work at times will require it to be repaired in accordance to

and in cooperation with current GA DOT standards, Georgia E.P.D. and other

state/federal agencies. Service will also include annual inspection of

Category I Dams in accordance with Georgia Safe Dams regulations.



Although the City will enter into contracts with various firms for these

services; the City also reserves the right to bid projects separately, if

deemed to be in the City?s best interest.



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

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

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



Request for proposal specifications were posted on the City?s website and the

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

evaluated. Proposals were received on May 13, 2011. Thirty offerors submitted

proposals based on their expertise in the following areas:



Architectural Services: Engineering Services:

2WR/Andras Architects (Columbus, GA) Stantec Consulting Services (Macon, GA)

Hecht, Burdeshaw, Johnson Architects, Inc (Cols., GA) URS (Atlanta, GA)

Sizemore Group (Atlanta, GA) Jacobs Engineering Group (Columbus, GA)

Neal, Kendust & Murray (Columbus, GA) Heath & Lineback Engineers (Marietta,

GA)

Kenneth Levy Architects (Midland, GA) Wolverton & Associates (Duluth, GA)

AECOM (Atlanta, GA) W. K. Dickson & Co. (Atlanta, GA)

Precision Planning, Inc. (Lawrenceville, GA) Moons, Meeks, Mason & Vinson

(Columbus, GA)

Brown Design Group (East Point, GA) Moreland Altobelli Assoc. (Norcross, GA)

Michael D Clark & Assoc. (Fayetteville, GA) LAI Engineering (Marietta, GA)

Kersey & Lutrell Architects (Columbus, GA) T.Y. Lin International (Atlanta,

GA)

T. Y. Lin International (Atlanta, GA) AECOM (Atlanta, GA)

Robert & Company (Atlanta, GA) Florence & Hutcheson, Inc. (Kennesaw, GA)

John t. Rivers Architect (Columbus, GA) EMC Engineering Services (Savannah, GA)

Krebs Architectural & Engineering (Hoover, AL) Precision Planning, Inc.

(Lawrenceville, GA)

W. K. Dickson & Co. (Atlanta, GA) Krebs Architectural & Engineering (Hoover,

AL)

French & Associates (Columbus, GA) Rindt-McDuff Associates, Inc. (Marietta, GA)

Wilburn Engineering (Marietta, GA)

Michael D. Clark & Assoc. (Fayetteville, GA)

Brown Design Group (East Point, GA)

French & Associates (Columbus, GA)

Kersey & Lutrell Architects (Columbus, GA)



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

representatives from the Engineering and Inspections & Codes Departments.

Additional representatives from the City Manager?s Office and Planning

Department served as non-voting advisors. During the evaluation process the

following firms were deemed the most responsive to the RFP in the following

categories:



Architectural Services: Engineering Services:

2WR/Andras Architects (Columbus, GA) Stantec Consulting Services (Macon, GA)

Hecht, Burdeshaw, Johnson Architects, Inc (Cols., GA) URS (Atlanta, GA)

Sizemore Group (Atlanta, GA) Jacobs Engineering Group (Columbus, GA)

Neal, Kendust & Murray (Columbus, GA) Heath & Lineback Engineers (Marietta,

GA)

Kenneth Levy Architects (Midland, GA) Wolverton & Associates (Duluth, GA)



The RFP process is governed by the City?s Procurement Ordinance Article 3-110,

Competitive Sealed Proposals for the procurement of Equipment, Supplies and

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. Therefore, 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 re-advertised.



Funds will be budgeted each fiscal year for approved projects in the various

capital projects funds: General, Sewer, Paving, Integrated Waste Fund

Supported; 1999 Sales Tax and 1993 Sales Tax.



* * * * * *



(B) ZERO TURN RADIUS MOWERS ? GEORGIA STATEWIDE CONTRACT



It is requested that Council authorize the purchase of five (5) zero turn

radius mowers with rear discharge for the Parks and Recreation Department, via

Georgia State Contract, #99999-SPD0000043, from Moridge Manufacturing,

(Moundridge, GA) in the amount of $42,070.00.



The mowers are replacement units and will be used by the Parks and Recreation

Department to cut grass in the City?s parks. The department currently has five

mowers down with repairs approximated at $16,000.00. The equipment in need of

repair meets the requirements for salvage. The new units are needed

immediately, hence the reason for utilizing the State Contract.



