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 # 8
Columbus Consolidated Government
Council Meeting
December 20, 2005
Agenda Report # 81
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) PAPER PRODUCTS AND RELATED SUPPLIES FOR THE CIVIC CENTER (ANNUAL CONTRACT)
? RFB NO. 06-0003
It is requested that Council amend Resolution 502-05, to change the name of the
awarded vendor to COPACO.
On November 1, 2005, Council approved the agenda item awarding the contract to
COPACO. However, due to a typographical error, the awarded vendor on the
resolution was listed as Unisource. All other information on the resolution
was correct.
* * * * * * *
(B) VANS, COMMERCIAL CUTAWAY ? RFB NO. 06-0016
It is requested that Council authorize the purchase of four (4) commercial
cutaway vans from Freeway Ford in the amount of $119,772.00.
The vans are replacement units for the Street Improvements and Right-of-Way
Divisions, of the Public Services Department, and will be used to transport
inmates and equipment to and from work sites.
Bid specifications were posted on the City?s website; two bid responses were
received on October 26, 2005. This bid has been advertised, opened and
reviewed. The bidders were: (See Attachment)
Funds for three trucks are budgeted in FY06 Budget: Paving Fund - Public
Services ?Repairs & Maintenance ? Light Trucks; 0203-260-3110-REPR-7722. Funds
for the fourth truck are budgeted in FY06 Budget: Paving Fund - Public Services
? Right-of-Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.
* * * * * * *
(C) BUSINESS LICENSING AND OCCUPATIONAL TAX SOFTWARE ? RFP NO. 05-0023
It is requested that Council authorize the execution of a contract with EnerGov
Solutions, LLC, to provide business licensing and occupational tax software.
The Revenue Division of the Finance Department is responsible for the issuance
and annual renewal of Business and Alcohol Licenses for all businesses located
in Muscogee County. The Division also assigns, calculates, bills, collects, and
applies all annual businesses occupational taxes due to the Columbus
Consolidated Government. The present business database consists of 7,300
accounts.
EnerGov Solutions, LLC, will provide user-friendly software for business
licensing and occupational tax processing. The objective is to improve the
quality and timeliness of the licensing and taxing processes to benefit local
businesses and the Columbus Consolidated Government. At the same time it will
maintain the integrity, quality, and probity of the Columbus Consolidated
Government?s licensing services. Minimally, the system will meet the following
requirements:
A. System allows for a user-defined fee schedule and related
calculations.
B. System allows penalty and interest calculations.
C. System allows partial-year fee calculations.
D. System provides for user-defined forms and related materials.
E. System will interface with the City?s financial system, CGI-AMS
Advantage
3.3.1.
F. System has the ability to retrieve information about business
licenses, alcohol
licenses, occupation taxes, and license records using a variety of
search methods.
G. System allows license approval tracking.
H. System allows multiple licensing periods.
I. System allows multiple renewal notices.
J. System allows flexible license and renewal notice printing.
K. System allows automatic invoicing.
L. Ability to create mailing labels.
M. Interface with Microsoft Word.
N. Ability to export to .pdf.
O. System allows license issuance and complete license tracking.
P. Ability to interface reports easily.
Q. System allows user defined security.
R. System maintains a history of business license activity, by
business, for a period
of time to be defined.
S. System allows multiple business activities on one license.
T. System allows different tax rates for each year.
U. System allows North American Industry Classification System (NAICS)
coding.
V. System allows inquiry capabilities for other departments.
W. System allows for a minimum of seven (7) full time users
Requests for proposals were mailed to forty-two vendors, and this RFP has been
advertised. Proposals were received on September 14, 2005, from two offerors:
EnerGov Solutions, LLC (Suwanee, GA)
CAVU Corporation (Raleigh, NC)
Proposals were reviewed by the Evaluation Committee, which consisted of
representatives from the Revenue Division, Inspections and Code Enforcement
Division and Information Technology Department.
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, negotiations will begin
with the next responsive offeror. Evaluation results and cost information has
been submitted to the City Manager in a separate memo, for informational
purposes.
Funds are budgeted in FY06 Budget, Finance ? Revenue-Occupation Tax ? Computer
Software; 0101-200-2200-REVS-6713.
