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.