Funds are budgeted in the FY12 Budget: Special Proj-Capital Proj Fund ?

Capital Projects ? Gen Fund Supported Cap Project ? Capital Expend ? Over

$5,000; 0508-660-1000-CPGF-7761-22929-20120.



* * * * * *



(C) DIAL-A-RIDE BUSES ? RFB NO. 12-0010



It is requested that Council authorize the purchase of two (2) Dial-A-Ride

paratransit buses from National Bus Sales and Leasing, Inc. (Marietta, GA) in

the amount of $264,702.00.



The buses are replacement units and will be used by the METRA Department of

Transportation to provide ADA Complementary Paratransit Service to eligible

persons with disabilities who are, because of their disability, unable to

board, ride or disembark from an accessible vehicle in METRA's regular bus

service. Service is provided with special lift-equipped buses on a

curb-to-curb, shared ride basis.



Bid postcard invitations were mailed to one-hundred-one (101) vendors and bid

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

Georgia Procurement Registry. Two bids were received on September 14. This

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



Vendors Year Manufacturer/Model Unit Price Total Price

(2 Units)

National Bus Sales & Leasing, Inc. (Marietta, GA) 2012 Arboc Spirit of Mobility $132,351.00

$264,702.00

International Bus Group

(College Park, GA) 2012 Glaval Bus / Titan II LF $114,642.00 $229,284.001



1International Bus Group failed to meet the bid specification requiring Altoona

testing prior to bid submission. Waiting for Altoona testing and approval to

be completed after award could delay bus construction and delivery.

Additionally, any bus design changes required by Altoona could conceivably

impact the cost of the bus. The vendor was notified in writing and given the

opportunity to respond.



Funds are budgeted in the FY12 Budget: $174,773.60 from Transportation Fund ?

Transportation ? FTA ? Buses; 0751 ? 610 ? 2400 ? MFTA ? 7724; $89,928.40 from

1999 Sales Tax Project Fund ? 1999 SPLOST ? 99 SPLOST Buses ? Buses; 0540 ?

695 ? 2137 - TXBS ? 7724 ? 50820-20030.



* * * * * *



(D) CAB & CHASSIS FOR 16/18-YARD DUMP BODY



It is requested that Council authorize the purchase of one (1) Cab and Chassis

from Beck Motor Company, (Albany, GA) in the amount of $116,993.00.



The cab and chassis will be used with a 16/18-yard dump truck body purchased in

FY11. It is a replacement vehicle and will be used by the Street Improvements

Division of the Public Services Department to haul dirt, sand and other items

as needed to maintain city streets. The 16/18-yard dump truck body will be

mounted on the cab and chassis.



Per Resolution No. 285-11, Beck Motor Company was the awarded vendor for RFB

11-0063, Commercial Logging Trash Loader, Option 1: Cab & Chassis Only. Beck

Motor Company has agreed to provide the additional cab and chassis for the same

awarded bid price of $116,993.00.



This item is not listed on the Georgia Statewide Contract.



This item was approved in the FY11 Budget but was not purchased. The funds were

carried over into FY12 Budget.



Funds are budgeted in the FY12 Budget as follows: Paving Fund ? Public

Services ? Street Improvements ? Heavy Trucks; 0203-260-2100-STRT-7723.



* * * * * *



(E) BRITT DAVID PARK FENCING PROJECT - BASEBALL ? RFB NO. 12-0011



It is requested that Council authorize the execution of a contract with Capitol

Fence Company, Inc., in the amount of $95,284.00 for fencing services. Capitol

Fence Company, Inc., will replace fencing around two (2) baseball fields at

Britt David Park.



Bid postcard invitations were mailed to twelve vendors and bid specifications

were posted on the web pages of the Purchasing Division and the Georgia

Procurement Registry. Five bids were received on September 21, 2011. This bid

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



Contractor Bid Alternate 1

(Increase) Total Bid

Capitol Fence Company, Inc. (Pike Road, AL) 94,334.00 950.00 95,284.00

Lindavid, Inc. DBA C & C Fence (McDonough, GA) 74,075.00 2,175.00 ?76,260.00

Dixie Fence & Kennel, INc. (Douglas, GA) 97,967.00 4,860.00 102,827.00

Denny Enterprises (Columbus, GA) 103,209.00 1,845.00 105,054.00

Georgia Fence Wholesale, Inc. (Columbus, GA) 114,185.00 2,945.00 117,130.00



?Lindavid, Inc., DBA C & C Fence failed to provide a non-collusion affidavit

and failed to acknowledge receipt of Addendum No. 1, which included

clarification of the fencing wire core. Therefore, the bid from Lindavid,

Inc., DBA C & C Fence was deemed non-responsive and ineligible for further

consideration.



