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 #________
Columbus Consolidated Government
Council Meeting
December 10, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) FILTERS FOR DOUBLE CHURCHES POOL ? BID NO. 03-0034
It is requested that Council authorize the purchase of two pool filters and
accessories from Swim-Pro Pools, Inc., in the amount of $64,685.00. The vendor
will provide and install the equipment at Double Churches Pool. The work
includes removing two (2) existing 96? vertical steel tanks and replacing with
new horizontal fiberglass filters with automatic backwash systems, and removing
two (2) existing 8? gate valves on pump sections and replacing with 8?
gear-operated PVC butterfly valves.
Seventy-nine bid invitations were mailed. A Mandatory Pre-Bid Conference/Site
Visit was held on November 12, 2002; four vendors attended the conference. Two
bids were received on November 20, 2002. This bid has been advertised, opened
and reviewed. The bidders were:
Description Swim-Pro Pools, Inc.
(Statesboro, GA) 1Waterworks/Multi-Tech
(Roswell, GA)
Alternate
Pool filters (2) Unit: 29,980.00
Ext: 59,960.00 Unit: 34,597.50 38,850.00
Ext: 69,195.00 77,700.00
Valve replacements (2) Unit: 1,120.00
Ext: 2,240.00 Unit: 1,085.00 1,085.00
Ext: 2,170.00 2,170.00
Automatic Backwash Systems (2) Unit: 1,242.50
Ext: 2,485.00 Unit: N/A Included
Ext: N/A Included
Total Bid Price $64,685.00 $71,365.00 $79,870.00
1Waterworks/Multi-Tech failed to include the required proof of National
Standard Foundation for the proposed filter, therefore the vendor?s bid was
deemed incomplete. Although the vendor included in his alternate bid the cost
for the automatic backwash system, the vendor?s price for the specified
equipment does not include cost for the automatic backwash system.
Funds are budgeted in FY03 Budget, 1999 SPLOST Olympic Pools, Capital
Expenditures Over $5,000 ? Double Churches Renovations;
0540-695-2128-TXOP-7761-50254010.
* * * * * *
(B) AGRICULTURE TRACTOR WITH CAB ? BID NO. 03-0033
It is requested that Council authorize the purchase of one (1) agriculture
tractor with cab from Melson Tractor in the amount of $22,658.00.
The agriculture tractor will be used by the Right?Of?Way Maintenance Division
of the Public Services Department to mow the right-of-ways throughout Muscogee
County as well as watersheds. This tractor will replace one of the tractors
which is leased on an annual basis.
Twenty-eight bid invitations were mailed. Four bids were received on November
20, 2002. This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS
TOTAL
Melson Tractor
(Salem, AL)
$22,658.00
Waverly Hall Farm & Tractor, Inc.
(Waverly Hall, GA)
$24,190.00
South Georgia Tractor & Machinery
(Midland, GA)
$26,595.00
Columbus Tractor & Machinery
(Columbus, GA)
$28,500.00
Funds are budgeted in FY03 Budget, Public Services, Right-Of-Way Maintenance ?
Off Road Equipment; 0203-260-3120-ROWM-7725.
* * * * * *
(C) SEDAN, FULL-SIZE, FOUR DOOR, 8 CYLINDER ? BID NO. 03-0046
It is requested that Council authorize the purchase of one (1) sedan,
full-size, four-door, 8-cylinder, from Mike Patton Ford in the amount of
$20,372.00.
The sedan will be used by the Mayor-elect. The current mayor receives a car
allowance and does not utilize a City vehicle.
Fifty-two bid invitations were mailed. Three bids were received on November
20, 2002. This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS
TOTAL
Mike Patton Ford
(Opelika, AL)
$20,372.00
Freeway Ford
(Columbus, GA)
$22,837.57
Legacy Ford Mercury
(McDonough, GA)
$23,393.00
Funds are budgeted in FY03 Budget, General Fund Supported Capital Projects ?
Automobiles, Vehicle Replacement; 0508-660-1000-CPGF-7721-22175010.
* * * * * *
(D) TEMPORARY EMPLOYMENT SERVICES (ANNUAL CONTRACT) -
BID NO. 03-0031
It is requested that Council approve the procurement of temporary employment
services from Global Personnel Services, Inc. The City expends approximately
$25,000.00, annually, for temporary services. The Civic Center, Human
Resources and Public Services will utilize the temporary services. Temporary
employees will be used to fill critical, vacant positions in a timely manner.
