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 # 10





Columbus Consolidated Government



Council Meeting



December 11, 2012



Agenda Report # 136





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) FULL-SIZE, 4-DOOR SEDANS (NON-PURSUIT) ? RFB 13-0024



It is requested that Council approve the purchase of twenty-one (21) full-size,

4-door sedans (non-pursuit) (2013 Chevrolet Impala) from Hardy Chevrolet

(Dallas, GA), in the amount of $18,110.00 per unit, for a total cost of

$380,310.00.



Fifteen (15) vehicles will be used by the Columbus Police Department, and six

(6) vehicles will be used by the Sheriff?s Office. These vehicles are

replacement units.



Bid postcard invitations were mailed to one-hundred-sixty-nine vendors and bid

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

Georgia Procurement Registry, and OnVia DemandStar. Nine bids were received on

November 28. This bid has been advertised, opened and reviewed. The bidders

were:

Unit Price Total Price

(21 Units)

Hardy Chevrolet (Dallas, GA) $18,110.00 $380,310.00

Maxie Price Chevrolet (Loganville, GA) 1 $18,256.40 $383,384.40

Team Chevrolet (Alpharetta, GA) $18,802.00 $394,842.00

Legacy Chevrolet (Columbus, GA) $19,386.40 $407,114.40

Country Ford (Southaven, MS) $21,158.24 $444,323.04

Prater Ford, Inc. (Calhoun, GA) $21,166.00 $444,486.00

Rivertown Ford (Columbus, GA) $21,542.85 $452,399.85

Allan Vigil Ford/Lincoln (Morrow, GA) $21,627.00 $454,167.00

Stokes Brown Toyota Hilton Head (Bluffton, SC) $26,636.00 $538,356.00

1 Maxie Price Chevrolet failed to acknowledge Addendum No. One. Therefore, bid

was deemed incomplete.



Georgia Statewide Contract price for this vehicle is $18,469.00.



Funds are budgeted in FY13 Budget as follows:

Columbus Police Department (15 vehicles) ? LOST-Public Safety Fund ? Police ?

Public Safety-LOST ? Automobiles; 0102-400-9900-LOST-7721.

Sheriff?s Office (6 vehicles) ? LOST-Public Safety Fund ? Sheriff ? Public

Safety-LOST ? Automobiles; 0102-550-9900-LOST-7721.



* * * * * * * *



(B) PORTABLE TOILET RENTAL AND SERVICE (ANNUAL CONTRACT) (NAME CHANGE) ? RFB

NO. 09-0046



It is requested that Council approve the annual contract for portable toilet

rental and service with Advanced Disposal Services, Inc. (Columbus, GA).



The contract for portable toilet rental and service was awarded to Veolia

Environmental Services, per Resolution No. 281-09, on August 11, 2009. On

November 21, 2012, Portable Toilet Rental Services officially transitioned from

Veolia Environmental Services to Advanced Disposal Services, Inc. Advanced

Disposal Services, Inc., has agreed to honor the terms of the contract.



The contract is currently in its second contract period; the contract was

awarded on September 16, 2009 for two (2) years with the option to renew for

three (3) additional twelve-month periods. There will be no change to the end

date of the contract term.



Funds are budgeted each fiscal year for this on going expense: Integrated Waste

Management Fund - Public Services ? Solid Waste Collection ? Granite Bluff

Inert Landfill ? Oxbow Meadow Inert Landfill - Pine Grove Landfill ? Equipment

Rental/Lease; General Fund ? Parks & Recreation ? Various Divisions ? Equipment

Rental/Lease; Transportation Fund ? METRA ? Director ? Equipment Rental/Lease;

Civic Center Fund ? Civic Center ? Other Events ? Equipment Rental/Lease;

0207-260-3510-GARB-6543, 0207-260-3540-BLUF-6543, 0207-260-3550-OXBW-6543,

0207-260-3560-PGRO-6543; 0101-270-Various-6543; 0751-610-1000-METR-6543;

0757-160-2500-EVNT-6543.



