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 #___7___
Columbus Consolidated Government
Council Meeting
November 18, 2003
Agenda Report #____133____
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) MOVING & STORAGE SERVICES (ANNUAL CONTRACT) ? RFP NO. 04-0007
It is requested that Council approve a contract with Taylor?s Moving and
Storage to provide moving and storage services. Community Reinvestment
Division administers the Homeowner Rehabilitation Assistance Program for
residents of the City of Columbus, and will utilize the moving and storage
services, on an ?as needed basis,? for citizens temporarily relocated while
their residences are being rehabilitated.
Taylor?s Moving and Storage, Inc., will provide the following services:
? All labor and supervision required to temporally move and store household
items temporally not exceeding 90 days
? Insurance to include Fire, Thief and Loss coverage in the event household
items are stored in a warehouse.
? Secure storage units or a warehouse for the household items.
? Move household items within two weeks of notification from Community
Reinvestment Division.
The term of this contract shall be for three years, with the option to renew
for two (2) 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 twelve vendors and the RFP has
been advertised. Proposals were received October 10, 2003 from the following
two offerors:
Taylor?s Moving & Storage, Inc. (Columbus, GA)
Servpro of Columbus (Columbus, GA)*
*Servpro of Columbus withdrew proposal from further consideration, in the RFP
process, after the Evaluation Committee requested some clarifications.
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Community Reinvestment Division. The City?s Procurement
Ordinance Article 3-110, Competitive Sealed Proposals for the procurement of
Equipment, Supplies and Professional Services, governs the RFP Process. During
the RFP process, there is no formal opening due to the possibility of
negotiated components of the proposal. In the event City Council does not
approve the recommended offeror, no proposal responses or any negotiated
components are made public until after the award of the contract. The cost
information has been submitted to the City Manager in a separate memo for
informational purposes.
Funds will be budgeted each fiscal year for this on-going expense, Community
Reinvestment, CDBG Home Program - Relocation Payment & Assistance;
0213-130-4411-HOME-9404.
* * * * * *
(B) TRAFFIC INCIDENT MANAGEMENT SERVICES (TIMS) (ANNUAL CONTRACT) ? RFP NO.
04-0006
It is requested that Council approve a contract with Hall?s Towing Services
d/b/a Chad?s, Inc., to provide traffic incident management services. Traffic
Incident Management Services (TIMS) is vehicular road services typically and
commonly provided by wrecker/towing services. Vehicles shall include all
self-propelled vehicles, including two-wheel, three wheel, and four-wheel
vehicles that are defined as a motor vehicle in the GA Code 40-1-1 (Motor
Vehicle Law-Definitions). Contractor will also provide towing services for
City vehicles requiring road assistance.
Chad?s, Inc./A Road One Company, has provided the City with Traffic Incident
Management Services (TIMS) since November 1, 1993. The current contract will
expire November 23, 2003.
Hall?s Towing Services d/b/a Chad?s, Inc., will provide the following services:
? Road services, winching, and towing for passenger autos, small vans, pickup
trucks, motorcycles, and any other vehicles not exceeding two tons.
? Negotiate fees for vehicles exceeding two tons.
? Provide, at no cost, towing of first twenty (20) city vehicles in a calendar
month.
? Provide road and towing services for vehicles two (2) through five (5) tons
? Prove road and towing services at additional cost for vehicles exceeding five
(5) tons.
? Provide all equipment necessary to perform required services.
? Competent administrative, support, driver personnel on a 24-hour per day
basis.
? Maintain a record system that towed vehicles are accurately and uniquely
identified, and release of towed vehicle is made to the rightful owner/agent.
? Providing proper storage of towed vehicles.
The term of the contract shall be for five (5) years. The initial fee schedule
shall remain fixed for the first two (2) years. Thereafter, once each calendar
year, beginning with the third year, and each year thereafter, Contractor may
request a meeting of the various Public Safety agencies, Department of Public
Services, Purchasing Division Manager, and the City Manager?s Office to
consider fee changes.
Request for proposal invitations were mailed to fifteen (15) vendors and the
RFP has been advertised. One proposal was received October 10, 2003 from the
following offeror:
Hall?s Towing Service d/b/a Chad?s, Inc. (Columbus, GA)
The proposal was reviewed by the Evaluation Committee, which consisted of
representatives from METRA, Public Services, Police, Fire, Sheriff and Marshal
Departments. The committee also consisted of three non-voting Advisors from
the Police Department, Public Services Department and the City Manager?s
Office. The City?s Procurement Ordinance Article 3-110, Competitive Sealed
Proposals for the procurement of Equipment, Supplies and Professional Services,
governs the RFP Process. During the RFP process, there is no formal opening
due to the possibility of negotiated components of the proposal. In the event
City Council does not approve the recommended offeror, no proposal responses or
any negotiated components are made public until after the award of the
contract. The cost information has been submitted to the City Manager in a
separate memo for informational purposes.