(D) CHANGE ORDER NO. 3 FOR ADDITIONAL REGIONAL DETENTION POND AND WETLAND
MITIGATION SERVICES ? BID NO. 04-0023
It is requested that Council authorize the execution of Change Order No. 3 for
additional construction services for the Regional Detention Pond and Wetland
Mitigation with McMath-Turner Construction Company in the amount of
$44,920.00. Resolution No. 4-04 authorized the execution of the contract with
McMath-Turner Construction Company.
A damaged section of an existing earthen dyke surrounding a large stomwater
retention lake, located adjacent to Schatulga Road, must be repaired. The
heavy rains experienced during the summer damaged the earthen berm that was
earlier constructed as a major project by McMath-Turner Construction Company
for the City. A portion of the embankment eroded during the rains and requires
correction in order to protect it from further damage. In addition, the damage
occurred near a bridge on Schatulga Road and now jeopardizes the bridge piers.
The Engineering Department is recommending the repair work be performed by
McMath-Turner because the vendor is most familiar with the area and the
construction procedures required for this work. Upon completion of the
repairs, corrective measures will be addressed by the City?s project engineers
in order to devise a means of prohibiting any further occurrences.
Original contract amount $610,000.00
Change Order No. 1 61,000.00
Change Order No. 2 26,292.98
Change Order No. 3 44,920.00
New contract amount $742,212.98
Funds are budgeted in FY06 Budget, 1999 SPLOST, NFL Improvements ?
Drainage/Street Improvements; 0540-695-2133-TXNF-7622-50601040.
* * * * * * *
(E) CHANGE ORDER NO. 1 FOR PIPE REPAIR WORK AT DORSEY DRIVE
It is requested that Council authorize the execution of Change Order No. 1 for
additional construction services for pipe repair work on Dorsey Drive, with
Kam, Inc., in the amount of $30,605.00. Resolution No. 370-05 authorized the
execution of the contract with Kam, Inc., to perform emergency pipe repair work
on Dorsey Drive. Once on site, the Department of Engineering determined
additional services were necessary in order to complete the work as required.
Original contract amount $ 46,500.00
Change Order No. 1 30,605.00
New contract amount $ 77,105.00
Funding is available in the FY06 Budget: Sewer Fund Supported Capital Project
? Contingency Pipe Rehabilitation; 0508-660-2000-CPSF-9801-20770-20040-0.
(F) TRIAGE TRACKING SOFTWARE
It is requested that Council approve the purchase of Triage Tracking Enterprise
Edition Software from Disaster Management Solutions (Torrance, CA), in the
amount of $22,995.00.
The triage tracking software is an extension of the triage tracking units which
were purchased earlier this year, via Resolution #170-05. The software will
allow area hospitals and other medical facilities to obtain and share patient
information via a secure Internet database. When patient information is
transmitted from an emergency situation, via the triage system, authorized
agencies can view and update the information.
The purchase of the triage tracking software is made possible through a mutual
aid agreement between the Columbus Metropolitan Medical Response Program (MMRS)
and Columbus Consolidated Government?s Fire/EMS Department. MMRS has presented
a check to the City in the amount of $22,995.00 to cover the cost of the
software.
The software will be purchased from Disaster Management Solutions in order to
be compatible with the triage tracking devices purchased earlier this year.
Therefore, the vendor is considered an only known source for this purchase.
The check from MMRS, in the amount of $22,995.00, has been deposited, and the
purchase will be expended from the FY06 Budget: Department of Fire/EMS ?
Emergency Management ? Operating Materials; 0101-410-2900-6728.
* * * * * *
(G) TREES FOR PLANTING ON THE CITY?S RIGHT-OF WAYS- RFB NO 06-0035
It is requested that Council approve the purchase of 900 trees from Thom?s
Trees and Plants, Inc., in the amount of $73,712.00. The trees will be planted
on various right-of-ways throughout the City and will be used as new plantings
and replacements for trees damaged or killed due to weather conditions.