The Civic Center uses temporary services for Ushers, Laborers,
Clerk/Receptionists and Administrative Specialist II. Public Services uses
temporary services for Maintenance Workers I, Maintenance Equipment Operators,
Waste Equipment Operators, Correctional Supervisors, Fleet Maintenance
Technicians II, Special Enforcement Officers and Waste Collection Workers.
Human Resources Department will be able to use temporary employment services to
fill vacancies that occur in all other departments until positions can be
filled. These services will be used on an ?as needed? basis. The contract
term is for a period of one (1) year with the option to renew for two (2)
additional twelve (12) month periods, contingent upon the mutual agreement of
the City and the Contractor.
Twenty-seven bid packages were mailed; five bids were received November 20,
2002. This bid has been advertised, opened and reviewed. The bidders were:
Global Personnel Services, Inc. (Columbus, GA)
Professional Services Unlimited, Inc. (Norfolk, VA)
Labor Ready, Inc. (Columbus, GA)
Westaff (Columbus, GA)
ManPower, Inc. (Columbus, GA)
*See attachment for bid pricing
Global Personnel Services, Inc., is the low bidder for nine job classes.
Westaff is the low bidder for two job classes. Since Global is the low bidder
for the majority of the job classes, it is recommended that Global Personnel
Services, Inc., is awarded this contract.
Funds are budgeted each fiscal year for this ongoing expense, Civic Center -
Temporary Labor, 0757-160-1000-CIVC-6671; Public Services - Temporary Labor,
0203-260-3120-ROWM-6671, 0203-260-3130-ROWM-6671. Other departments will
budget for temporary employment, as needed, or cover the expense with salary
savings incurred by vacant positions.
* * * * * *
(E) 60-FOOT AERIAL TOWER W/CAB & CHASSIS? BID NO. 03-0030
It is requested that Council authorize the purchase of one (1) cab and chassis
from Beck Motor Company in the amount of $41,299.00, and one (1) aerial tower
body from O.G. Hughes in the amount of $46,428.00.
The aerial tower w/cab & chassis will be used by the Forestry Division for
pruning and cutting limbs and trees.
Two hundred, fourteen bid invitations were mailed. Twelve bids were received
on November 13, 2002. This bid has been advertised, opened and reviewed. The
bidders were:
BIDDERS OPTION 1
CAB & CHASSIS OPTION 2
BODY OPTION 3
COMPLETE UNIT
Beck Motor Company
(Albany, GA)
41,299.00
No Bid
No Bid
O.G. Hughes
(Knoxville, TN)
46,325.00
46,428.00
92,573.00
Robert?s Truck Center 1
(Garden City, GA)
40,937.00
No Bid
No Bid
Altec Industries 2
(Birmingham, AL)
41,649.00
44,596.00
86,245.00
Volvo and GMC Trucks of Atlanta
(Doraville, GA)
42,163.67
No Bid
No Bid
Telelect East
(Glen Allen, VA)
42,198.00
52,970.00
95,168.00
Trans Power
(Albany, GA)
42,697.00
No Bid
No Bid
Atlanta Freightliner
(Forest Park, GA)
43,365.00
No Bid
No Bid
Combatel Distribution
(Birmingham, AL)
43,635.00
47,309.00
90,944.00
Bill Heard Chevrolet ? International
(Columbus, GA)
44,202.00
No Bid
No Bid
Peach State Ford Truck Sales 3
(Norcross, GA)
45,289.50
No Bid
No Bid
MTI Insulated Products, Inc.
(Fort Wayne, IN)
No Bid
51,149.00
97,119.00
1 Robert?s Truck Center failed to include warranty information. Therefore,
the vendor?s bid was deemed incomplete.
2 Per Fleet Manager, the equipment proposed by Altec Industries does not meet
body specifications for the upper and lower boom. Written notification has
been forwarded to the vendor.
3 Peach State Ford Truck Sales failed to include warranty information.
Therefore, the vendor?s bid was deemed incomplete.
Funds are budgeted in FY03 Budget, Public Services? Landscape and Forestry,
Heavy Trucks; 0203-260-2800-LAND-7723.
* * * * * *
(F) RISK MANAGEMENT SETTLEMENT
It is requested that Council authorize payment of a settlement for a risk
management claim in the amount of $125,000.00. The claim, which occurred in
FY02, involves an integrated waste vehicle and a private owned vehicle.
