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 26, 2013



Agenda Report # 52





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) HOT ASPHALT & GENERAL ROAD REPAIR SERVICES (ANNUAL CONTRACT) - RFB NO.

14-0018



It is requested that Council approve the purchase of hot asphalt and general

road repair services, on an ?as needed? basis, from Robinson Paving Company

(Columbus, GA) for the estimated annual contract value of $7,160,000.00. The

estimated contract value is based upon the annual usage by Public Services and

Engineering Department for street repairs.



The contract term will 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.



Bid postcard invitations were mailed to eighteen vendors and bid specifications

were posted on the web pages of the Purchasing Division, Georgia Procurement

Registry, and DemandStar. One bid was received on October 23, 2013. This bid

has been advertised, opened and reviewed. The bidder was:



Robinson Paving Company (Columbus, GA)



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

Public Works Department ? Repairs and Maintenance ? Street Repairs &

Maintenance ? Road Maintenance Materials; 0203-260-3110-REPR-6726, and Various

CIP Accounts.



* * * * * *



(B) TRAFFIC INCIDENT MANAGEMENT SERVICES (ANNUAL CONTRACT) ? RFP NO. 14-0005



It is requested that Council authorize the execution of a contract with

Columbus Towing & Recovery, Inc. (Columbus, GA) for traffic incident management

services, which will be used on an ?as needed? basis.

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 vehicles,

which are defined as a motor vehicle in Ga. Code 40-1-1 (Motor Vehicle

Law-Definitions). Columbus Towing & Recovery will also provide towing services

for City vehicles requiring road assistance.



Columbus Towing & Recovery, 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 for private

owned vehicles.

? Negotiate fees for private owned 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 City vehicles two (2) through five (5)

tons

? Provide road and towing services for City 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.

? Provide 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. 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 proposals were mailed to thirteen (13) vendors and specifications

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

DemandStar. The RFP has been advertised, opened and evaluated. One proposal

was received on November 8, 2013 from the following offeror:



Columbus Towing & Recovery, Inc. (Columbus, GA)





The proposal was reviewed by the Evaluation Committee, which consisted of

voting representatives from: METRA, Police, Fire/EMS, Marshal and Public Works

Departments. A representative from the 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, the RFP must be re-bid.



Towing charges for vehicles of citizens will be billed to the owner of the

vehicles. Funding to cover towing services for City vehicles is budgeted each

fiscal year for this on-going expense: Various Departments ? Auto Parts and

Supplies; 6721; General Fund - Police - Motor Transport ? Motor Transport -

Other Purchased Services, 0101-400-3230-MOTR-6699; Transportation Fund -

Transportation FTA ? METRA FTA (UMTA) ? Vehicle Operation & Maintenance,

0751-610-2400-MFTA-6516.



* * * * * *



(C) WORKERS? COMPENSATION CLAIM MANAGEMENT SERVICES (ANNUAL CONTRACT) ? RFP NO.

13-0035



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

contract with USIS/AmeriSys (Dunwoody, GA) to provide workers? compensation

claim management services for the City?s workforce of approximately 2,750

employees in various occupations, ranging from Public Safety to Field Force to

Administrative positions.



The Contractor must provide complete system integration and coordination to

provide all core workers? compensation program services, including medical

management and claims administration, as follows:



1. Administrative services

2. Claims services

3. First Notice of Injury services

4. Loss statistic services

5. Managed Care Organization (MCO) services to include:

a. Network access and development services

b. Triage

c. Telephonic case management and (when appropriate, site case management)

d. Pharmaceutical benefit management services

e. Communicable disease management program services

f. Utilization review

i. Medical bill review and audit services

ii. Pre-certification

iii. Concurrent and retrospective review

g. Peer-to-peer review



6. Workers? Compensation excess placement assistance

7. Loss Control services



Other services include: collaborating with the city?s manager of workers?

compensation services to reach settlement of claims in appropriate

circumstances, to assist in selection of defense counsel, providing loss

control, assistance in excess coverage access, and assistance with required

State reporting.