Towing charges for vehicles of citizens will be billed to the owner of the
vehicles. Funding to cover towing services for City vehicles are budgeted each
fiscal year for this on-going expense, Various Departments ? Auto Parts and
Supplies; 6721; Police, Motor Transport ? Other Purchased Services,
0101-400-3230-MOTR-6699; METRA, Transportation FTA (UMTA) ? Vehicle Operation &
Maintenance, 0751-610-2400-MFTA-6516
* * * * * *
(C) PRINTING POSTAGE AND MAIL PROCESSING SERVICES OF MOTOR VEHICLE REGISTRATION
RENEWAL NOTICES
It is requested that Council approve a resolution to expend the appropriated
funds, in the FY04 Budget, to ACE Mailing Service, Inc., (Smyrna, GA) for the
provision of printing, postage and mail processing services of motor vehicle
registration renewal notices. The Tax Commissioner estimates approximately
$45,000 will be expensed for these services.
The Department of Revenue (DOR) has awarded ACE Mailing Service, Inc., the
statewide contract (Contract No. 474-006-906239) to provide printing, postage
and mail processing services of motor vehicle registration renewal notices for
all GRATIS (Georgia Registration and Title Information System) counties. Due
to the volume generated by all GRATIS counties, the contract provides the
lowest cost compared to similar services contracted to vendors in each county.
Funds are budgeted each fiscal year for this on-going expense, Tax Commissioner
- Contractual Services, 0101-560-1000-TAXC-6319.
* * * * * *
(D) COLUMBUS GATEWAYS LANDSCAPING ? BID NO. 04-0025
It is requested that Council authorize the execution of a construction contract
with ProSource Landscaping, Inc., in the amount of $169,580.75 for Columbus
Gateways landscaping. The contractor will furnish all labor, materials, tools,
equipment and incidentals and perform all work required to landscape
I-185/Smith Road Interchange and Manchester Expressway/Miller Road Interchange.
One hundred three bid invitations were mailed; seven bid responses were
received on October 24, 2003. This bid has been advertised, opened and
reviewed. The bidders were:
Contractor Manchester Exp./
Miller Rd Interchange I-185/Smith Rd Interchange Lump Sum Base Bid
ProSource Landscaping, Inc.
(Moultrie, GA) 99,925.75 69,655.00 $169,580.75
DE/TE Builders, Inc.
(Fortson, GA) 105,175.00 70,311.00 $175,486.00
Best Landscaping Company
(Fortson, GA) 113,786.58 70,739.95 $184,526.63
Earth-Scapes, Inc.
(Phenix City, AL) 152,700.00 135,000.00 $287,700.00
A Cut Above Landscaping
(Fortson, GA) 189,207.00 108,753.00 $297,960.00
Valley Crest Landscaping
(Norcross, GA) 188,603.33 112,974.46 $301,577.79
Forde Landscaping
(Columbus, GA) 233,321.25 134,165.25 $367,486.50
Funds are budgeted in FY04 Budget, Paving Fund Supported Capital Projects ?
Site Improvements, Gateways Project; 0508-660-3000-CPPF-7623-21025040.
* * * * * *
(E) PASSENGER VANS ? BID NO. 04-0017
It is requested that Council authorize the purchase of two (2) 15-Passenger
Vans from Mike Patton Ford in the amount of $38,519.52; and one (1) 7-Passenger
Van from Bill Heard Chevrolet in the amount of $17,341.00.
The 7-passenger van will be used by the Motor Transport Division, of the Police
Department, to transport officers on out-of-town trips for training and other
business purposes. One 15-passenger van will be used by the Community Service
Division of the Public Services Department to transport community workers to
and from clean-up areas. The second 15-passenger van will be used by the Motor
Transport Division, of the Sheriff?s Department, as the Juvenile Court van to
transport juveniles from RYDC to the Government Center and back. All three
vans are replacement vehicles.
Ninety bid invitations were mailed. Six bids were received on October 22,
2003. This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS OPTION 1
15-PASSENGER VAN
2 UNITS OPTION 2
7-PASSENGER VAN
1 UNIT
Bill Heard Chevrolet Int.