Funds are available in the FY03 Budget, Risk Management, Uninsured Losses ?
Vehicle; 0860-200-3830-RISK-6842.01.
* * * * * *
(G) GEOTECHNICAL-ENVIRONMENTAL TESTING SERVICES (ANNUAL CONTRACT)
? RFP NO. 03-0002
It is requested that Council approve the annual contract for
Geotechnical-Environmental Testing services from QORE Property Sciences. The
firm will provide Geotechnical-Environmental Testing Services on an ?as needed
basis? for the Engineering Department for soil and construction material
testing for the development or design of various construction projects. These
services consist of providing the City with the necessary personnel, equipment
and laboratory testing for the geotechnical-environmental areas of soil,
concrete, asphalt, aggregates, brick, block, mortar and soil-cement.
Services include but are not limited to the following: soil sampling, sample
preparation, testing for strength of concrete cylinders, gravity and absorption
of coarse aggregates, asphalt mix verification, compaction testing, design of
base and pavement sections and asphalt mixes, etc. A Professional Engineer or
Geologist?s will approve all reports provided to the City?s Engineering
Department. The reports may be sent via e-mail, letter or fax within seven (7)
days from the completion of the test procedures.
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 proposals were mailed to fifty-seven vendors and the RFP has been
advertised. Proposals were received August 9, 2002 from the following five
offerors:
QORE Property Sciences (Duluth, GA)
GEC (Columbus, GA)
Building & Earth (Columbus, GA)
Hill-Station Engineers (Columbus, GA)
ECS, Ltd (Marietta, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Engineering, Community Reinvestment, and Public Services.
During the evaluation process, QORE Property Sciences was deemed most
responsive to the RFP. The City?s Procurement Ordinance Article 3-111,
Architectural/Engineering and Land Surveying Services govern 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(s), 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.
Funding will be provided in the budget for specific projects through the CIP,
1999 SPLOST, Bond Proceeds, etc.
* * * * * *
(H) BRANDING AND MARKETING SERVICES ? RFP NO. 02-0044
It is requested that Council authorize the execution of a contract with North
Star Destination Strategies for branding services and related marketing
strategies. Columbus Consolidated Government, Columbus Chamber of Commerce,
Columbus Convention & Visitors Bureau, Greater Columbus Sports & Events Council
and Uptown, Inc., are the lead agencies that have partnered together with the
intent of developing and utilizing a universal marketing identity for Columbus,
GA. North Star Destination Strategies will design a marketing plan and
related promotional materials that will be used to recruit new businesses and
visitors to the area.
Requests for proposals were mailed to forty-two vendors and this RFP has been
advertised. Eight proposals were received on July 26, 2002. On November 5,
2002, the three highest rated firms made oral presentations.
North Star Destination Strategies (Nashville, TN)
BrandSync Worldwide/The Martin Agency (Richmond, VA)
The Bureau Resource (Encino, CA)
Cirrus Technology (Huntsville, AL)
Ellis-Harper Advertising (Auburn, AL)
Growth Circle Ventures/Faught Design (Atlanta, GA)
Vitalink Communications (Raleigh, NC)
The Voca Group (Alpharetta, GA)
The proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Columbus Convention & Visitors Bureau, Columbus
Chamber of Commerce, Uptown, Inc., and Columbus State University.
Representatives from WTVM, the City Manager?s Office and Columbus Council
served in advisory capacities.
The RFP process is governed by the City?s Procurement Ordinance, Contracting
for Equipment, Supplies or Professional Services per Article 3-110. 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 proposed costs and
evaluation results have been submitted to the City Manager, in a separate memo,
for informational purposes.
Funds are available in FY03 Budget, Special Projects ? Capital Projects Fund ?
Professional Services, Branding & Marketing Services;
0508-660-1000-CPGF-6311-22203D30 (72.50%) and from other outside entities
(27.50%).
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO POOL FILTERS AND
ACCESSORIES FROM SWIM-PRO POOLS, INC., IN THE AMOUNT OF $64,685.00.
