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



August 27, 2013



Agenda Report # 20





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) ELECTRONIC VALIDATING FAREBOXES



It is requested that Council approve the purchase of two (2) Odyssey electronic

validating fareboxes from GFI Genfare (Elk Grove Village, IL), in the amount of

$27,696.00 ($13,848.00 each), to be installed on METRA buses.



The new fareboxes accept a wide variety of bus fare payment options (i.e. cash,

swipe card, and credit card) and will improve operations and security. The

new equipment will be used in conjunction with the GFI Genfare Odyssey

electronic validating farebox system, which was purchased in 2009, per

Resolution #386-09. Consequently, the vendor is considered an only known

source to provide the new equipment.



Funds are budgeted in the FY14 Budget: Transportation Fund ? Transportation ?

FTA ? Capital Expenditures Over $5,000; 0751 ? 610 ? 2400 ? MFTA ? 7761 (City

20%; State 0%; Federal 80%).



* * * * *



(B) ANNUAL MAINTENANCE FOR MUG SHOT SYSTEM



It is requested that Council authorize the payment to DataWorks Plus, LLC, in

the amount of $28,384.00 for the annual maintenance agreement for the mug shot

system. The vendor will provide 24/7 maintenance support for the mug shot

system, which is utilized by the Sheriff?s Department. The maintenance period

will be for one year, from August 1, 2013 through July 31, 2014.



Resolution No. 233-96 authorized the purchase of the upgraded system from

DataWorks Plus (formerly TFP, Inc.). The City has paid for subsequent

maintenance agreements since the warranty for the equipment expired.



Funds are budgeted in the FY014 Budget as follows: Funds in the amount of

$25,394.00 are budgeted in General Fund - Sheriff ? Jail ? Contractual

Services, 0101-550-2600- JAIL-6319; and funds are the amount of $2,990.00 is

budgeted in General Fund ? Sheriff ? Uniform Division ? Contractual Services,

0101 ? 550 ? 210 ? SPTL ? 6319.



* * * * *





(C) MID-SIZE 4x4 SUVs - RFB NO. 13-0021



It is requested that Council authorize the purchase of six (6) Mid-Size 4x4

SUVs (Ford Explorer Base 4x4), from Hardy Family Ford, (Dallas, GA) in the

amount of $143,010.00; and rescind Resolution #138-13 authorizing the purchase

of five (5) Mid-Size 4x4 SUVs (Ford Explorer Base 4x4), from Rivertown Ford,

(Columbus, GA) in the amount of $116,890.00.



Rivertown Ford was the awarded vendor for RFB 13-0021, and agreed to provide

the vehicles for the awarded bid price of $23,378.00 per unit, for a total of

$116,890.00. However, the vendor notified the City of their inability to honor

the bid price. Purchasing contacted the next lowest responsive, responsible

bidder, Hardy Family Ford, who agreed to provide the vehicles at their proposed

bid price of $23,835.00 per unit.



The original five (5) vehicles bid were approved in FY13 via the Vehicle

Replacement Program (VRP). Three (3) will be used by the Inspections & Code

Department. Two (2) vehicles will be used by the Tax Assessor?s Office. One

(1) vehicle was approved in the FY14 Budget and will be used by the Rainwater

Division of the Public Works Department.



Funds are budgeted in the FY14 Budget as follows:

Inspections & Code ($71,505.00): General Fund ? Community and Development ?

Inspections & Code Enforcement ? Light Trucks; 0101-240-2200-INSP-7722.

Tax Assessor?s Office ($47,670.00): General Fund ? Boards and Commissions ?

Tax Assessor ? Light Trucks; 0101-290-1000-TAXA-7722.

Public Works ($23,835.00): Sewer (Stormwater) Fund ? Public Works ? Sewer

Maintenance ? Light Trucks; 0202-260-3210-SWRM-7722.





* * * * *





(D) FIELD MARKING PAINT (ANNUAL CONTRACT) - RFB NO. 13-0064



It is requested that Council approve the purchase of field marking paint on an

"as needed" basis from Pioneer Mfg. Company (Cleveland, OH) and U.S. Specialty

Coating (Alpharetta, GA) for the estimated contract value of $57,742.40. The

contract term will be for two years with option to renew for three additional

twelve-month periods. Approximately 48 cases of aerosol spray paint and

approximately 6,800 gallons of field marking paint will be used by the Park

Services Division to line fields of various City parks.