Alternate No. 1 is for additional work to include new fence posts for the

covered seating areas between the ball fields.



Funds are budgeted in the FY12 Budget: General Fund Supported Capital Projects

? Capital Expenditures over $5000 ? Britt David Fence; 0508 ? 660 ? 1000 ? CPGF

? 7761 ? 22251 ? 20080.



* * * * * *



(F) IBM LOTUS NOTES DOMINO LICENSE



It is requested that Council authorize the purchase of seven hundred (700) IBM

Lotus Notes Domino Licenses from IBM (Westford, MA) in the amount of $58,905.00.



The licenses are needed to fulfill a new mandate from the Peace Officer

Standards and Training Council (P.O.S.T.) requiring all officers to have an

e-mail address. The e-mail address must be the governing entity?s email, not

a personal email address. This requirement applies to Police Officers, Deputy

Sheriffs and Deputy Marshals.



IBM is the developer of the Lotus Notes e-mail software utilized by the City.

Therefore, the vendor is considered an only known source for this purchase.



Funds are budgeted in the FY12 Budget as follows: General Fund ? Information

Technology ? Software lease; 0101-210-1000-ISS-6541.



* * * * * *



(G) TRAFFIC CITATIONS / POLICE (ANNUAL CONTRACT) ? RFB NO. 12-0009



It is requested that Council approve the annual contract for the purchase of

traffic citations on an "as needed" basis from Turner-Clack Business Forms,

Inc. (Columbus, GA), for the per ticket cost of $0.07152, and the estimated

contract value of $20,115.00.



Turner-Clack Business Forms, Inc. will provide an initial order of ninety three

thousand seven hundred and fifty (93,750) traffic citations to be used by the

Columbus Police Department. The contract term will be for three years.



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

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

Georgia Procurement Registry. Six bids were received on September 18, 2011.

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







Funds are budgeted each fiscal year for this on going expense: General Fund -

Police ? Support Services ? Operating Materials; 0101-400-2200-POLC-6728.



* * * * * * * * *



(H) DONATION OF PURSUIT VEHICLE BAR LIGHTS



It is requested that Council approve the donation of (4) pursuit vehicle bar

lights to Columbus State University.



Resolution No. 316-11 declared various vehicles and equipment as surplus. Said

vehicles and equipment will be disposed during an auction to be held on October

22, 2011. Included in the surplus are several Police Department vehicles with

bar lights.



Columbus State University has contacted the City Manager, Chief of Police, and

Fleet Management Division about obtaining the (4) pursuit vehicle bar lights.



(I) LETTER OF AGREEMENT FOR INMATE MEDICAL SERVICES FOR MUSCOGEE COUNTY JAIL

AND MUSCOGEE COUNTY PRISON



It is requested that Council approve the Letter of Agreement with Corizon

(formerly Prison Health Services (PHS)) for inmate medical services through

June 30, 2012, with payment rendered as follows: 1)From July 1, 2011 through

September 30, 2011, the Variable Professional Fee will be no more than

$55,889.61 per month; 2)From October 1, 2011 through October 31, 2011, the

Variable Professional Fee will be no more than $43,614.61 per month, unless the

Columbus Consolidated Government requests more services than previously agreed

upon; 3)From November 1, 2011 through June 30, 2012, the Variable Professional

Fee will be no more than $38,664.61 per month, unless the Columbus Consolidated

Government requests more services than previously agreed upon. The charge will

be for hours actually provided and those hours shall be documented by Columbus

and submitted to Corizon every week. For the Contract Period, the Fixed

Administrative Fee will be $15,276.00 per month.



Corizon (formerly Prison Health Services, PHS) has provided Inmate Medical

Services and Mental Health Services for the Jail and Prison since, 2000. The

last Letter of Agreement ended on June 30, 2011. Since then, the Sheriff?s

Department has been negotiating with the vendor to separate the Mental Health

services from the Inmate Medical services agreement. As a result, Corizon

provided Mental Health Services through October 10, 2011. The initial stages

of an RFP process have already begun for the Mental Health Services, in an

effort to obtain more comprehensive and economical services. (In the interim,

the providers listed in the next agenda item will provide Mental Health

Services).



