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.