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

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

Georgia Procurement Registry, and OnVia DemandStar. Eight bids were received

on July 24, 2013 from the following bidders: Masterman?s, The Pioneer

Manufacturing Group, Pyramind School Products, Audrey Supply Company, Gametime

Athletic, Jerry Pate Turf & Irrigation, Sherwin-Williams and U.S. Specialty

Coating. This bid has been advertised, opened and reviewed. The successful

bidders, per line item, are:



VENDORS/ITEMS EST. USAGE UNIT PRICE TOTAL COST

Pioneer Mfg. Company (Cleveland, OH)

Bright White Field Paint (5 Gallon Bucket)

Red Field Marking Paint (5 Gallon Bucket)

3,000 Gals

3,000 Gals

$36.00

$44.80

$21,600.00

$26,880.00

$48,480.00

U.S. Specialty Coating (Alpharetta, GA)

White Box (2 ? Gallon Boxes)

Red Box (2 ? Gallon Boxes)

Royal Box (2 ? Gallon Boxes)

Navy Blue Box (2 ? Gallon Boxes)

Yellow/Gold Box (2 ? Gallon Boxes)

Red Aerosol Can (12 Cans Per Case)

Navy Blue Aerosol (12 Cans Per Case)

White Aerosol Cans (12 Cans Per Case)

Yellow/Gold Aerosol Cans (12 Cans Per Case)

600 Gals

50 Gals

50 Gals

50 Gals

50 Gals

12 Cases

12 Cases

12 Cases

12 Cases

$23.95

$26.95

$26.95

$26.95

$26.95

$28.80

$28.80

$26.80

$28.80

$5,748.00

$539.00

$539.00

$539.00

$539.00

$345.60

$345.60

$321.60

$345.60

$9,262.40

ESTIMATED CONTRACT VALUE $57,742.40



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

Parks & Recreation - Park Services ? Operating Materials;

0101-270-2100-PSRV-6728.



* * * * * *



(E) PUBLIC TRANSIT NEEDS ASSESSMENT FOR MUSCOGEE COUNTY, GA ? RFP NO. 13-0029



It is requested that Council authorize the negotiation and execution of a

contract with Connetics Transportation Group (Roswell, GA) for a public transit

needs assessment.



Connetics Transportation Group will assess the services provided and the

ridership for METRA. This assessment shall include an analysis of the

following items:



a. Assess current transit system to determine basis for proposed improvements.

b. Type of transit service(s) provided (i.e. fixed route, para-transit

service).

c. Types of delivery options available which may include, but are not limited

to, the following:

i. Fixed Route

ii. Dial a Ride



d. Consider dedicated express bus routes along certain corridors.

e. Urbanized service area, fixed routes, bus stops or transfer points, and

route frequency. Maps and/or digital GIS (geographic information system) data

shall be provided displaying the geographic extents of the service area, fixed

route locations, bus stops, and transfer points.

f. Hours of operation. Consider implementing night service/3rd Shift and

estimated cost associated with service.

g. Population served and the demographics of riders. Population served shall

include, but it not limited to, the following groups:

i. Seniors (60 and older)

ii. People with Disabilities

iii. Low-income individuals

iv. Students

v. Persons with limited English Proficiency

vi. Alternative customers (bike riders/pedestrians)

vii. General commuters / Unlicensed drivers

viii. Demographics analyzed shall include, but are not limited to, the

following:

1. Age

2. Income

3. Race

h. Geography of user market/ridership

i. Within existing and future projections for ridership, some level of

understanding of land use will need to be considered including especially

demand generators that include, but are not limited to, the following:

1. Major employers

2. Medical Centers/campuses

3. Schools, Colleges, and Universities

4. Service centers

5. Retail locations

6. Utility companies

7. Health and Human Service agencies

8. Places of Worship

9. Major community outreach agencies (i.e., ESP)

j. Connections with other public/private transportation agencies (i.e.,

Veterans Administration bus, Phenix City Express, inter-city bus service,

etc.). Rider access to bus stops especially persons with special needs:

seniors; disabled; families with children; and others.

k. Park and Ride ? Identify need and possible locations for a minimum of three

(3) express Park and Rides.

l. Consider the feasibility of METRA becoming a multi-modal station that could

include private transportation providers such as Greyhound/Trailways, taxi

cabs, bike rental centers in close proximity to walking/biking trails.



Request for proposal invitations were mailed to ninety-eight vendors and

specifications were posted on the web pages of the City, Georgia Procurement

Registry, American Planning Association and DemandStar Onvia. The RFP has been

advertised, opened and evaluated. Proposals were received on April 12, 2013

from the following seven offerors:



Connetics Transportation Group (Roswell, GA)

HDR Engineering, Inc. (Atlanta, GA)

LAI Engineering (Marietta, GA)

Nelson\Nygaard Consulting Associates, Inc. (Atlanta, GA)

Stantec Consulting Services, Inc. (Macon, GA)

Transpro Consulting (Tampa, FL)

URS Corporation (Atlanta, GA)



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

representatives from METRA Transit System, the Planning Department and the

Finance Department.