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

three (3) additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



Request for proposal invitations were mailed to twenty-eight 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 July 19, 2013 from the following nine offerors:



USIS/AmeriSys (Dunwoody, GA)

Collins & Company, Inc. (Chattanooga, TN)

PMA Management Corp. (Atlanta, GA)

TriStar Insurance Group (Atlanta, GA)

Marsh USA-ACCG (Atlanta, GA)

Alternative Service Concepts (Nashville, TN)

Companion 3rd Party Administrators (Columbia, SC)

Underwriter Safety & Claims (Savannah, GA)*

AMTrust North America (Duluth, GA)*



*The Evaluation Committee reviewed the proposals from Underwriter Safety &

Claims and AmTrust North America, and based on the information contained,

unanimously deemed their proposals non-responsive. Both vendors were notified

in writing.



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

representatives from Fire/EMS, Public Works and Finance Departments.

Representatives from the Civic Center, Engineering, Police Department, and the

Risk Manager served in an advisory capacity.



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

3-110, Competitive Sealed Proposals for the procurement of Equipment, Supplies

and Professional 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.



The City expends approximately $1,200,999 for workers? compensation per year.

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

Management Int Serv ? Human Resources ? Workers Compensation ? Contractual

Services, 0860-220-3820-WCOM-6319.



* * * * * *



(D) LOW BOY TRI-AXLE TRACTOR WITH LOW BOY TRAILER ? GEORGIA STATE CONTRACT



It is requested that Council approve the purchase of one (1) low boy tri-axle

trailer with low boy trailer (2015 Freightliner 122SD Low Boy Tri-axle Tractor,

with Model LB55-22DC Contender Series Detachable Neck Lowboy Trailer) from

Peach State Freightliner, (Norcross, GA) at a unit price of $198,607.00, via

Georgia Statewide Contract #99999-SPD-SPD0000039-0002.



The vehicle was approved in the FY14 Budget. It will be used by the staff of

the Street Paving and Repair Division, of the Public Works Department, to

transport heavy equipment to and from job locations. It will also be used to

transport equipment out of town for repairs. This is replacement equipment.



Funds are budgeted in the FY14 Budget: Paving Fund - Public Works - Repairs &

Maintenance - Capital Expenditures over $5000 and Heavy Trucks;

0203-260-3110-REPR-7761 and 7723.



* * * * * *



(E) MEDIACOM CABLE BUILD SERVICES



It is requested that Council authorize payment to Mediacom (Columbus, GA) in

the amount of $38,044.99 for cable build services. Mediacom will provide labor

and materials to install cable fiber optic line, modulation equipment and all

other necessary hardware to the City Services Center to facilitate transmission

of CCGTV broadcast programming to Mediacom network. The cable build services

for Mediacom are necessary since they do not have fiber optic facilities in the

area of the City Services Center and must install a dedicated line to the City

Services Center. The services are required in order for CCG-TV to broadcast

programming on the Mediacom network.



Funding is available from the FY14 Budget: 2010 CBA Bonds ? City Service

Center ? General Construction ? CSC CCGTV; 0559-800-2130-BACS-7661-82008-20130.







?ITEM A?



A RESOLUTION

NO. ______



A RESOLUTION AUTHORIZING THE PURCHASE OF HOT ASPHALT & GENERAL ROAD REPAIR

SERVICES ON AN ?AS NEEDED? BASIS FROM ROBINSON PAVING COMPANY (COLUMBUS, GA)

FOR THE ESTIMATED ANNUAL CONTRACT VALUE OF $7,160,000.00.



WHEREAS, the hot asphalt & general road repair services will be utilized by

Public Works and Engineering Department for street repairs; and,



WHEREAS, the contract term will 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 purchase hot asphalt and

general road repair services on an ?as needed? basis from Robinson Paving

Company (Columbus, GA) for the estimated annual contract value of

$7,160,000.00. Funds are budgeted each fiscal year for this ongoing expense:

Paving Fund - Public Works Department ? Repairs and Maintenance ? Street

Repairs & Maintenance ? Road Maintenance Materials; 0203-260-3110-REPR-6726,

and Various CIP Accounts.