(Columbus, GA) UNIT COST: 19,649.00
TOTAL COST: 39,298.00 UNIT COST: 17,341.00
Mike Patton Ford
(Opelika, GA) UNIT COST: 19,259.76
TOTAL COST: 38,519.52 UNIT COST: 20,753.82
Legacy Ford Mercury
(McDonough, GA) UNIT COST: 19,508.00
TOTAL COST: 39,016.00 UNIT COST: 20,978.00
Rivertown Ford
(Columbus, GA) UNIT COST: 20,630.00
TOTAL COST: 41,260.00 UNIT COST: 18,129.00
Allan Vigil Ford
(Morrow, GA) UNIT COST: 19,599.00
TOTAL COST: 39,198.00 UNIT COST: 22,479.00
Nash Chevrolet
(Lawrenceville, GA) UNIT COST: 25,504.00
TOTAL COST: 51,008.00 UNIT COST: 21,213.00
Funds for the 7-passenger van are budgeted in FY04 Budget, 1999 SPLOST,
Police/Fire, Vehicles/Equipment ? Light Trucks, Vehicles-Police;
0540-695-2123-TXPO-7721-5011004V.
Funds for one 15-passenger van are budgeted in FY04 Budget, Paving Fund, Public
Services, Community Service/Right-of-Way ? Light Trucks;
0203-260-3130-ROWM-7722.
Funds for the second 15-passenger van budgeted in FY04 Budget, 1999 SPLOST,
Police/Fire, Vehicles/Equipment, Light Trucks, Vehicles ? Sheriff;
0540-695-2123-TXSH-7721-5013004V.
* * * * * *
(F) CONVERSION AND SCANNED DOCUMENT SERVICES
It is requested that Council authorize the procurement of conversion and
scanned document services, for the Clerk of Council, from ISPA, Inc./DocMaestro
Products Division, (Clearwater, FL), in the amount of $12,752.25. The vendor
will scan resolutions, ordinances and minutes for the Clerk of Council.
As part of the on-going efforts of the CCG to reduce paper and migrate to a
paperless environment, Council authorized (Res. 41-03) the ?only known source?
purchase of an imaging system from ISPA, Inc./DocMaestro Products Division, to
enhance the daily operation of the Tax Assessor's Office, Clerk of Council and
the Office of the Probate Court. Therefore, ISPA, Inc./DocMaestro Products
Division is the only company with the software capabilities to scan the
document from their home site.
Funds are budgeted in FY04 Budget, Information Technology ?Software Lease;
0101-210-1000-ISS-6541.
* * * * * *
(G) HEALTH CARE BENEFIT SERVICES (ANNUAL CONTRACT) -
RFP NO. 04-0004
It is requested that Council approve the negotiation of a contract with Blue
Cross Blue Shield for Health Care Benefit Services. The Columbus Consolidated
Government has the responsibility of providing health care benefits to the
City?s active and retired employees. Currently, health care benefits are
provided to over 2,500 active and retired employees in various occupations,
ranging from Public Safety to Administrative positions. Active employees are
offered a choice between two medical plans, a health maintenance organization
(HMO) and a preferred provider organization (PPO). Retirees under age 65 are
also offered these two plan options while retirees over 65 have a Medicare
Supplement Plan (Indemnity Plan). All prescription drugs and all
psychiatric/substance abuse care are provided through the medical plans.
Approximately 76.1% of covered active employees are enrolled in the HMO option
with approximately 23.9% enrolled in the PPO plan.
All medical benefits, including HMO coverage, are provided on a self-insured
basis with Specific Stop Loss.
The request for proposal was issued to solicit proposals for the replication of
all medical plans, as well as to inquire about the various capabilities and
associated costs for administering Flexible Spending Accounts and an Employee
Assistance Program (EAP). Due to the complexity of the RFP, the City?s
consultant, William M. Mercer (Approved per resolution number 577-98), assisted
in writing the specifications and the evaluation of proposals.
The vendor will provide the following services:
# Account Management
# Enrollment/Eligibility
# Fee Administration
# Customer Service
# Financial Accounting
# Data and Management Information Reporting
# Managed Care Network Administration
The following services will be a part of the negotiation process with Blue
Cross Blue Shield.
# Employee Assistance Program (EAP)
# Flexible Spending Account (FSA)
The initial term of the contract shall be for two years, beginning January 1,
2004, with the option to renew for three (3) additional twelve-month periods.