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

and 3-111, Competitive Sealed Proposals for the procurement of Equipment,

Supplies and Professional Services and 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. In the event

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offeror, negotiations will begin

with the next responsive offeror or the RFP specifications may be re-advertised.



Evaluation results and pricing information have been submitted to the City

Manager in a separate memo for information purposes.



Funds are budgeted in the FY14 Budget: TSPLOST.



* * * * * *





(F) COMPREHENSIVE MEDICAL SERVICES FOR THE MUSCOGEE COUNTY PRISON (ANNUAL

CONTRACT) ? RFP NO. 13-0024



It is requested that Council approve the negotiation and execution of the

annual contract with Correctional Healthcare Companies (Greenwood Village, CO)

for comprehensive medical services at Muscogee County Prison.



On July 23, 2013, Per Resolution #247-13, Council granted authorization to

negotiate and execute a contract with Armor Correctional Health Services to

provide medical services for Muscogee County Prison. However, negotiations

failed with the vendor due to the budget constraints for Muscogee County

Prison. Therefore, the Prison must move to Correctional Healthcare, the next

ranking candidate to provide the services for the Prison.



Correctional Healthcare Companies will be required to provide the staffing,

supplies, in-clinic contracts, systems, and administration to provide the

services to the patients at the Muscogee County Prison, at a level of quality

that will meet the standards published in the NCCHC Guidelines for Prisons.



The 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 invitations were mailed to forty-six vendors and

specifications were posted on the web pages of the City and Georgia Procurement

Registry. The RFP has been advertised, opened and evaluated. Proposals were

received on April 12, 2013 from the following seven offerors:



Correctional Healthcare Companies (Greenwood Village, CO)

Armor Correctional Health Services, Inc. (Miami, FL)

Corizon Health, Inc. (Brentwood, TN)

Correct Care Solutions (Nashville, TN)

CorrectHealth (Atlanta, GA)

Southern Correctional Medicine (Waycross, GA)

TransformHealthRX (Statesboro, GA)



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

representatives from Muscogee County Prison, Muscogee County Sheriff?s Office

and the Finance Department. Representatives from the City Attorney?s office,

Finance Department, Information Technology Department, Internal Auditor?s

office and Muscogee County Sheriff?s Office served in an advisory capacity.



The City?s Procurement Ordinance, Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the process of an RFP, there is no formal opening,

due to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offeror, 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.



Evaluation results and pricing information have been submitted to the City

Manager in a separate memo for information purposes.



Funds are budgeted each fiscal year for this ongoing expense: General Fund ?

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

contract approval, a subsequent partial transfer will be made to General Fund -

Muscogee County Prison ? Warden ? Consulting; 0101-420-1000-MCCI-6315.



* * * * * *



(G) INMATE FOOD SERVICE MANAGEMENT (ANNUAL CONTRACT) - RFP NO. 13-0032



It is requested that Council approve the negotiation and execution of an annual

contract with Aramark Correctional Services (Downers Grove, IL) to provide

inmate food service management for Muscogee County Prison; and an annual

contract with Trinity Services Group, Inc., (Oldsmar, FL) to provide inmate

food service management for Muscogee County Jail.



The Contractors shall provide the following services:



v Provide all required labor, food, beverages, materials, supplies and

chemicals necessary to provide food services for the inmates and staff at the

Muscogee County Jail and Prison facilities.

v Provide food service preparation in the kitchen of each facility.

v Serve from a twenty-eight (28) day cycle menu, at proper temperature,

nutritious, wholesome, palatable meals and special diets to the inmates, staff

and designated visitors of the Jail and Prison.

v Provide meals and food service three (3) times per day, seven (7) days per

week for the Jail and Prison.

v Manage a civilian and inmate kitchen staff, which shall prepare pre-plated

meals for service on trays, for delivery to Correctional Officers at designated

areas.

v Shall use USDA Grade A or B food, without any pork product or pork

derivatives.