WHEREAS, The vendor will provide and install the equipment at Double
Churches Pool; and,
WHEREAS, the work includes removing two (2) existing 96? vertical steel
tanks and replacing with new horizontal fiberglass filters with automatic
systems, and removing two (2) existing 8? gate valves on pump sections and
replacing with 8? gear-operated PVC butterfly valves.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase two pool filters
and accessories from Swim-Pro Pools, Inc., in the amount of $64,685.00. FY03
Budget, 1999 SPLOST Olympic Pools, Capital Expenditures Over $5,000 ? Double
Churches Renovations; 0540-695-2128-TXOP-7761-50254010.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of __ __________, 2002 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) AGRICULTURE TRACTOR
WITH CAB FROM MELSON TRACTOR IN THE AMOUNT OF $22,658.00.
WHEREAS, The agriculture tractor will be used by the Right?Of?Way
Maintenance Division of the Public Services Department to mow the right-of-ways
throughout Muscogee County as well as watersheds. This tractor will replace
one of the tractors which is leased on an annual basis.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1)
agriculture tractor with cab from Melson Tractor in the amount of $22,658.00.
Funds are budgeted in FY03 Budget, Public Services, Right-Of-Way Maintenance ?
Off Road Equipment; 0203-260-3120-ROWM-7725.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM C?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) SEDAN, FULL-SIZE, FOUR
DOOR, 8 CYLINDER FROM MIKE PATTON FORD IN THE AMOUNT OF $20,372.00.
WHEREAS, The sedan will be used by the Mayor-elect. The current mayor
receives a car allowance and does not utilize a City vehicle.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) sedan,
full-size, four door, 8 cylinder from Mike Patton Ford in the amount of
$20,372.00. Funds are budgeted in FY03 Budget, General Fund Supported by
Capital Projects ? Automobiles, Vehicle Replacement;
0508-660-1000-CPGF-7721-22175010.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM D?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PROCUREMENT OF TEMPORARY EMPLOYMENT SERVICES FROM
GLOBAL PERSONNEL SERVICES, INC. THE CITY EXPENDS APPROXIMATELY $25,000.00,
ANNUALLY, FOR TEMPORARY SERVICES.
WHEREAS, temporary employment services will be utilized by the Civic Center,
Human Resources and Public Services; and,
WHEREAS, temporary employees will be used to fill critical, vacant positions in
a timely manner; and,.
WHEREAS, these services will be used only on an "as needed basis". The
contract period is for one year with the option to renew for two (2) additional
twelve month periods.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to procure temporary employment
services from Global Personnel Services, Inc. The City expends approximately
$25,000.00, annually, for temporary services. Funds will be budgeted each
fiscal year for this ongoing expense, Civic Center ? Temporary Labor,
0757-160-1000-CIVC-6671; Public Services ? Temporary Labor,
0203-260-3120-ROWM-6671 and 0203-260-3130-ROWM-6671. Other departments will
budget for temporary employment, as needed, or cover the expense with salary
savings incurred by temporarily vacant positions.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
___________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM E?
A RESOLUTION
NO._______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) CAB AND CHASSIS FROM
BECK MOTOR COMPANY IN THE AMOUNT OF $41,299.00, AND ONE (1) AERIAL TOWER BODY
FROM O.G. HUGHES IN THE AMOUNT OF $46,428.00.
WHEREAS, The aerial tower w/cab & chassis will be used by the Forestry
Division for pruning and cutting limbs and trees.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) cab and
chassis from Beck Motor Company in the amount of $41,299.00, and one (1) body
from O.G. Hughes in the amount of $46,428.00. Funds are budgeted in FY03
Budget, Public Services? Landscape and Forestry, Heavy Trucks;
0203-260-2800-LAND-7723.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM F?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING PAYMENT OF A SETTLEMENT FOR A RISK MANAGEMENT CLAIM IN
THE AMOUNT OF $125,000.00.
WHEREAS, the claim, which occurred in FY02, involves an integrated
waste vehicle and a private owned vehicle.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to make payment of a
settlement for a Risk Management claim in the amount of $125,000.00; the claim,
which occurred in FY02 involves an integrated waste vehicle and a private owned
vehicle. Funds are available in the FY03 Budget, Risk Management, Uninsured
Losses ? Vehicle; 0860-200-3830-RISK-6842.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM G?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH QORE PROPERTY
SCIENCES FOR GEOTECHNICAL-ENVIRONMENTAL TESTING SERVICES.
WHEREAS, an RFP was administered (RFP No. 03-0002) and five proposals were
received; and,
WHEREAS, the proposal submitted by QORE Property Sciences met all proposal
requirements and was evaluated most responsive to the RFP; and,
WHEREAS, the term of this contract shall be for two years, with an 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 execute a contract with
QORE Property Sciences for Geotechnical-Environmental Testing Services.