Contract renewal is contingent upon the mutual agreement of the City and the
Contractor.
Request for proposal invitations were mailed to one hundred twenty (120)
vendors. This proposal has been advertised and evaluated. Proposals were
received on October 3, 2003 from ten offerors.
Blue Cross Blue Shield (Columbus, GA)
United Healthcare (Norcross, GA)
HealthScope Benefits (Nashville, TN)
*Paragon ? Houze & Associates (Columbus, GA & LaGrange, GA)
Kanawha Health Care (Lancaster, SC)
Harrington (Tampa, FL)
*Evergreen ? Houze & Associates (Columbus, GA & LaGrange, GA)
**CIGNA Behavioral Health (Tampa, FL)
**MGIS (Salt Lake City, UT)
**The Business Resource (Columbus, GA)
*Paragon and Evergreen both submitted combined proposals with Houze &
Associates.
**These vendors only submitted proposals for EAP (Employee Assistance
Program) and FSA (Flexible Spending Account).
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from Human Resources, Finance, Sheriff and one Retiree. The
City?s Procurement Ordinance Article 3-110, Competitive Sealed Proposals for
the procurement of Equipment, Supplies and Professional Services, governs the
RFP Process. During the RFP process, there is no formal opening due to the
possibility of negotiated components of the proposal. In the event City
Council does not approve the recommended offeror, no proposal responses or any
negotiated components are made public until after the award of the contract.
The evaluation results and cost information have been submitted to the City
Manager in a separate memo for informational purposes.
Funds are budgeted each year for this ongoing expense, Employee Health
Insurance, Benefit Payments, 0850-220-3310-HLTH-9401; Employee Health
Insurance, Administrative Fees, 0850-220-3320-HLTH-6354.
* * * * * * * *
(H) LEGAL FEES FOR SCHATULGA ROAD LANDFILL GAS EXTRACTION CONTRACT
It is requested that Council approve payment of legal fees to Troutman Sanders,
LLP, Attorneys At Law, in the amount of $63,534.00; and approve payment for
future legal fees regarding the legal action against Resources Technology. The
legal firm is representing the City in a legal action against Resources
Technology regarding a contract dispute for the Schatulga Road Landfill gas
extraction project.
Funds are available in the FY04 Budget, City Attorney ? Consulting;
0101-120-1000- ATTY ?
6315.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING A CONTRACT WITH TAYLOR?S MOVING & STORAGE, INC., TO
PROVIDE MOVING AND STORAGE SERVICES.
WHEREAS, an RFP was administered (RFP No. 04-0007) and two proposals were
received; and,
WHEREAS, the proposal submitted by Taylor?s Moving & Storage, Inc., met all
proposal requirements and is deemed most responsive to the RFP; and,
WHEREAS, the term of this contract shall be for three years, with the option to
renew for two additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to contract with Taylor?s
Moving & Storage, Inc., to provide moving and storage services. Funds will be
budgeted each fiscal year for this on-going expense, Community Reinvestment,
CDBG Home Program - Relocation Payment & Assistance; 0213-130-4411-HOME-9404.
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING A CONTRACT WITH HALL?S TOWING SERVICES D/B/A CHAD?S,
INC., FOR TRAFFIC INCIDENT MANAGEMENT SERVICES (TIMS).
WHEREAS, an RFP was administered (RFP No. 04-0006) and one proposal was
received; and,
WHEREAS, the proposals submitted by Hall?s Towing Services d/b/a Chad?s, Inc.,
met all proposal requirements and is deemed most responsive to the RFP; and,
WHEREAS, the term of the contract shall be for five (5) years. The initial fee
schedule shall remain fixed for the first two (2) years. Thereafter, once each
calendar year, beginning with the third year and each year thereafter,
Contractor may request a meeting of the various Public Safety agencies,
Department of Public Services, Purchasing Division Manager, and the City
Manager?s Office to consider fee changes.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to contract with Hall?s
Towing Services d/b/a Chad?s, Inc., to provide traffic incident management
services (TIMS). Towing charges for vehicles of citizens will be billed to the
owner of the vehicles. Funding to cover towing services for City vehicles are
budgeted each fiscal year for this on-going expense, Various Departments ? Auto
Parts and Supplies; 6721; Police, Motor Transport ? Other Purchased Services,
0101-400-3230-MOTR-6699; METRA, Transportation FTA (UMTA) ? Vehicle Operation &
Maintenance, 0751-610-2400-MFTA-6516
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXPENDITURE OF APPROPRIATED FUNDS, IN THE FY04
BUDGET, TO ACE MAILING SERVICES, INC., FOR THE PROVISION OF PRINTING, POSTAGE
AND MAIL PROCESSING SERVICES OF MOTOR VEHICLE REGISTRATION RENEWAL NOTICES FOR
THE TAX COMMISSIONER, FOR THE ESTIMATED COST OF $45,000.