________________





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 THE EXECUTION OF A CONTRACT WITH COLUMBUS

TOWING & RECOVERY, INC., (COLUMBUS, GA) FOR TRAFFIC INCIDENT MANAGEMENT

SERVICES (TIMS), WHICH WILL BE USED ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 14-0005) and one proposal was

received; and,



WHEREAS, the proposal submitted by Columbus Towing & Recovery, Inc., met all

proposal requirements.



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



That the City Manager is hereby authorized to execute a contract with

Columbus Towing & Recovery, Inc. (Columbus, GA), for Traffic Incident

Management Services, which will be used on an ?as needed? basis. Towing

charges for vehicles of citizens will be billed to the owner of the vehicles.

Funding to cover towing services for City vehicles is budgeted each fiscal year

for this on-going expense: Various Departments ? Auto Parts and Supplies;

6721; General Fund - Police - Motor Transport ? Motor Transport - Other

Purchased Services, 0101-400-3230-MOTR-6699; Transportation Fund -

Transportation FTA ? METRA 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 ____________________, 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 NEGOTIATION AND EXECUTION OF AN ANNUAL

CONTRACT WITH USIS/AMERISYS (DUNWOODY, GA) TO PROVIDE WORKERS? COMPENSATION

CLAIM MANAGEMENT SERVICES.



WHEREAS, an RFP was administered (RFP 13-0035) and proposals were received from

nine offerors; and,



WHEREAS, the proposal submitted by USIS/AmeriSys 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 an

annual contract with USIS/AmeriSys (Dunwoody, GA) to provide workers?

compensation claim management services. Funds will be budgeted each fiscal

year for this on going expense: Risk Management Int Serv ? Human Resources ?

Workers Compensation ? Contractual Services, 0860-220-3820-WCOM-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 D?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) LOW BOY TRI-AXLE

TRACTOR WITH LOW BOY TRAILER (2015 FREIGHTLINER 122SD LOW BOY TRI-AXLE TRACTOR,

WITH MODEL LB55-22DC CONTENDER SERIES DETACHABLE NECK LOWBOY TRAILER), FROM

PEACH STATE FREIGHTLINER (NORCROSS, GA) IN THE AMOUNT OF $198,607.00, VIA

GEORGIA STATE CONTRACT #99999-SPD-SPD0000039-0002.



WHEREAS, the vehicle was approved in the FY14 Budget. It will be used

by the staff of Street Paving and Repair Division, of the Public Works

Department, to transport heavy equipment to and from job locations. It will

also be used to transport equipment out of town for repairs. This is

replacement equipment.



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



That the City Manager is hereby authorized to purchase one (1) low boy

tri-axle tractor with low boy trailer (2015 Freightliner 122SD Low Boy Tri-axle

Tractor, with Model LB55-22DC Contender Series Detachable Neck Lowboy Trailer)

from Peach State Freightliner, (Norcross, GA) in the amount of $198,607.00, via

Georgia Statewide Contract #99999-SPD-SPD0000039. Funds are budgeted in the

FY14 Budget: Paving Fund - Public Works - Repairs & Maintenance - Capital

Expenditures over $5000 and Heavy Trucks; 0203-260-3110-REPR-7761 and 7723.





______________________





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 PAYMENT TO MEDIACOM (COLUMBUS, GA) IN THE

AMOUNT OF $38,044.99 FOR CABLE BUILD SERVICES.



WHEREAS, Mediacom will provide labor and materials to install fiber

optic lines, modulation equipment and all other necessary hardware to the City

Services Center to facilitate transmission of CCGTV broadcast programming to

Mediacom network; and,



WHEREAS, the cable build services for Mediacom are necessary since they

do not have fiberoptic facilities in the area of the City Services Center and

must install a dedicated line to City Services Center to continue broadcasting

CCGTV; and,



WHEREAS, the services are required in order for CCG-TV to broadcast

programs on the Mediacom network.



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



That the City Manager is hereby authorized to make payment to Mediacom

(Columbus, GA) in the amount of $38,044.99 for cable build services. Funding

is available from the FY14 Budget: 2010 CBA Bonds ? City Service Center ?

General Construction ? CSC CCGTV; 0559-800-2130-BACS-7661-82008-20130.



___________________



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









Attachments


No attachments for this document.

Back to List