Twenty-six bid invitations were mailed; five bids were received on December 7,
2005. This bid has been advertised, opened and reviewed. The bid
specifications consisted of twenty-eight different species of trees. The
bidders were:
Thom?s Trees & Plants, Inc. (Fayetteville, GA) $ 73,712.00
*Sunsplash Nursery/Exterior Designs (Danville, GA) $ 66,518.70
**Crimson Dale Nursery, Inc. (Winchester, TN) $
8,425.00
**Moon?s Tree Farm, Inc. (Loganville, GA) $
14,506.00
**Land Design, Inc. (Athens, GA) $ 46,185.00
*Sunsplash Nursery/Exterior Designs does not meet specifications. The vendor
was the lowest bidder, however, City staff was not familiar with the vendor or
the quality of their trees. Therefore, staff from the Forestry Division made
a site visit to the vendor?s nursery location to inspect the proposed trees.
The bid specifications required the vendors to indicate the location of the
nursery or nurseries from which they would obtain the trees. Sunplash
presented their business location as the nursery location; however at the site
visit City staff learned that the majority of the trees would come from
Tennessee, Florida and the Carolinas.
** Denote vendors did not bid on all trees.
Funds are budgeted in the FY06 Budget as follows: $63,712.00 is budgeted in
Public Services, Landscape and Forestry - Horticultural/Landscaping Supplies,
0203-260-2800-LAND-6727; the remaining $10,000 is budgeted in General Fund
Supported Capital Projects ?? Horticultural/Landscaping Supplies - Tree
Preservation & Replacement, 0508-660-1000-CPGF-6727-22193-20020-0.
?ITEM A?
A RESOLUTION
NO.________________
A RESOLUTION AUTHORIZING THE AMENDMENT OF RESOLUTION 502-05 TO CHANGE
THE NAME OF THE AWARDED VENDOR TO PROVIDE PAPER PRODUCTS AND RELATED SUPPLIES
FOR THE CIVIC CENTER TO COPACO.
WHEREAS, On November 1, 2005, Council approved the agenda item awarding
the contract to COPACO. However, due to a typographical error, the awarded
vendor on the resolution was listed as Unisource. All other information on the
resolution was correct.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
I.
Resolution # 502-05 is hereby amended changing the name of the awarded
vendor to provide paper products and related supplies for the Civic Center to
COPACO.
II.
That the City Manager is hereby authorized to purchase paper products and
related supplies for the Civic Center, on an ?as needed basis?, from COPACO,
Inc., for the estimated annual contract value of $12,101.84. Funds are
budgeted each fiscal year for this on going expense, Civic Center ? Operating
Materials, 0757-160-1000-CIVC-6728.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO.________________
A RESOLUTION AUTHORIZING THE PURCHASE OF FOUR (4) COMMERCIAL CUTAWAY
VANS FROM FREEWAY FORD IN THE AMOUNT OF $119,772.00.
WHEREAS, the vans are replacement units for the Street Improvements and
Right-of-Way Divisions, of the Public Services Department, and will be used to
transport inmates and equipment to and from work sites.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase four (4)
commercial cutaway vans from Freeway Ford in the amount of $119,772.00. Funds
for three trucks are budgeted in FY06 Budget: Paving Fund - Public Services ?
Repairs & Maintenance ? Light Trucks; 0203-260-3110-REPR-7722. Funds for the
fourth truck are budgeted in FY06 Budget: Paving Fund - Public Services ?
Right-of-Way Maintenance ? Heavy Trucks; 0203-260-3120-ROWM-7723.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT WITH ENERGOV SOLUTIONS,
LLC, TO PROVIDE BUSINESS LICENSING AND OCCUPATION TAX SOFTWARE TO THE FINANCE
DEPARTMENT/REVENUE DIVISION.
WHEREAS, an RFP was administered (RFP No. 05-0023) and two proposals were
received; and,
WHEREAS, the proposal submitted by EnerGov Solutions, LLC, met all proposal
requirements 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
EnerGov Solutions, LLC, to provide business licensing and occupational tax
software to the Finance Department/Revenue Division. Funds are budgeted in
FY06 Budget, Finance ? Revenue-Occupation Tax ? Computer Software;
0101-200-2200-REVS-6713.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the __________ day of 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER NO. 3, FOR ADDITIONAL
CONSTRUCTION SERVICES FOR THE REGIONAL DETENTION POND AND WETLAND MITIGATION,
WITH MCMATH-TURNER CONSTRUCTION COMPANY IN THE AMOUNT OF $44,920.00.
