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.
Back to List