Additionally, an RFP for inmate medical services will also be initiated to

obtain better pricing and more comprehensive services. The Sheriff?s

Department is in the process of developing specifications for the inmate

medical services RFP, which should awarded and ready to commence at the

expiration of this requested letter of agreement.



Funds are budgeted in the FY12 Budget: General Fund - Sheriff - Medical ?

Medical Director ? Medical Services; 0101-550-2650-MEDD-6321; General Fund ?

Sheriff ? Medical - Medical Director ? Consulting; 0101-550-2650-MEDD-6315;

General Fund - Sheriff - Medical ? Medical Director ? Medical Services -

inmates; 0101-550-2650-MEDD-6320.



* * * * * * * * *



(J) MENTAL HEALTH SERVICES PROVIDERS AT MUSCOGEE COUNTY JAIL



It is requested that Council approve payment to Ramesh B. Kannegenti, M.D., and

Sai K. Nandamuru, M.D., to provide Psychiatric services at Muscogee County Jail

at a rate of $500/per day; and approve payment to Sher E. Schwartz, Ph.D., to

provide Psychologist services at a rate of $88/per hour. Services will be

provided until the RFP for Mental Health Services is awarded.



Ramesh B. Kannegenti, M.D., and Sai K. Nandamuru, M.D previously provided

services under the Inmate Medical Services contractor, Corizon (formerly Prison

Health Services) (per agenda item above). Corizon will no longer offer

Psychiatric services; therefore the two psychiatrists have agreed to work as

independent contractors until the Mental Health Services RFP is awarded. Their

services will include, a minimum of 3 hours on-site each day, up to 5 hours on

site each day, including being on-call 24 hours/day, as well as attendance at

necessary meetings. The psychiatrists will coordinate their schedules to

ensure that only one psychiatrist is on site each day.



Sher E. Schwartz, Ph.D, will provide Psychologist services, work at least 20

hours per week, and also attend necessary meetings.



Funds are budgeted in the FY12 Budget: General Fund - Sheriff - Medical ?

Medical Director ? Medical Services; 0101-550-2650-MEDD-6321; General Fund ?

Sheriff ? Medical - Medical Director ? Consulting; 0101-550-2650-MEDD-6315;

General Fund - Sheriff - Medical ? Medical Director ? Medical Services -

inmates; 0101-550-2650-MEDD-6320.



?ITEM A?

A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING ANNUAL CONTRACTS FOR PROFESSIONAL A & E

SERVICES WITH THE CITED FIRMS IN THE FOLLOWING CATEGORIES: ARCHITECTURAL

SERVICES: 2WR/ANDRAS ARCHITECTS; HECHT, BURDESHAW, JOHNSON ARCHITECTS; SIZEMORE

GROUP; NEAL, KENDUST & MURRAY AND KENNETH LEVY ARCHITECTS; ENGINEERING

SERVICES: STANTEC CONSULTING SERVICES; URS; JACOBS ENGINEERING GROUP; HEATH &

LINEBACK ENGINEERS AND WOLVERTON & ASSOCIATES. SERVICES WILL BE UTILIZED ON AN

AS NEEDED BASIS AND COSTS WILL BE NEGOTIATED PER PROJECT.



WHEREAS, an RFP was administered (RFP No. 11-0026) and thirty proposals were

received; and,

WHEREAS, the proposals submitted by 2WR/Andras Architects; Hecht, Burdeshaw,

Johnson Architects; Sizemore Group; Neal, Kendust & Murray; Kenneth Levy

Architects; Stantec Consulting Services; URS; Jacobs Engineering Group; Heath &

Lineback Engineers and Wolverton & Associates met all proposal requirements and

were evaluated most responsive to the RFP in their respective categories; and,

WHEREAS, the initial term of the contracts 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.

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

That the City Manager is hereby authorized to execute annual contracts

for Professional A & E Services with the firms cited in the following

categories: Architectural Services: 2WR/Andras Architects; Hecht, Burdeshaw,

Johnson Architects; Sizemore Group; Neal, Kendust & Murray and Kenneth Levy

Architects; Engineering Services: Stantec Consulting Services; URS; Jacobs

Engineering Group; Heath & Lineback Engineers and Wolverton & Associates.

