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.



Back to List