Additionally, the contracted vendors will provide an equipment investment for

each facility, respectively. Both facilities will have 100% ownership of the

equipment at the end of the five-year contract. The equipment is as follows:



Muscogee County Jail equipment provided by Trinity Services Group:

Double Deck Gas Convection Ovens (Qty ? 2)

Meat Chopper (Qty ? 1)

Food Warming Cart (Qty ? 1)



Muscogee County Prison equipment provided by Aramark Correctional

Services

(2) Gas Convection Oven (double deck) ?VC44GD

Fully Jacketed Gas Kettle (40 Gal) ? GL40E

Gas Tilt Skillet (40 Gal) ? VG30

Cleveland Steam Chef 6 double-stacked gas steamer ? 2074B9

Food Cutter (with Prison package) ? 84186C



The term of the contract will 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 invitations were mailed to thirty-four vendors and

specifications were posted on the City?s website, Georgia Procurement Registry

and DemandStar. The RFP has been advertised, opened and evaluated. Proposals

were received on June 21, 2013 from the following five offerors:



Aramark (Downers Grove, IL)

Trinity Service Group, Inc. (Oldsmar, FL)

ABL Management, Inc. (Baton Rouge, LA)

A?viands (Roseville, MN)

Boles Food Group (Columbus, GA)



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

representatives from Muscogee County Prison, Muscogee County Sheriff?s Office

and the Finance Department. A Representative from the Muscogee County

Sheriff?s Office served in an advisory capacity.



The City?s Procurement Ordinance, Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the process of an RFP, there is no formal opening,

due to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offeror, 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.



Evaluation results and pricing information have been submitted to the City

Manager in a separate memo for information purposes.



Funds are budgeted each fiscal year for ongoing expense: General Fund ? Sheriff

? Detention ? Food; 0101-550-2600-JAIL-6771; General Fund ? MCP ? Warden ?

Food, 0101-420-1000-MCCI-6771.



* * * * * *



(H) UNIVERSAL RECYCLING CONTAINERS (ANNUAL CONTRACT) ? RFP NO. 13-0033

It is requested that Council approve the annual contract for Universal

Recycling Containers with Schaefer Systems International (Charlotte, NC).

Schaefer Systems International will provide 96-gallon and 18-gallon recycling

containers on an ?as needed basis? to be used for the City?s recycling

program.



The term of this contract shall be for two (2) years, with the option to renew

for three (3) additional twelve-month periods. Contract renewal shall be

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



Request for proposal invitations were mailed to fifty-one vendors and

specifications were posted on the City?s website, Georgia Procurement Registry

and OnVia DemandStar. The RFP has been advertised, opened and evaluated.

Proposals were received on June 14, 2013, from the following five offerors:



Schaefer Systems International, Inc. (Charlotte, NC)

Otto Environmental Systems (Charlotte, NC)

IPL Inc. (St. Damien, QC, Canada)

Rehrig Pacific Company (Lawrenceville, GA)

Toter LLC (Statesville, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the Public Works Department and the Finance

Department.



The City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals

for the procurement of Equipment, Supplies and Professional Services, governs

the RFP Process. During the process of an RFP there is no formal opening, due

to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offeror, no proposal responses or any

negotiated components are made public until after the award of the contract.

If Council does not approve the recommended offeror, the RFP specifications

will be re-advertised. Therefore, the evaluation results and cost information

has been submitted to the City Manager in a separate memo for informational

purposes.



Funds will be budgeted each fiscal year for this on-going expense: Integrated

Waste Management Fund ? Public Works ? Recycling ? Operating Materials; 0207 ?

260 ? 3520 ? RCYL ? 6728.



* * * * * *



(I) MANAGEMENT SERVICES FOR EVIDENCE BASED PROGRAMS FOR JUVENILE COURT



It is requested that Council approve the agreement from Evidence Based

Associates (EBA), LLC (Washington, DC) to provide management services, for the

Georgia Juvenile Justice Incentive Grant Program for the Muscogee County

Juvenile Court, in an amount not to exceed $400,000.00



The Muscogee County Juvenile Court requires the management services to

adequately respond to the grant proposal and provide services under the

Juvenile Reform Act. The grant must be implemented by October 1, 2013.

Currently, there are no in-house trained personnel to implement evidence based

services and licensing requirements. Additionally, given the short turn around

and response to the change in law, there are no local providers that can offer

this service.



EBA will develop, implement, and manage evidence based programs for Juvenile

Court to meet the October 1, 2013 grant deadline. EBA will assist the Muscogee

Juvenile Court by providing the following services:



? Ensure providers have the preparation, capacity, staffing, tools and systems

needed to implement Muscogee County?s evidence based programs with fidelity and

produce expected outcomes:

- Design and manage the procurement process to identify and develop

performance-based contracts with County providers that possess the

organizational culture and capacity to implement selected evidence based

programs effectively

- Provide training, leadership development, and organizational readiness

activities to prepare providers to implement the selected evidence based

program with fidelity

- Support providers to utilize EBAssetsTM ? a proprietary set of processes,

tools, and manuals designed to help providers recruit staff more effectively,

retain competent staff, and improve job performance and organizational

effectiveness

- Facilitate all required clinical and facilitator training on an initial and

ongoing basis for all providers, and provide ongoing support to help providers

develop the structures and processes needed to monitor caseloads and

utilization, complete required paperwork and data entry, regularly review model

adherence and case lessons learned, and monitor and proactively intervene with

high risk cases

- Rigorously monitor case treatment time, utilization, model adherence, and

clinical and recidivism outcomes, and hold providers accountable, through

programmatic or financial consequences if necessary, for meeting expected

targets.