Services will be utilized on an as needed basis and costs will be negotiated

per project. Funds will be budgeted each fiscal year for approved projects in

the various capital projects funds: General, Sewer, Paving, Integrated Waste

Fund Supported; 1999 Sales Tax and 1993 Sales Tax.

_______________



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 PURCHASE OF FIVE (5) ZERO TURN RADIUS MOWERS

WITH REAR DISCHARGE, VIA GEORGIA STATE CONTRACT, #99999-SPD-0000043, FROM

MORIDGE MANUFACTURING (MOUNDRIDGE, GA), IN THE AMOUNT OF $42,070.00.



WHEREAS, the mowers are replacement units and will be used by the Parks

and Recreation Department to cut grass in the City?s parks.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase five (5) zero

turn radius mowers from Moridge Manufacturing (Moundridge, GA), in the amount

of $42,070.00. Funds are budgeted in the FY12 Budget: Special Proj-Capital

Proj Fund ? Capital Projects ? Gen Fund Supported Cap Project ? Capital Expend

? Over $5,000; 0508-660-1000-CPGF-7761-22929-20120.

_____________



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 THE PURCHASE OF TWO (2) DIAL-A-RIDE PARATRANSIT

BUSES, FROM NATIONAL BUS SALES AND LEASING, INC., (MARIETTA, GA), IN THE AMOUNT

OF $264,702.00.



WHEREAS, these are replacement vehicles and will be used by the METRA

Department of Transportation to provide ADA Complementary Paratransit Service

to eligible persons with disabilities who are, because of their disability,

unable to board, ride or disembark from an accessible vehicle in METRA's

regular bus service. Service is provided with special lift-equipped buses on a

curb-to-curb, shared ride basis.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase two (2)

Dial-A-Ride Paratransit Buses from National Bus Sales and Leasing, Inc.,

(Marietta, GA), in the amount of $264,702.00. Funds are budgeted in the FY12

Budget: $174,773.60 from Transportation Fund ? Transportation ? FTA ? Buses;

0751 ? 610 ? 2400 ? MFTA ? 7724; $89,928.40 from 1999 Sales Tax Project Fund ?

1999 SPLOST ? 99 SPLOST Buses ? Buses; 0540 ? 695 ? 2137 - TXBS ? 7724 ?

50820-20030.

______________



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 ONE (1) CAB & CHASSIS FOR

16/18-YARD DUMP BODY), FROM BECK MOTOR COMPANY, (ALBANY, GA) IN THE AMOUNT OF

$116,993.00.



WHEREAS, the cab and chassis will be used with a 16/18-yard dump truck body

purchased in FY11. It is a replacement vehicle and will be used by the Street

Improvements Division, of the Public Services Department, to haul dirt, sand

and other items as needed to maintain city streets. The 16/18-yard dump truck

body will be mounted on the cab and chassis; and,



WHEREAS, Per Resolution No. 285-11, Beck Motor Company was the awarded vendor

for RFB 11-0063, Commercial Logging Trash Loader, Option 1: Cab & Chassis

Only. Beck Motor Company has agreed to provide the additional cab and chassis

for the same, awarded bid price of $116,993.00.



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



That the City Manager is hereby authorized to purchase one (1) Cab and

Chassis from Beck Motor Company, (Albany, GA) in the amount of $116,993.00.

Funds are budgeted in the FY12 Budget as follows: Paving Fund ? Public

Services ? Street Improvements ? Heavy Trucks; 0203-260-2100-STRT-7723.

____________



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 CAPITOL FENCE

COMPANY, INC., IN THE AMOUNT OF $95,284.00 FOR FENCING SERVICES.



WHEREAS, Capitol Fence Company, Inc., will replace fencing around two (2)

baseball fields at Britt David Park.



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

FOLLOWS:



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

Capitol Fence Company, Inc., in the amount of $95,284.00 for fencing services.

Funds are budgeted in the FY12 Budge: General Fund Supported Capital Projects

? Capital Expenditures over $5000 ? Britt David Fence; 0508 ? 660 ? 1000 ? CPGF

? 7761 ? 22251 ? 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 F?