* * * * * * * *



(C) 20-CUBIC-YARD POLY BIN RECYCLING TRAILERS



It is requested that Council approve the purchase of six (6) 20-cubic-yard poly

bin recycling trailers (PRTB-20-PA Pro-Bin Recycling Trailer), from Pro-Tainer,

Inc., (Alexandria, MN), for $18,020.00 per unit, for a total amount of

$108,120.00, via a cooperative purchase utilizing Kentucky State Contract # MA

758 1100000308 3.



The Integrated Waste Management Division, of the Public Services Department,

will utilize the recycling trailers at drop-off points throughout the City for

collection of recyclables in support of the City?s recycling program.



Provisions are made under Kentucky Statutes to allow for use of the Master

Agreement (Kentucky State Contract # MA 758 1100000308 3) for cooperative

purchasing by the following Agencies and Political Subdivisions:



? State Agencies

? Local Governments (all Cities and Counties)

? Local School Districts

? Universities



RFB 758 1000000937 was released for bid May 24, 2010. On July 8, 2012,

thirteen vendors responded. Pro-Tainer Inc., was deemed the most responsive

bidder, and was awarded the contract on August 16, 2010. The initial contract

term began on August 16, 2010, with option to renew for four (4) additional

one-year periods, through August 16, 2015.



Cooperative Purchasing is authorized by the State of Georgia and authorized per

the City?s Procurement Ordinance, Article 9-102.



Funds are budgeted in the FY13 Budget : Integrated Waste Fund - Public Service

- Recycling - Capital Expenditures Over $5,00; 0207-260-3520-RCYL-7761.



* * * * * * * *



(D) AUTOMATED TELLER MACHINE (ATM) SERVICES AT THE COLUMBUS CIVIC CENTER, ICE

RINK AND COLUMBUS CONVENTION AND TRADE CENTER (ANNUAL CONTRACT) ? RFP NO.

13-0014



It is requested that Council approve the annual contract for Automated Teller

Machine (ATM) Services with Advance Fast Tax (Phenix City, AL). Advance Fast

Tax will provide, install and maintain automated teller machines at the

Columbus Civic Center, Ice Rink and Columbus Convention and Trade Center.



The contractor will provide turnkey services. This contract may also be

utilized by other City Departments.



The contractor shall provide, but not limited to, the following:



1. Provide all equipment, supplies, materials, merchandise, transportation and

labor.

2. Machines to be installed must be top-of-the-line, state-of-the-art cash

dispensing machines in respect to appearance, operation, and security.

3. The Contractor shall install and maintain ATM equipment, as well as, any

necessary stand or cabinet to support the ATM.

4. The Contractor shall provide a minimum of four (4) ATMs at the Civic Center,

One (1) ATM at the Ice Rink and One (1) ATM in the Main Lobby of the Columbus

Convention and Trade Center.

5. The Contractor shall provide 24-hour on-call service. Technician must be

available to come to either location anytime, day or night, to restock ATM or

correct any problems that may occur.



The term of this contract shall be for one year, with the option to renew for

four (4) additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



RFP postcard invitations were mailed to twenty-six vendors, and complete

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

Georgia Procurement Registry and Onvia DemandStar. This RFP has been

advertised, opened and evaluated. One proposal was received, October 12, 2012,

from the following offeror:



Advance Fast Tax (Phenix City, AL)



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

of representatives from the Columbus Civic Center and Columbus Convention and

Trade Center.



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. The cost information has been submitted to the City

Manager in a separate memo for informational purposes.



Funds will be deposited into the following Revenue Accounts: Civic Center Fund

? Government Wide Revenue ? Miscellaneous Revenue: 0757-099-1999-REVN-4837;

Columbus Ironworks Trade Center Fund ? Government Wide Revenue ? Miscellaneous

Revenue: 0753-099-1999-REVN-4837.