Funding will be provided in the budget for specific projects through the CIP,
1999 SPLOST, Bond Proceeds, etc.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM H?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH NORTH STAR
DESTINATION STRATEGIES FOR BRANDING SERVICES AND RELATED MARKETING STRATEGIES.
WHEREAS, an RFP was administered (RFP No. 02-0044) and eight proposals were
received; and,
WHEREAS, the proposal submitted by North Star Destination Strategies met all
proposal requirement and is deemed most responsive to the RFP.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a contract with
North Star Destination Strategies for branding services and related marketing
strategies. Funds are available in FY03 Budget, Special Projects ? Capital
Projects Fund ? Professional Services, Branding & Marketing Services;
0508-660-1000-CPGF-6311-22203D30 (72.50%) and from other outside entities
(27.50%).
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
DATE: December 10, 2002
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
December 11, 2002
1. HVAC Controls Repair/Replacement (Annual Contract) ? Bid No. 03-0039
Scope of Bid
Provide repair/replacement on HVAC Controls on an ?as needed basis?.
Contractor will provide service for electric and pneumatic controls on the HVAC
systems at various City buildings. The contract term shall be for one year,
with the option to renew for two additional twelve-month periods.
2. Youth Basketball Uniforms (Annual Contract) ? Bid No. 03-0048
Scope of Bid
Provide youth basketball uniforms on an ?as needed? basis to the
Columbus Parks and Recreation Division. The term of the contract will be for
one (1) year with option for two (2) additional twelve-month periods.
3. Industrial/Commercial Mulching Mower & Repair Parts (Annual
Contract) ? Bid No. 03-0053
Scope of Bid
Provide 22? walk behind industrial/commercial mulching mower and repair
parts on an ?as needed? basis to the Columbus Consolidated Government (the
City). Various departments will use the mowers. The term of the contract will
be for one (1) year.
December 12, 2002
1. Enterprise Zone (Brownfields) Master Plan ? RFP No. 03-0015
Scope of RFP
Provide master planning services, to include activities eligible under the EPA
Brownfields Grant, for industrial properties in the City?s Enterprise Zone.
December 16, 2002
1. Construction Services for Main Library and System Headquarters ? RFP
No. 03-0017
A Non-Mandatory Pre-Proposal Conference will be held at 1:30 PM
(Eastern) on December 16, 2002, in the Ground Floor Conference Room of the
Government Center Tower, 100 Tenth Street, Columbus, GA.
December 18, 2002
1. Elevators Upgrade ? Bid No. 03-0045
Scope of Bid
Upgrade the present Elevator Control Systems to the latest ANSI A.17
Code for Fire Services Phase I & II. The services are required for the
elevators located in the Government Center (7 elevators) and in the Muscogee
County Jail (4 elevators). Optional pricing is requested for the total
upgrade of the elevators located in the Government Center.
2. Mobile Lift ? Bid No. 03-0052
Scope of Bid
Provide a mobile lift to be used by the METRA Transit System.
3. Re-Roof Columbus Stockade ? Bid No. 03-0050
Scope of Bid
The project consists of the installation of a new metal roof for the
historic stockade prison, including the demolition of the existing roof.
4. Smoke Detectors for Elevators ? Bid No. 03-0040
Scope of Bid
Provide and install smoke detectors in the elevator lobby at each
floor and machine room at the Government Center and Muscogee County Jail. The
work shall be performed in accordance with the GA Department of Labor, Safety
Engineering Section proposed and adopted Elevator Regulation 300-3-6-13(15).
5. Mobile Grounds Sweeper ? Bid No. 03-0055
Scope of Bid
Provide one (1) mobile grounds sweeper to be used by the METRA Transit System.
6. Van, Fifteen (15) Passenger ? Bid No. 03-0054
Scope of Bid
Provide one (1) new, current production model/year, fifteen (15) passenger van
to be used by the METRA Transit System.
January 3, 2003
1. Construction Services for Main Library and System Headquarters ? RFP
No. 03-0017
Scope of RFP
Columbus Consolidated Government (the City) and the Muscogee County
Library Board wishes to obtain construction services for the new Main Library
and System Headquarters project. The services will consist of cost estimating
and analyses, post bid pre-construction services, as necessary, and
construction of the facility.