WHEREAS, the Department of Revenue (DOR has awarded ACE Mailing Service, Inc.,
the statewide contract (Contract No.474-006-906239) to provide printing,
postage and mail processing services of motor vehicle registration renewal
notices for all GRATIS counties. Due to the volume generated by all GRATIS
counties, the contract provides the lowest cost compared to similar services
contracted to vendors in each county.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to expend the appropriated
funds in the FY04 Budget to ACE Mailing Service, Inc., for the provision of
printing, postage and mail processing services of motor vehicle registration
renewal notices for the Tax Commissioner for the estimated cost of $45,000.
Funds are budgeted each fiscal year for this on-going expense, Tax Commissioner
? Contractual Services, 0101-560-1000-TAXC-6319.
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING EXECUTION OF A CONSTRUCTION CONTRACT WITH PROSOURCE
LANDSCAPING, INC., IN THE AMOUNT OF $169,580.75 FOR COLUMBUS GATEWAYS
LANDSCAPING.
WHEREAS, The contractor will furnish all labor, materials, tools,
equipment and incidentals and perform all work required to landscape
I-185/Smith Road Interchange and Manchester Expressway/Miller Road Interchange.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction
contract with ProSource Landscaping, Inc., in the amount of $169,580.75 for
Columbus Gateways landscaping. Funds are budgeted in FY04 Budget, Paving Fund
Supported Capital Projects ? Site Improvements, Gateways Project;
0508-660-3000-CPPF-7623-21025040.
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM E?
A RESOLUTION
NO. ______
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) 15-PASSENGER VANS FROM MIKE
PATTON FORD IN THE AMOUNT OF $38,519.52; AND ONE (1) 7-PASSENGER VAN FROM BILL
HEARD CHEVROLET IN THE AMOUNT OF $17,341.00.
WHEREAS, The 7-passenger van will be used by the Motor Transport
Division, of the Police Department, to transport officers on out-of-town trips
for training and other business purposes. One 15-passenger van will be used by
Community Service Division of the Public Services Department to transport
community workers to and from clean-up areas. The second 15-passenger van will
be used by the Motor Transport Division of the Sheriff?s Department as the
Juvenile Court van to transport juveniles from RYDC to the Government Center
and back. All three vans are replacement vehicles.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to the purchase two (2)
15-passenger vans from Mike Patton Ford in the amount of $38,519.52; and one
(1) 7-passenger van from Bill Heard Chevrolet in the amount of $17,341.00.
Funds for the 7-passenger van are budgeted in FY04 Budget, 1999 SPLOST,
Police/Fire, Vehicles/Equipment ? Light Trucks, Vehicles-Police;
0540-695-2123-TXPO-7721-5011004V. Funds for one 15-passenger van are budgeted
in FY04 Budget, Paving Fund, Public Services, Community Service/Right-of-Way ?
Light Trucks; 0203-260-3130-ROWM-7722. Funds for the second 15-passenger van
budgeted in FY04 Budget, 1999 SPLOST, Police/Fire, Vehicles/Equipment, Light
Trucks, Vehicles ? Sheriff; 0540-695-2123-TXSH-7721-5013004V.
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM F?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE PROCUREMENT OF CONVERSION AND SCANNED
DOCUMENT SERVICES FROM ISPA, INC./DOCMAESTRO PRODUCTS DIVISION, (CLEARWATER,
FL), IN THE AMOUNT OF $12,752.25. THE VENDOR WILL SCAN RESOLUTIONS, ORDINANCES
AND MINUTES FOR THE CLERK OF COUNCIL?S OFFICE.
WHEREAS, As part of the on-going efforts of the CCG to reduce paper and
migrate to a paperless environment, Council authorized (Res. 41-03) the
purchase of an imaging system to enhance the daily operation of the Tax
Assessor's Office, Clerk of Council and the Office of the Probate Court.