* * * * * * * *



(E) MUSCOGEE COUNTY PRISON TURN-OUT SHED ? RFB NO. 13-0022



It is requested that Council authorize the execution of a value-engineered

construction contract with Freeman & Associates, Inc., (Columbus, GA), in the

amount of $50,750.00, for a turn-out shed at Muscogee County Prison.



The work includes, but is not limited to, the construction of a new 20' x 12'

turn-out shed with a wooden deck and the installation of all new electrical and

mechanical systems from existing utilities. The turn-out shed will be used to

house the gate-working guards. Once the new shed is constructed, the City will

use its own forces to remove the existing building.



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

information was posted on the web pages of the Purchasing Division, the Georgia

Procurement Registry, and Onvia DemandStar. A mandatory pre-bid

conference/site visit was held on October 29, 2012; six vendors were

represented at the conference/site visit. Three bids were received on November

14, 2012. This bid has been advertised, opened and reviewed. The bidders were:

Description Freeman & Associates

(Columbus GA) Earley Construction Co.

(Cedartown GA) Midland Contracting

(Columbus GA)

Base Bid 52,650.00 59,875.00 69,753.00

?Alternate No. 1 800.00 2,000.00 750.00

Base Bid & Alternate No. 1 53,450.00 61,875.00 70,503.00

?Electrical Fixtures: Actual cost instead of the $2000 Allowance (900.00)

?Windows: Actual cost instead of the $3000 Allowance (1,800.00)

Total Cost $50,750.00



?Alternate No. 1: Additional work to include wiring and installation of flood

lights around the turn-out shed.



?The low bid exceeded the amount budgeted for this project; therefore, the

Engineering Department and Freeman & Associates value-engineered the bid in

order to bring the cost within budget. Muscogee County Prison concurred with

the changes resulting from the value-engineering process.



Funds are budgeted in the FY13 Budget: LOST - Public Safety - MCP - Capital

Expenditures over $5000; 0102-420-9900-LOST-7761.





* * * * * * * *



(F) ON-SITE CLINIC FOR EMPLOYEES, RETIREES AND DEPENDENTS (ANNUAL CONTRACT) -

RFP NO. 12-0010



It is requested that Council authorize the approval of an annual contract

agreement with TransformHealthRx to establish an on-site, or nearby, clinic to

provide medical care services for employees, retirees and dependents.



TransformHealthRx was the highest ranked vendor, recommended for award of RFP

No. 12-0010. On October 9, 2012, Columbus City Council granted authorization

to enter into negotiations with TransformHealthRx, per Resolution No. 300-12.



TransformHealthRx will furnish a medical team to provide onsite medical care

services for employees, retirees and dependents at a location to be

determined. The City will provide office and medical space, furniture, office

supplies, equipment, inventory and supplies, as well as, maintenance and

housekeeping of the facilities.



The initial set-up fee of $75,000, will be made in twelve equal payments of

$6,250, and will be used, by the vendor, to purchase medical supplies, exam

room equipment/furniture and initial pharmaceutical inventory. Additionally,

the City will be billed a monthly fee of $35,707 for staffing, as well as,

billed monthly for pharmaceuticals and supplies. The City will also pay

TransformHealthRx $15 multiplied by the number of employees enrolled in the

plan, with a minimum of 1200. An additional $3 PEPM will be applied to all

employees when Occupational Healthcare is included in the center. Once the

number of employees on the health plan exceeds 1600 the $3 PEPM for

Occupational Healthcare will discontinue.



The Contractor shall furnish a Physician and/or Physician Extender and

qualified staff to provide medical services related to non-surgical routine

office visits to a doctor?s office, excluding radiology and surgical procedures

other than minor procedures, including, but not limited to the following:



? Sore throats/ears/headache

? Strains/sprains/musculoskeletal problems

? Non-specific abdominal pain

? Non-specific chest pain

? Cough

? Sinus

? Allergy injections, not including Allergy Testing

? Hormone injections

? Rashes

? Acute urinary complaints

? Personal hygiene related problems

? Acute injuries/Acute routine office procedures

? Simple lacerations

? Flu Shots

? Ordinary and routine care of the nature of a visit to the doctor?s office

? Complete physicals

? DOT physicals

? TOP Program (Hypertension, Diabetes and Hyperlipidemia)

? Initial Pharmaceutical Inventory



The contract term shall be one year, with the option to renew for four (4)

additional one-year terms. Contract renewal will be contingent upon the

mutual agreement of the City and the Contractor.



