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