A RESOLUTION



NO._______





A RESOLUTION AUTHORIZING THE PURCHASE OF SEVEN HUNDRED (700) IBM LOTUS NOTES

DOMINO LICENSES FROM IBM (WESTFORD, MA) IN THE AMOUNT OF $58,905.00.



WHEREAS, the licenses are needed to fulfill a new mandate from the Peace

Officer Standards and Training Council (P.O.S.T.) requiring all officers to

have an e-mail address. The e-mail address must be via governing entity?s

e-mail, not a personal email address. This requirement applies to Police

Officers, Deputy Sheriffs and Deputy Marshals; and,



WHEREAS, IBM is the developer of the Lotus Notes e-mail software utilized by

the City. Therefore, the vendor is considered an only known source for this

purchase.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase seven hundred

(700) IBM Lotus Notes Domino Licenses from IBM (Westford, MA) in the amount of

$58,905.00. Funds are budgeted in the FY12 Budget as follows: General Fund ?

Information Technology ? Software Lease.

_______________



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 THE PURCHASE OF TRAFFIC CITATIONS FROM TURNER-CLACK

BUSINESS FORMS, INC., (COLUMBUS, GA), ON AN ?AS NEEDED? BASIS, FOR THE PER

TICKET COST OF $0.07152, AND FOR THE ESTIMATED CONTRACT VALUE OF $20,115.00.



WHEREAS, Turner-Clack Business Forms, Inc. will provide an initial order of

ninety three thousand seven hundred and fifty (93,750) traffic citations to be

used by the Columbus Police Department; and,



WHEREAS, the contract term shall be for three years.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase traffic

citations from Turner-Clack Business Forms, Inc. (Columbus, GA), on an ?as

needed basis,? for the per ticket cost of $0.07152, and the estimated contract

value of $20,115.00. Funds are budgeted each fiscal year for this on going

expense: General Fund - Police ? Support Services ? Operating Materials;

0101-400-2200-POLC-6728.

______________



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 APPROVING THE DONATION OF (4) PURSUIT VEHICLE BAR LIGHTS TO

COLUMBUS STATE UNIVERSITY.



WHEREAS, Resolution No. 316-11 declared various vehicles and equipment

as surplus. Said vehicles and equipment will be disposed during an auction to

be held on October 22, 2011. Included in the surplus are several Police

Department vehicles with bar lights; and,



WHEREAS, Columbus State University has contacted the City Manager,

Chief of Police and Fleet Management Division about obtaining the (4) pursuit

vehicle bar lights.



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

FOLLOWS:



That the City Manager is hereby authorized to donate (4) pursuit

vehicle bar lights to Columbus State University.

_______________



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 APPROVAL AND ACCEPTANCE OF THE LETTER OF

AGREEMENT WITH CORIZON (FORMERLY PRISON HEALTH SERVICES (PHS)) FOR INMATE

MEDICAL SERVICES THROUGH JUNE 30, 2012, WITH PAYMENT RENDERED AS FOLLOWS:

1)FROM JULY 1, 2011 THROUGH SEPTEMBER 30, 2011, THE VARIABLE PROFESSIONAL FEE

WILL BE NO MORE THAN $55,889.61 PER MONTH; 2)FROM OCTOBER 1, 2011 THROUGH

OCTOBER 31, 2011, THE VARIABLE PROFESSIONAL FEE WILL BE NO MORE THAN $43,614.61

PER MONTH, UNLESS THE COLUMBUS CONSOLIDATED GOVERNMENT REQUESTS MORE SERVICES

THAN PREVIOUSLY AGREED UPON; 3)FROM NOVEMBER 1, 2011 THROUGH JUNE 30, 2012,

THE VARIABLE PROFESSIONAL FEE WILL BE NO MORE THAN $38,664.61 PER MONTH, UNLESS

THE COLUMBUS CONSOLIDATED GOVERNMENT REQUESTS MORE SERVICES THAN PREVIOUSLY

AGREED UPON. THE CHARGE WILL BE FOR HOURS ACTUALLY PROVIDED AND THOSE HOURS

SHALL BE DOCUMENTED BY COLUMBUS AND SUBMITTED TO CORIZON EVERY WEEK. FOR THE

CONTRACT PERIOD, THE FIXED ADMINISTRATIVE FEE WILL BE $15,276.00 PER MONTH.



