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.
Back to List