? Establish and continuously monitor, manage, and improve the juvenile justice

system conditions in Muscogee County necessary for the programs to succeed,

including:

- Lead the education and ongoing relationship management of all key juvenile

justice stakeholders to understand the goals of and research supporting the

selected evidence based program;

- Identify and troubleshoot key system and service barriers to referring and

successfully serving the identified number of youth and families;

- Develop and manage referral criteria and processes to ensure maximize service

utilization and that only those youth most likely to be detained or committed

to DJJ custody are served;

- Facilitate ongoing training and collaboration forums with public safety

partners such as police and probation as well as other service

providers/systems such as the school, mental health, and child welfare systems;

- Identify and leverage support service linkages to enhance the core evidence

based program services, and ensure family?s total wraparound service needs are

met.

? Provide the administrative, financial, human resource, and

relationship-management oversight needed to ensure the diversion initiative and

all services are on time, on task, and meeting expected outcomes



In addition to the project management and quality control activities already

described, EBA will work with the Court to employ two proprietary systems that

will help service providers and the County to realize the identified program

objectives: EBAnalytics? and EBAccountability?.



First, EBAnalytics? is a system of web-based dashboards, mobile applications,

data and information-management systems, and performance applications that

support the efficient collection, analysis, and sharing of case, model

adherence, clinical, and public safety data. These tools, along with the

development of data-sharing agreements to ensure EBA and the Court have

real-time access to arrest, probation violation, and other critical data

markers, will help all initiative partners to:



? Identify program strengths and weaknesses and make data-driven decisions on

how to improve the policies, practices, and systems that promote improved

treatment outcomes

? Monitor referral, utilization, treatment time, model fidelity, and case

outcomes in real-time, and troubleshoot and hold accountable poor performing

teams and individuals

? Enable EBA to maintain full transparency by regularly sharing data on

outcomes with all key stakeholders



Second, the EBAccountability? system complements the Analytics system by

providing the Courts and EBA with a structured, field-proven project management

system, including evaluation tools, template, and procedures, for actually

using the collected data to develop improvement plans in real-time to address

poor performance and stakeholder concerns. On a quarterly basis, EBA will use

this system in conjunction with the Court to:



? Conduct a comprehensive evaluation of treatment and case outcomes on an

agency, team, and therapist level

? Develop written improvement plans for all agencies to address areas of concern

? Employ a set of performance-based bonuses to reward and continue to

incentivize providers meeting or exceeding target outcomes

? Place poor performing agencies on warning or corrective action status, and

closely monitor their ability to meet improved process and outcome deliverable

within identified timelines or face contract termination



Evidence Based Associates (EBA) is recognized by the Governor?s Office as a

preferred provider for these services. EBA collectively offers over 120 years

of experience in the field of juvenile justice reform and has successfully

facilitated numerous evidence-based practice diversionary initiatives across

the country. Most illustratively, over the last 8 years, EBA?s Redirections

project in Florida has served over 8000 high-risk youth with three out of four

youth and their families having successfully completed their treatment.

Additionally, re-arrest rates have been reduced by over 20% with Florida

avoiding over $55 million in placement costs. Long-term outcomes for EBA

managed services have consistently out-performed residential and other programs

that serve the same population. EBA is partnering with the following counties

in Georgia: Lowndes, Chatham, Dougherty, Early, Calhoun, Randolph, Terrell,

Quitman, Troup, Coweta, Rockdale and Hall.



Funds are available via Georgia Juvenile Justice Incentive Grant.



* * * * * *



(J) ANNUAL MAINTENANCE FOR CISCO/AVVID IP PHONE SYSTEM



It is requested that Council approve payment to AT&T, in the amount of

$57,121.30, for the annual maintenance (known as AT&T AMS Essential Plus

Service) for all Cisco equipment and software license renewals, included in the

IP Telephony network in twelve locations: the Government Center, Annex, Public

Safety Complex, Fox Recreation Center, Trade Center, Public Services

Administration Building, Fleet Maintenance, Facilities Maintenance, Signal

Shop, Storage Warehouse, METRA, and the Animal Control Facility.