Therefore, ISPA, Inc./DocMaestro Products Division is the only company with the
software capabilities to scan the document from their home site.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to procure conversion and scanned
document services from ISPA, Inc./DocMaestro Products Division, (Clearwater,
FL), in the amount of $12,752.25. Funds are budgeted in FY04 Budget,
Information Technology ? Software Lease; 0101-210-1000-ISS-6541.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
?ITEM G?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH BLUE CROSS BLUE
SHEILD FOR HEALTH CARE BENEFIT SERVICES.
WHEREAS, an RFP was administered (RFP No. 04-0004) and eleven proposals were
received; and,
WHEREAS, the proposal submitted by Blue Cross Blue Shield, met all proposal
requirements and is deemed most responsive to the RFP; and,
WHEREAS, the term of this 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.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to negotiate a contract with
Blue Cross Blue Shield for Health Care Benefit Services. Funds are budgeted
each year for this ongoing expense, Employee Health Insurance, Benefit
Payments, 0850-220-3310-HLTH-9401; Employee Health Insurance, Administrative
Fees, 0850-220-3320-HLTH-9354.
__________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM H?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING PAYMENT TO TROUTMAN SANDERS, LLP, ATTORNEYS AT
LAW, IN THE AMOUNT OF $63,534.00; AND APPROVE PAYMENT FOR FUTURE LEGAL FEES
REGARDING THE LEGAL ACTION AGAINST RESOURCES TECHNOLOGY.
WHEREAS, The legal firm is representing the City in a legal action
against Resources Technology regarding a dispute for the Schatulga Road
Landfill gas extraction project.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to make payment to Troutman
Sanders, LLP, Attorneys At Law, in the amount of $63,534.00; and approve
payment for future legal fees regarding the legal action against Resources
Technology. Funds are available in the FY04 Budget, City Attorney ?
Consulting; 0101-120-1000- ATTY ? 6315.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor
DATE: November 18, 2003
TO: Mayor and Councilors
FROM: Angela Cole, Interim Director of Finance
SUBJECT: Advertised Bids
November 19, 2003
1. Regional Detention Pond and Wetland Mitigation ? Bid No. 04-0023
Scope of Bid
The work shall consist of furnishing all labor, materials, tools, equipment and
incidentals and performing all work required to construct complete-in-place and
ready-to-operate regional storm water detention ponds for the Muscogee
Technology Park. Also included is grading and erosion control measures to
create wetlands. The work involves construction of earthen berms approximately
2ft ? 5ft in height in an undeveloped area of the park along Bull Creek and its
tributaries.
2. Ambulance Cots ? Bid No. 04-0031
Scope of Bid
The Columbus Fire and Emergency Medical Services will purchase fifteen (15)
Ferno 93-P PROFlexx cots with the trade-in of fifteen (15) Ferno 29M cots.
Ferno is the standardized cots for Columbus Fire and Emergency Medical
Services; therefore, the City will only consider bids for the Ferno 93-P
PROFlexx.
3. Pressure Washing Services (Annual Contract) ? Bid No. 04-0036
Scope of Bid
Pressure wash the Ultraply 78+ membrane roof of the Columbus Civic Center
located at 400 4th Street, Columbus, GA, two (2) times per year. Vendors are
responsible for viewing the Civic Center to determine the amount of work
required. The contract term shall be for one year, with the option to renew
for two (2) additional twelve-month periods. Contract renewal will be
contingent upon the mutual agreement of the City and the Contractor.
November 20, 2003
1. Gate Operators ? PQ No. 04-0009
A Mandatory Pre-Quote Conference/Site Visit is scheduled at 3:30 PM (Eastern)
on Thursday, November 20, 2003. Vendors shall converge at Metra Transfer
Center, which is located at 814 Linwood Blvd., Columbus, GA.
November 21, 2003
1. Skid-Steer Loader ? Bid No. 04-0027
Scope of Bid
Provide a skid-steer loader to be used by the Park Services Division of the
Parks and Recreation Department. The Fleet Manager and using department have
determined the following manufacturer/model names meet specifications:
Caterpillar 252, Bobcat S250, Case 90 XT, John Deere 260 Series II or equal.
Vendors may bid on one or more units. The City will purchase one (1) unit.
December 3, 2003
1. Sedans, Four Door, 6 Cylinder ? Bid No. 04-0028
Scope of Bid
Provide twenty-two (22) mid-size Sedans, Four Door, 6 cylinder vehicles to be
used by the Police Department.
2. Gate Operators ? PQ No. 04-0009
Scope of PQ
The successful vendor shall provide and install two (2) gate operators that
will automate the existing cantilever slide manual-operated gates at Metra
Transfer Center.