WHEREAS, Corizon (formerly Prison Health Services, PHS) has provided

Inmate Medical Services and Mental Health Services for the Jail and Prison

since, 2000. The last Letter of Agreement ended on June 30, 2011. Since then,

the Sheriff?s Department has been negotiating with the vendor to separate the

Mental Health services from the Inmate Medical services agreement. As a

result, Corizon provided Mental Health Services through October 10, 2011. The

initial stages of an RFP process have already begun for the Mental Health

Services, in an effort to obtain more comprehensive and economical services;

and,



WHEREAS, an RFP for inmate medical services will also be initiated to

obtain better pricing and more comprehensive services. The Sheriff?s

Department is in the process of developing specifications for the inmate

medical services RFP, which should awarded and ready to commence at the

expiration of this requested letter of agreement.



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

FOLLOWS:



That the City Manager is hereby authorized to accept the Letter of

Agreement with Corizon (formerly Prison Health Services (PHS)) for inmate

medical services through June 30, 2012, with payment rendered as follows: From

July 1, 2011 through September 30, 2011, the Variable Professional Fee will be

no more than $55,889.61 per month. From October 1, 2011 through October 31,

2011, the Variable Professional Fee will be no more than $43,614.61 per month,

unless the Columbus Consolidated Government requests more services than

previously agreed upon. From November 1, 2011 through June 30, 2012, the

Variable Professional Fee will be no more than $38,664.61 per month, unless the

Columbus Consolidated Government requests more services than previously agreed

upon. The charge will be for hours actually provided and those hours shall be

documented by Columbus and submitted to Corizon every week. For the Contract

Period, the Fixed Administrative Fee will be $15,276.00 per month. Funds are

budgeted in the FY12 Budget: General Fund - Sheriff - Medical ? Medical

Director ? Medical Services; 0101-550-2650-MEDD-6321; General Fund ? Sheriff ?

Medical - Medical Director ? Consulting; 0101-550-2650-MEDD-6315; General Fund

- Sheriff - Medical ? Medical Director ? Medical Services - inmates;

0101-550-2650-MEDD-6320.

______________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of ____________________, 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 J?

A RESOLUTION



NO.________



A RESOLUTION AUTHORIZING PAYMENT TO RAMESH B. KANNEGENTI, M.D., AND SAI

K. NANDAMURU, M.D., TO PROVIDE PSYCHIATRIC SERVICES AT MUSCOGEE COUNTY JAIL AT

A RATE OF $500/PER DAY; AND APPROVE PAYMENT TO SHER E. SCHWARTZ, PH.D. TO

PROVIDE PSYCHOLOGIST SERVICES AT A RATE OF $88/PER HOUR. SERVICES WILL BE

PROVIDED UNTIL THE RFP FOR MENTAL HEALTH SERVICES IS AWARDED.



WHEREAS, Ramesh B. Kannegenti, M.D., and Sai K. Nandamuru, M.D.

previously provided services under the Inmate Medical Services contractor,

Corizon (formerly Prison Health Services) (per agenda item above). Corizon

will no longer offer Psychiatric services; therefore the two psychiatrists have

agreed to work as independent contractors until the Mental Health Services RFP

is awarded. Their services will include, a minimum of 3 hours on-site each

day, up to 5 hours on site each day, including being on-call 24 hours/day, as

well as attendance at necessary meetings. The psychiatrists will coordinate

their schedules to ensure that only one psychiatrist is on site each day; and,



WHEREAS, Sher E. Schwartz, Ph.D., will provide Psychologist services, work at

least 20 hours per week, and also attend necessary meetings.



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

FOLLOWS:



That the City Manager is hereby authorized to make payment to Ramesh B.

Kannegenti, M.D., and Sai K. Nandamuru, M.D to provide Psychiatric services at

Muscogee County Jail at a rate of $500/per day; and make payment to Sher E.

Schwartz, Ph.D. to provide Psychologist services at a rate of $88/per hour.

Services will be provided until the RFP for Mental Health Services is awarded.

Funds are budgeted in the FY12 Budget: General Fund - Sheriff - Medical ?

Medical Director ? Medical Services; 0101-550-2650-MEDD-6321; General Fund ?

Sheriff ? Medical - Medical Director ? Consulting; 0101-550-2650-MEDD-6315;

General Fund - Sheriff - Medical ? Medical Director ? Medical Services -

inmates; 0101-550-2650-MEDD-6320.



_________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of ____________________, 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


Back to List