The AT&T AMS IP Telephony Manager is a continuance of the existing Cisco/AT&T

hardware and software maintenance purchased with the new Cisco AVVID IP Phone

System through AT&T (formerly BellSouth). The maintenance is renewable each

year on or before the anniversary date of July 1st.



Only AT&T has a complete end-to-end solution for all voice and data issues from

both an equipment and network perspective including the AT&T CO (Central

Office) network. Consequently, this maintenance and service is available only

through AT&T and deemed an only known source per the Procurement Ordinance

3-114.



Funds are budgeted in the FY14 Budget: General Fund ? Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.









?ITEM A?

A RESOLUTION



NO._______





A RESOLUTION AUTHORIZING PURCHASE OF TWO (2) ODYSSEY ELECTRONIC

FAREBOXES FROM GFI GENFARE (ELK GROVE VILLAGE, IL), IN THE AMOUNT OF $27,696.00

($13,848.00 EACH), TO BE INSTALLED ON METRA BUSES.



WHEREAS, the new fareboxes accept a wider variety of bus fare payment options

(i.e. cash, swipe card, and credit card) and will improve operations and

security; and,



WHEREAS, the new equipment will be used in conjunction with the GFI Genfare

Odyssey electronic validating farebox system which was purchased in 2009, per

Resolution #386-09. Consequently, the vendor is considered an only known

source for the new equipment.



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



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

electronic fareboxes from GFI Genfare (Elk Grove Village, IL), in the amount of

$27.696.00 ($13,848.00 each), to be installed in METRA buses. Funds are

budgeted in the FY14 Budget: Transportation Fund ? Transportation ? FTA ?

Capital Expenditures Over $5,000; 0751 ? 610 ? 2400 ? MFTA ? 7761 (City 20%;

State 0%; Federal 80%).



________________________



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

held the _________ day of __________________, 2013 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 PAYMENT TO DATAWORKS PLUS, LLC, IN THE AMOUNT

OF $28,384 FOR THE ANNUAL MAINTENANCE AGREEMENT FOR THE MUG SHOT SYSTEM. THE

MAINTENANCE PERIOD WILL BE FOR ONE YEAR, FROM AUGUST 1, 2013 THROUGH JULY 31,

2014.



WHEREAS, the vendor will provide 24/7 maintenance support for the mug

shot system, which is utilized by the Sheriff?s Office; and,



WHEREAS, Resolution No. 233-96 authorized purchase of an upgraded

system from DataWorks Plus (formerly TFP, Inc.). The City has paid for

subsequent maintenance agreements since the warranty for the equipment expired.



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



That the City Manager is hereby authorized to render payment to

DataWorks Plus, LLC, in the amount of $28,384.00 for the annual maintenance

agreement for mug shot system. The maintenance period will be for one year,

from August 1, 2013 through July 31, 2014. Funds are budgeted in the FY014

Budget as follows: Funds in the amount of $25,394.00 are budgeted in General

Fund - Sheriff ? Jail ? Contractual Services, 0101-550-2600- JAIL-6319; and

funds in the amount of $2,990.00 are budgeted in General Fund ? Sheriff ?

Uniform Division ? Contractual Services, 0101 ? 550 ? 210 ? SPTL ? 6319.



________________________





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

held the _________ day of _______________, 2013 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 SIX (6) MID-SIZE 4x4 SUVs

(FORD EXPLORER BASE 4x4), FROM HARDY FAMILY FORD (DALLAS, GA), IN THE AMOUNT OF

$143,010.00; AND RESCIND RESOLUTION #138-13 WHICH AUTHORIZED THE PURCHASE OF

FIVE (5) MID-SIZE SUVs.



WHEREAS, Resolution #138-13 approved the purchase of five (5) vehicles

from Rivertown Ford; and,



WHEREAS, while progressing forward, the City was notified that

Rivertown Ford was unable to honor their bid price; and,



WHEREAS, determination was made in the best interest of the City to purchase

vehicles from the next lowest, responsive, responsible bidder, Hardy Family

Ford; who agreed to provide these vehicles at their proposed bid price of

$23,835.00 per unit, for a total of $143,010.00.



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



Part I



Resolution #138-13 is hereby rescinded.



Part II

That the City Manager is hereby authorized to purchase six (6) Mid-Size

4x4 SUVs, from Hardy Family Ford, (Dallas, GA) in the amount of $143,010.00.

Funds are budgeted in the FY14 Budget as follows: Inspections & Code

($71,505.00): General Fund ? Community and Development ? Inspections & Code

Enforcement ? Light Trucks; 0101-240-2200-INSP-7722. Tax Assessor?s Office

($47,670.00): General Fund ? Boards and Commissions ? Tax Assessor ? Light

Trucks; 0101-290-1000-TAXA-7722. Public Works ($23,835.00): Sewer (Stormwater)

Fund ? Public Works ? Sewer Maintenance ? Light Trucks; 0202-260-3210-SWRM-7722.