WHEREAS, Resolution No. 4-04 authorized the execution of the contract
with McMath-Turner Construction Company; and,
WHEREAS, these additional services are for repair and maintenance
required for an earthen berm that has been damaged due to floodwater and
erosion.
Original contract amount $610,000.00
Change Order No. 1 61,000.00
Change Order No. 2 26,292.98
Change Order No. 3 44,920.00
New contract amount $742,212.98
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute Change Order No. 3, for
additional construction services for the Regional Detention Pond and Wetland
Mitigation, with McMath-Turner Construction Company in the amount of
$44,920.00. Funds are budgeted in FY06 Budget, 1999 SPLOST, NFL Improvements ?
Drainage/Street Improvements; 0540-695-2133-TXNF-7622-50601040.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2005 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________ .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM E?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER NO. 1 FOR ADDITIONAL
CONSTRUCTION SERVICES FOR PIPE REPAIR WORK ON DORSEY DRIVE, WITH KAM, INC., IN
THE AMOUNT OF $30,605.00.
WHEREAS, Resolution No. 370-05 authorized the execution of the contract
with Kam, Inc., to perform emergency pipe repair work on Dorsey Drive; and,
WHEREAS, once on site, the Department of Engineering determined
additional services were necessary in order to complete the work as required.
Original contract amount $ 46,500.00
Change Order No. 1 30,605.00
New contract amount $ 77,105.00
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to execute Change Order No.
1 for additional construction services for pipe repair work on Dorsey Drive,
with Kam, Inc., in the amount of $30,605.00. Funding is available in the FY06
Budget: Sewer Fund Supported Capital Project ? Contingency Pipe
Rehabilitation; 0508-660-2000-CPSF-9801-20770-20040-0.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of _________________, 2005 and adopted at said meeting
by the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________ .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM F?
A RESOLUTION
NO.________________
A RESOLUTION AUTHORIZING THE PURCHASE OF TRIAGE TRACKING ENTERPRISE
EDITION SOFTWARE FROM DISASTER MANAGEMENT SOLUTIONS (TORRANCE, CA), IN THE
AMOUNT OF $22,995.00.
WHEREAS, the triage tracking software is an extension of the triage
tracking units which were purchased earlier this year, via Resolution #170-05.
The software will allow area hospitals and other Medical facilities to obtain
and share patient information via a secure Internet database. When patient
information is transmitted from an emergency situation, via the triage system,
authorized agencies can view and update the information; and,
WHEREAS, the purchase of the triage tracking software is made possible
through a mutual aid agreement between the Columbus Metropolitan Medical
Response Program (MMRS) and Columbus Consolidated Government?s Fire/EMS
Department. MMRS has presented a check to the City in the amount of $22,995.00
to cover the cost of the software.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase Triage Tracking
Enterprise Edition Software from Disaster Management Solutions (Torrance, CA),
in the amount of $22,995.00. The check from MMRS, in the amount of $22,995.00,
has been deposited, and the purchase will be expended from the FY06 Budget:
Department of Fire/EMS ? Emergency Management ? Operating Materials;
0101-410-2900-6728.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
__________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM G?
A RESOLUTION
NO. __________
A RESOLUTION AUTHORIZING THE PURCHASE OF 900 TREES FROM THOM?S TREES AND
PLANTS, INC., IN THE AMOUNT OF $73,712.00.