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

Health Insurance Fund ? Human Resources ? Health Insurance Fees?Contractual

Services; 0850-220-3320-HLTH-6319.



?ITEM A?

A RESOLUTION



NO.____________





A RESOLUTION AUTHORIZING THE PURCHASE OF TWENTY-ONE (21) FULL-SIZE,

4-DOOR SEDANS (NON-PURSUIT) (2013 CHEVROLET IMPALA), FROM HARDY CHEVROLET

(DALLAS, GA), IN THE AMOUNT OF $18,110.00 PER UNIT, FOR A TOTAL COST OF

$380,310.00.



WHEREAS, the vehicles were approved in the FY13 Budget. Fifteen (15) vehicles

will be used by the Columbus Police Department, and six (6) vehicles will be

used by the Sheriff?s Office. These vehicles are replacement units.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase twenty-one (21)

full-size, 4-door sedans (non-pursuit) (2013 Chevrolet Impala) from Hardy

Chevrolet (Dallas, GA), in the amount of $18,110.00 per unit, for a total

price of $380,310.00. Funds are budgeted in FY13 Budget as follows:

Columbus Police Department (15 vehicles) ? LOST-Public Safety Fund ? Police ?

Public Safety-LOST ? Automobiles; 0102-400-9900-LOST-7721.

Sheriff?s Office (6 vehicles) ? LOST-Public Safety Fund ? Sheriff ? Public

Safety-LOST ? Automobiles; 0102-550-9900-LOST-7721.

_______________________________________



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

?ITEM B?



A RESOLUTION



NO._____



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR THE PURCHASE OF

PORTABLE TOILET RENTAL AND SERVICES WITH ADVANCED DISPOSAL SERVICES.



WHEREAS, the contract for portable toilet rental and service was

awarded to Veolia Environmental Services, per Resolution No. 281-09 on August

11, 2009 ; and,



WHEREAS, on November 21, 2012, Portable Toilet Rental and Service

officially transitioned from Veolia Environmental Services to Advanced Disposal

Services. Advanced Disposal Services has agreed to honor the terms of the

contract.



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

FOLLOWS:



That the City Manager is hereby authorized enter into an annual

contract for the purchase of portable toilets rental and services with Advanced

Disposal Services. Funds are budgeted each fiscal year for this on going

expense: Integrated Waste Management Fund - Public Services ? Solid Waste

Collection ? Granite Bluff Inert Landfill ? Oxbow Meadow Inert Landfill - Pine

Grove Landfill ? Equipment Rental/Lease; General Fund ? Parks & Recreation ?

Various Divisions ? Equipment Rental/Lease; Transportation Fund ? METRA ?

Director ? Equipment Rental/Lease; Civic Center Fund ? Civic Center ? Other

Events ? Equipment Rental/Lease; 0207-260-3510-GARB-6543,

0207-260-3540-BLUF-6543, 0207-260-3550-OXBW-6543, 0207-260-3560-PGRO-6543;

0101-270-Various-6543; 0751-610-1000-METR-6543; 0757-160-2500-EVNT-6543.

______________________________



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

?ITEM C?

A RESOLUTION



NO._____________



A RESOLUTION AUTHORIZING THE PURCHASE OF SIX (6) 20-CUBIC-YARD POLY BIN

RECYCLING TRAILERS (PRTB-20-PA PRO-BIN RECYCLING TRAILER) FROM PRO-TAINER,

INC., (ALEXANDRIA, MN), IN THE AMOUNT OF $18,020.00 PER UNIT, FOR A TOTAL

PRICE OF $108,120.00, VIA A COOPERATIVE PURCHASE UTILIZING KENTUCKY STATE

CONTRACT # MA 758 1100000308 3.