________________________



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

held the _________ day of ____________________, 2013 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 AN ANNUAL CONTRACT FOR PURCHASE OF FIELD MARKING

PAINT, ON AN "AS NEEDED" BASIS, FROM PIONEER MFG. COMPANY (CLEVELAND, OH) AND

U.S. SPECIALTY COATING (ALPHARETTA, GA) FOR THE ESTIMATED CONTRACT VALUE OF

$57,742.40.



WHEREAS, the contract term will be for two years with option to renew for three

additional twelve-month periods; and,



WHEREAS, approximately 48 cases of aerosol spray paint and approximately 6,800

gallons of field marking paint will be used by the Park Services Division to

line fields of various City parks.



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



That the City Manager is hereby authorized to purchase field marking paint, on

an "as needed" basis, from Pioneer Mfg. Company and U.S. Specialty Coating for

the estimated annual contract value of $57,742.40. Funds are budgeted each

fiscal year for this ongoing expense: General Fund - Parks & Recreation - Park

Services ? Operating Materials; 0101-270-2100-PSRV-6728.



__________________



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

the _________ day of __________________, 2013 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 NEGOTIATION AND EXECUTION OF A CONTRACT WITH

CONNETICS TRANSPORTATION GROUP (ROSWELL, GA) FOR A PUBLIC TRANSIT NEEDS

ASSESSMENT.



WHEREAS, an RFP was administered (RFP 13-0029) and proposals were received from

seven offerors; and,



WHEREAS, the proposal submitted by Connetics Transportation Group met

all proposal requirements and was evaluated most responsive to the RFP.



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



That the City Manager is hereby authorized to negotiate and execute a

contract with Connetics Transportation Group for a public transit needs

assessment. Funds are budgeted in the FY14 Budget: TSPLOST.



_____________________________





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

held the _________ day of ____________________, 2013 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 NEGOTIATION AND EXECUTION OF AN ANNUAL

CONTRACT WITH CORRECTIONAL HEALTHCARE COMPANIES (GREENWOOD VILLAGE, CO) FOR

COMPREHENSIVE MEDICAL SERVICES AT MUSCOGEE COUNTY PRISON.



WHEREAS, an RFP was administered (RFP 13-0024) and proposals were received from

seven offerors; and,



WHEREAS, the proposals submitted by Correctional Healthcare Companies

met all proposal requirements and were evaluated most responsive to the RFP;

and,



WHEREAS, the term of contract shall be for two years, with an option to renew

for three additional twelve-month periods. Contract renewal is 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 negotiate and execute an

annual contract with Correctional Healthcare Companies (Greenwood Village, CO)

for comprehensive medical services at Muscogee County Prison. Funds are

budgeted each fiscal year for this ongoing expense: General Fund ? Sheriff ?

Medical Director-Consulting; 0101 - 550 ? 2650 ? MEDD - 6315. Upon contract

approval, a subsequent partial transfer will be made to General Fund - Muscogee

County Prison ? Warden ? Consulting; 0101-420-1000-MCCI-6315.



______________________________





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

held the _________ day of ____________________, 2013 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 NEGOTIATION AND EXECUTION OF A CONTRACT WITH

ARAMARK CORRECTIONAL SERVICES (DOWNERS GROVE, IL) TO PROVIDE INMATE FOOD

SERVICE MANAGEMENT FOR MUSCOGEE COUNTY PRISON; AND A CONTRACT WITH TRINITY

SERVICES GROUP, INC., (OLDSMAR, FL) TO PROVIDE INMATE FOOD MANAGEMENT SERVICE

MANAGEMENT FOR MUSCOGEE COUNTY JAIL.



WHEREAS, an RFP was administered (RFP No. 13-0032) and five proposals were

received; and,



WHEREAS, the proposal submitted by Aramark Correctional Services & Trinity

Services Group, Inc., met all proposal requirements and evaluated as most

responsive to RFP; and,



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

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

contingent upon 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 negotiate and execute a contract

with Aramark Correctional Services (Downers Grove, IL) to provide inmate food

service management for Muscogee County Prison; and a contract with Trinity

Services Group, Inc., (Oldsmar, FL) to provide inmate food service management

for Muscogee County Jail Funds are budgeted each fiscal year for this ongoing

expense: General Fund ? Sheriff ? Detention ? Food; 0101-550-2600-JAIL-6771;

General Fund ? MCP ? Warden ? Food, 0101-420-1000-MCCI-6771.