WHEREAS, the trees will be planted on various right-of-ways throughout the
City; and,
WHEREAS, the trees will be for new plantings and replacements for trees damaged
or killed due to weather conditions.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase 900 trees from
Thom?s Trees and Plants, Inc., in the amount of $73,712.00. Funds are budgeted
in the FY06 Budget as follows: $63,712.00 is budgeted in Public Services,
Landscape and Forestry - Horticultural/Landscaping Supplies,
0203-260-2800-LAND-6727; the remaining $10,000 is budgeted in General Fund
Supported Capital Projects ?? Horticultural/Landscaping Supplies - Tree
Preservation & Replacement, 0508-660-1000-CPGF-6727-22193-20020-0.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2005 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Turner Pugh voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: December 20, 2005
TO: Mayor and Councilors
FROM: Angela Cole, Director of Finance
SUBJECT: Advertised Bids
December 21, 2005
1. Construction of Pine Grove Municipal Solid Waste Landfill Phase 3:
Cells 3A, 3B, 3C, 3D, 3E, 3F ? RFB No. 06-0034
Scope of Bid
The Project consists of the following major elements: approximately 357,000
cubic yards of cut material; 72,000 cubic yards of structural fill; placement
of 24-inch thick liner base with permeability not to exceed 1 x 10-7 cm/sec,
and placement of either a 24-inch thick leachate collection layer with a
permeability no less than 1 x 10-2 cm/sec or placement of geonet and 24-inches
of a soil layer with no specified permeability; a 60 mil HDPE geomembrane liner
over 14 acres; the construction of 1,400 feet of 24-foot gravel access road;
construction of a sediment basin; installation of erosion control devices;
installation of underdrain and leachate collection piping; and leachate pump
station and force main. Bids will be accepted only from Pre-Qualified Bidders.
2. Refuse Collection Truck Cab & Chassis ? RFB No. 06-0036
Scope of Bid
Provide four (4) refuse collection truck cab & chassis to be used by the Solid
Waste Collection Division of the Public Services Department.
December 28, 2005
1. Ford Crown Victoria Pursuit Vehicles ? RFB No. 06-0038
Scope of Bid
Provide eighteen (18) Police Pursuit, Ford Crown Victorias to be used by the
Police and Sheriff Departments. Due to interior and storage space needs, the
City has decided that the Ford Crown Victoria is the only pursuit car that
meets their needs in those areas.
2. Heavy Duty 18? Drum Style Brush Chipper ? RFB No. 06-0039
Scope of Bid
Provide one (1) Heavy Duty 18? Drum Style Brush Chipper to be used by the
Forestry Division of the Public Services Department for chipping brush that has
been removed from city right-of-ways.
January 4, 2006
1. Steam Cleaning Machine & Soap (Annual Contract) ? RFB No. 06-0040
Scope of Bid
Provide six (6) steam cleaning machines (four (4) fixed and two (2)
portable), Columbus Consolidated Government, Public Services Department. The
City will purchase on an ?as needed basis? approximately 600 gallons of soap,
which equates to 7,200 gallons per year.
2. Low Boy Tri-Axle Trailer (Re-Bid) ? RFB No. 06-0037
Scope of Bid
Provide one (1) low boy tri-axle trailer to be used by the Street Improvements
of the Public Services Department.
January 11, 2006
1. Standing Boy Bridge Replacement / Cusseta Road Bridge Repairs Over Bull
Creek ? RFB No. 06-0041
The work shall consist of bridge improvements to the Cusseta Road Bridge and
the Standing Boy Road Bridge, all in accordance with the designated plans and
specifications. The Contractor shall be required to maintain public access to
all residences and businesses located within the project area.
2. 30'/35' Low Floor Clean Diesel Transit Buses (Annual Contract) ? RFB
No. 06-0027
Scope of Bid
The successful vendor will provide 30'/35' low floor clean diesel transit buses
to METRA on an ?as needed? basis. The City anticipates purchasing
approximately 12 buses over a four (4) year period.
3. Fire Hose & Accessories (Annual Contract) ? RFB No. 06-0042
Scope of Bid
Provide fire hose in sizes 5?, 3?, 1 ?? and 1?, as well as, hardware
accessories on an ?as needed basis? to be utilized by the Columbus Fire &
E.M.S. Department of the Columbus Consolidated Government.
January 12, 2006
1. Fitness Equipment
Provide and install fitness equipment at fourteen (14) stations of
Columbus Fire & Emergency Medical Services. The fitness equipment shall
consist of commercial treadmills, commercial stationary bicycles, commercial
rowers, and multi-gyms; one set of equipment shall be installed at each
location.