WHEREAS, the Integrated Waste Management Division, of the Public

Services Department, will utilize the recycling trailers at drop-off points

throughout the City for collection of recyclables in support of the City?s

recycling program; and,



WHEREAS, RFB 758 1000000937 was released for bid May 24, 2010. On July 8,

2012, thirteen vendors responded. Pro-Tainer Inc., was deemed the most

responsive bidder, and was awarded the contract on August 16, 2010. The initial

contract term began on August 16, 2010, with option to renew for four (4)

additional one-year periods, through August 15, 2015; and,



WHEREAS, provisions are made under Kentucky Statutes to allow for use

of the Master Agreement (Kentucky State Contract # MA 758 1100000308 3) for

cooperative purchasing by State Agencies, Local Governments (all Cities and

Counties), Local School Districts, and Universities; and,



WHEREAS, Cooperative Purchasing is authorized by the State of Georgia

and authorized per the City?s Procurement Ordinance, Article 9-102.



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

FOLLOWS:



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

20-cubic-yard poly bin recycling trailers from Pro-Tainer, Inc., (Alexandria,

MN), in the amount of $18,020.00 per unit, for a total price of $108,120.00,

via a cooperative purchase utilizing Kentucky State Contract # MA 758

1100000308 3. Funds are budgeted in the FY13 Budget : Integrated Waste Fund -

Public Service - Recycling - Capital Expenditures Over $5,00;

0207-260-3520-RCYL-7761.

_______________________________________



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



?ITEM D?



A RESOLUTION



NO.__________



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH ADVANCE FAST

TAX (PHENIX CITY, AL) TO PROVIDE AUTOMATED TELLER MACHINE (ATM) SERVICES AT THE

COLUMBUS CIVIC CENTER, ICE RINK AND COLUMBUS CONVENTION AND TRADE CENTER.



WHEREAS, an RFP was administered (RFP 13-0014) and a proposal was received from

one qualified offeror; and,



WHEREAS, the proposal submitted by Advance Fast Tax met all proposal

requirements and was evaluated responsive to the RFP; and,



WHEREAS, the term of contract shall be for one year, with the option to renew

for four 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 execute an annual

contract with Advance Fast Tax (Phenix City, AL) to provide Automated Teller

Machine (ATM) Services at the Columbus Civic Center, Ice Rink and Columbus

Convention and Trade Center. Funds will be deposited into the following

Revenue Accounts: Civic Center Fund ? Government Wide Revenue ? Miscellaneous

Revenue: 0757-099-1999-REVN-4837; Columbus Ironworks Trade Center Fund ?

Government Wide Revenue ? Miscellaneous Revenue. 0753-099-1999-REVN-4837.



_______________________________________



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

?ITEM E?

A RESOLUTION



NO.____________





A RESOLUTION AUTHORIZING THE EXECUTION OF A VALUE-ENGINEERED

CONSTRUCTION CONTRACT WITH FREEMAN & ASSOCIATES, INC., (COLUMBUS, GA), IN THE

AMOUNT OF $50,750.00, FOR A TURN-OUT SHED AT MUSCOGEE COUNTY PRISON.



WHEREAS, the work includes, but is not limited to, the construction of a new

20' x 12' turn-out shed with a wooden deck and the installation of all new

electrical and mechanical systems from existing utilities. The turn-out shed

will be used to house the gate-working guards. Once the new shed is

constructed, the City will use its own forces to remove the existing building.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a

value-engineered construction contract with Freeman & Associates, Inc.,

(Columbus, GA), in the amount of $50,750.00, for a turn-out shed at Muscogee

County Prison. Funds are budgeted in the FY13 Budget: LOST - Public Safety -

MCP - Capital Expenditures over $5000; 0102-420-9900-LOST-7761.

_______________________________________



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

?ITEM F?