_____________________________





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

held the _________ day of _____________, 2013 and adopted at said meeting by

the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_____________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor







?ITEM H?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING PROCUREMENT OF 96-GALLON AND 18-GALLON UNIVERSAL

RECYCLING CONTAINERS FROM SCHAEFER SYSTEMS INTERNATIONAL, INC., (CHARLOTTE, NC).



WHEREAS, an RFP was administered (RFP 13-0033) and five proposals were received

from qualified offerors; and,



WHEREAS, the proposal submitted by Schaefer Systems International, Inc., met

all proposal requirements and was evaluated most responsive to the RFP; and,



WHEREAS, the term of this contract shall be for two (2) years, with the option

to renew for three (3) additional twelve-month periods. Contract renewal shall

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 procure 96-gallon and 18-gallon

universal recycling containers from Schaefer Systems International, Inc.,

(Charlotte, NC). The term of this contract shall be for two (2) years, with

the option to renew for three (3) additional twelve-month periods. Funds will

be budgeted each fiscal year for this on-going expense: Integrated Waste

Management Fund ? Public Works ? Recycling ? Operating Materials; 0207 ? 260 ?

3520 ? RCYL ? 6728.



__________________





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

held the _________ day of _________________, 2013 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 AGREEMENT FROM EVIDENCE BASED ASSOCIATES

(EBA), LLC (WASHINGTON, DC) TO PROVIDE MANAGEMENT SERVICES, FOR THE GEORGIA

JUVENILE JUSTICE INCENTIVE GRANT PROGRAM, FOR THE MUSCOGEE COUNTY JUVENILE

COURT, IN AN AMOUNT NOT TO EXCEED $400,000.00.



WHEREAS, the Muscogee County Juvenile Court requires the management services to

adequately respond to the grant proposal and provide services under the

Juvenile Reform Act. The grant must be implemented by October 1, 2013.

Currently, there are no in-house trained personnel to implement evidence based

services and licensing requirements. Additionally, given the short turn around

and response to the change in law, there are no local providers that can offer

this service; and,



WHEREAS, EBA will develop, implement, and manage evidence based programs for

Juvenile Court to meet the October 1, 2013 grant deadline; and,



WHEREAS, Evidence Based Associates (EBA) is recognized by the Governor?s Office

as a preferred provider for these services.



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



That the City Manager is hereby authorized to enter into an agreement with

Evidence Based Associates (EBA), LLC (Washington, DC) to provide management

services, for the Georgia Juvenile Justice Incentive Grant Program for the

Muscogee County Juvenile Court, in an amount not to exceed $400,000.00. Funds

are available via Georgia Juvenile Justice Incentive Grant.



_______________________





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

held the _________ day of _________________, 2013 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 AT&T, IN THE AMOUNT OF $57,121.30, FOR

THE ANNUAL MAINTENANCE (KNOWN AS AT&T AMS ESSENTIAL PLUS SERVICE) FOR ALL

CISCO EQUIPMENT AND SOFTWARE LICENSE RENEWALS, INCLUDED IN THE IP TELEPHONY

NETWORK IN TWELVE LOCATIONS: THE GOVERNMENT CENTER, ANNEX, PUBLIC SAFETY

COMPLEX, FOX RECREATION CENTER, TRADE CENTER, PUBLIC SERVICES ADMINISTRATION

BUILDING, FLEET MAINTENANCE, FACILITIES MAINTENANCE, SIGNAL SHOP, STORAGE

WAREHOUSE, METRA, AND THE ANIMAL CONTROL FACILITY.



WHEREAS, the AT&T AMS IP Telephony Manager is a continuance of the

existing Cisco/AT&T hardware and software maintenance purchased with the new

Cisco AVVID IP Phone System through AT&T (formerly BellSouth). The maintenance

is renewable each year on or before the anniversary date of July 1st, 2014.



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

FOLLOWS:



That the City Manager is hereby authorized to make payment to AT&T, in

the amount of $57,121.30, for the annual maintenance (known as AT&T AMS

Essential Plus Service) for all Cisco equipment and software license renewals,

included in the IP Telephony network in twelve locations: the Government

Center, Annex, Public Safety Complex, Fox Recreation Center, Trade Center,

Public Services Administration Building, Fleet Maintenance, Facilities

Maintenance, Signal Shop, Storage Warehouse, METRA, and the Animal Control

Facility. Funds are budgeted in the FY14 Budget: General Fund ? Information

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



__________________________





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

held the _________ day of ____________________, 2012 and adopted at said

meeting by the affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting .

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor McDaniel voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



Attachments


No attachments for this document.

Back to List