A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING APPROVAL TO ENTER INTO AN ANNUAL CONTRACT AGREEMENT

WITH TRANSFORMHEALTHRX TO ESTABLISH AN ON-SITE, OR NEARBY CLINIC, TO PROVIDE

MEDICAL CARE SERVICES FOR EMPLOYEES, RETIREES AND DEPENDENTS.



WHEREAS, TransformHealthRx was the highest ranked vendor, recommended for award

of RFP NO. 12-0010. On October 9, 2012, Columbus Council granted authorization

to enter into negotiations with TransformHealthRx, per Resolution No. 300-12;

and,



WHEREAS, TransformHealthRx will furnish a medical team to provide

onsite medical care services for employees, retirees and dependents at a

location to be determined. The City will provide office and medical space,

furniture, office supplies, equipment, inventory and supplies, as well as,

maintenance and housekeeping of the facilities; and,



WHEREAS, the initial set-up fee of $75,000, will be made in twelve

equal payments of $6,250, and will be used, by the vendor, to purchase medical

supplies, exam room equipment/furniture and initial pharmaceutical inventory.

Additionally, the City will be billed a monthly fee of $35,707 for staffing, as

well as, billed monthly for pharmaceuticals and supplies. The City will also

pay TransformHealthRx $15 multiplied by the number of employees enrolled in

the plan, with a minimum of 1200. An additional $3 PEPM will be applied to all

employees when Occupational Healthcare is included in the center. Once the

number of employees on the health plan exceeds 1600 the $3 PEPM for

Occupational Healthcare will discontinue; and,



WHEREAS, the contract term shall be one year, with the option to renew

for four (4) additional one-year terms. 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 enter into an annual contract

agreement with TransformHealthRx to establish an on-site, or nearby, clinic to

provide medical care services for employees, retirees and dependents. Funds

will be budgeted each fiscal year for this on-going expense: Employee Health

Insurance Fund ? Human Resources ? Health Insurance Fees ? Contractual

Services; 0850-220-3320-HLTH-6319.

_____________________________



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



DATE: December 11, 2012



TO: Mayor and Councilors



FROM: Pamela Hodge, Director of Finance



SUBJECT: Advertised Bids



December 12, 2012

1. Pressure Washing Services (Annual Contract) ? RFB No. 13-0029

A Mandatory Site Visit/Walk-Thru is scheduled for 10:00 AM, Wednesday, December

12, 2012. Vendors shall convene in the Administrative Office on the Ground

Floor at the Columbus Civic Center, 400 4th Street, Columbus, Georgia.



December 14, 2012

1. Aquatic Facility Management of the Columbus Natatorium (Annual Contract) ?

RFP No. 13-0019

Scope of RFP

The Columbus Consolidated Government is seeking proposals, from qualified

firms, for the management of the Columbus Natatorium, to include: staffing,

water maintenance, supervision and programming; as well as, Pro-Shop and

Concession management. Operation is scheduled to begin June 2013.



December 19, 2012

1. Pressure Washing Services (Annual Contract) ? RFB No. 13-0029

Scope of RFB

Provide pressure washing services for the Ultraply 78+ membrane roof of the

Columbus Civic Center on an "as needed" basis. The contract term shall be for

two years, with the option to renew for three (3) additional twelve-month

contract periods. Contract renewal will be contingent upon the mutual

agreement of the City and Contractor.



January 4, 2013

1. Miscellaneous Equipment for Public Services ? RFB No. 13-0028

Scope of RFB

The Columbus Consolidated Government (the City) is seeking vendors to provide

the following equipment for the Public Services Department:

Option 1: Heavy-Duty Dual-Axle Trailers (Quantity of 12)

Option 2: 18-ft Flatbed Trailer (Quantity of 1)

Option 3: Asphalt Curb Machine (Quantity of 1)

Option 4: Asphalt Tack Distributor, 250-Gallon, Trailer (Quantity of 1)

Option 5: Asphalt Sealer Tank (Quantity of 1)

Option 6: Mid-Size Skid Steer with Milling Attachments (Quantity of 1)

Attachments


No attachments for this document.

Back to List