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 # 4





Columbus Consolidated Government

Council Meeting



August 12, 2003





Agenda Report # 100



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) REPLENISHABLE EMERGENCY MEDICAL SUPPLIES (ANNUAL CONTRACT) - BID

NO. 03-0101



It is requested that Council approve the purchase of replenishable emergency

medical supplies for the estimated annual contract amount of $103,409.75 from

Emergency Medical Products, Inc., Bound Tree Medical LLC, American LaFrance

Medicmaster, Tri-Anim Healthcare Services, Inc., QuadMed Inc., Suncoast

Surgical Supply, Matrx Medical, Inc., Moore Medical Corporation, S&W Healthcare

Corporation, Alliance Medical, Inc., Southeastern Emergency Equipment, Edcor

Safety. The various supplies include airway supplies, I.V. supplies, oxygen

supplies, general bandages, exposure control supplies and miscellaneous items

that will be purchased on an "as needed basis? by Fire and EMS and Public

Services Department.



The initial contract term is for one year, with the option to renew for two

additional twelve-month periods. Contract renewals is contingent upon the

mutual agreement of the City and the Contractor.



One hundred and fourteen bid invitations were mailed; sixteen bids were

received on July 16, 2003. This bid has been advertised, opened and reviewed.

The bidders were: Alliance Medical, Inc., American LaFrance MedicMaster, Bound

Tree Medical LLC, Edcor Safety, Emergency Medical Products, Inc., Firstline,

LLC, Matrx Medical, Inc., Medco Supply Company, Medtronic Physio-Control Corp,

Moore Medical Corp, QuadMed, Inc., Safety Max, Southeastern Emergency

Equipment, Suncoast Surgical Supply, Inc., S&W Healthcare Corp, and Tri-Anim

Health Services, Inc.



The vendors listed below were the low, responsive bidders for line items in

various categories. The dollar amounts shown represent the estimated contract

value for the following successful bidders:



Estimated Annual

Successful Bidders Contract Value

Emergency Medical Products, Inc. (Waukesha, WI) 36,600.10

Bound Tree Medical LLC (Salt Lake City, UT) 22,609.69

American LaFrance Medicmaster (Ladson, SC) 9,111.16

Tri-Anim Healthcare Services, Inc. (Sylmar, CA) 7,938.40

QuadMed Inc. (Jacksonville, FL) 5,930.00

Suncoast Surgical Supply (Tampa, FL) 5,830.00

Matrx Medical, Inc. (Ballentine, SC) 5,312.50

Moore Medical Corporation (New Britain, CT) 4,292.95

S&W Healthcare Corporation (Floral City, FL) 3,060.00

Alliance Medical, Inc. (Lohman, MO) 1,704.64

Southeastern Emergency Equip. (Wade Forest, NC) 738.65

Edcor Safety (Kansas City, MO) 281.66

Total Estimated Contract Value $103,409.75



Funds are budgeted each fiscal year for this on going expense; Fire &

EMS-Fire/EMS Operations-Medical Supplies, 0101-410-2000-FOPR-6795; and Public

Services- Fleet Management-Operating Materials, 0101-260-2300-VCHL-6728.



* * * * * *



(B) POLICE MOTORCYCLE



It is requested that Council authorize the purchase of one (1) police

motorcycle from Chattahoochee Harley Davidson, Inc., (Columbus, GA) in the

amount of $17,800.00. The motorcycle is a replacement and will be used by the

Motor Transport Division of the Columbus Police Department for traffic control

and motor vehicle accident response and investigation throughout the City.



Per Resolution No. 247-03 (Bid No. 03-0080), one motorcycle was purchased from

Chattahoochee Harley Davidson, Inc., in June 2003. The bid required vendors to

provide pricing for additional purchases to be made in FY04. Chattahoochee

Harley Davidson, Inc., provided extended pricing through March 31, 2004.



Funds are budgeted in FY04 Budget, 1999 SPLOST Police/Fire Vehicles/Equipment ?

Rolling Stock ? Police Vehicles; 0540-695-2123-TXPO-7726 ? 5011004V.





?ITEM A?





A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING THE PURCHASE OF REPLENISHABLE EMERGENCY MEDICAL

SUPPLIES FOR THE ESTIMATED ANNUAL CONTRACT AMOUNT OF $103,409.75 FROM EMERGENCY

MEDICAL PRODUCTS, INC., BOUND TREE MEDICAL LLC, AMERICAN LAFRANCE MEDICMASTER,

TRI-ANIM HEALTHCARE SERVICES, INC., QUADMED INC., SUNCOAST SURGICAL SUPPLY,

MATRX MEDICAL, INC., MOORE MEDICAL CORPORATION, S&W HEALTHCARE CORPORATION,

ALLIANCE MEDICAL, INC., SOUTHEASTERN EMERGENCY EQUIPMENT, EDCOR SAFETY.



WHEREAS, The various supplies include airway supplies, I. V. supplies, oxygen

supplies, general bandages, exposure control supplies and miscellaneous

items that will be purchased on an "as needed basis;? and;



WHEREAS, the initial contract period is for one year, with options to renew for

two additional twelve-month periods.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase replenishable

emergency medical supplies on an ?as needed basis? for the estimated annual

contract amount of $103,409.75 from Emergency Medical Products, Inc., Bound

Tree Medical LLC, American LaFrance Medicmaster, Tri-Anim Healthcare Services,

Inc., QuadMed Inc., Suncoast Surgical Supply, Matrx Medical, Inc., Moore

Medical Corporation, S&W Healthcare Corporation, Alliance Medical, Inc.,

Southeastern Emergency Equipment, Edcor Safety. Funds are budgeted each fiscal

year for this on going expense; Fire & EMS-Fire/EMS Operations-Medical

Supplies, 0101-410-2000-FOPR-6795; and Public Services-Fleet

Management-Operating Materials, 0101-260-2300-VCHL-6728.

______________________________



Introduced at a regular meeting of the Council of Columbus, Georgia, held the

___________ day of ____________, 2003 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 ONE (1) POLICE MOTORCYCLE FROM

CHATTAHOOCHEE HARLEY DAVIDSON, INC., (COLUMBUS, GA) OF IN THE AMOUNT OF

$17,800.00.



WHEREAS, The motorcycle is a replacement and will be used by the Motor

Transport Division of the Columbus Police Department for traffic control and

motor vehicle accident response and investigation throughout the City; and,



WHEREAS, per Resolution No. 247-03 (Bid No. 03-0080), one motorcycle

was purchased from Chattahoochee Harley Davidson, Inc., in June 2003. The bid

required vendors to provide pricing for additional purchases to be made in

FY04. Chattahoochee Harley Davidson, Inc., provided extended pricing through

March 31, 2004.



NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:



That the City Manager is hereby authorized to purchase one (1) police

motorcycle from Chattahoochee Harley Davidson, Inc., (Columbus, GA) in the

amount of $17,800.00. Funds are budgeted in FY04 Budget, 1999 SPLOST

Police/Fire Vehicles/Equipment ? Rolling Stock ? Police Vehicles;

0540-695-2123-TXPO-7726 ? 5011004V.

_________________________________________



Introduced at a regular meeting of the Council of Columbus, Georgia,

held the _________ day of _________________, 2003 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: August 12, 2003



TO: Mayor and Councilors



FROM: Kay Love, Director of Finance



SUBJECT: Advertised Bids





August 13, 2003

1. Heating & Refrigeration Supplies (Re-Bid) ? (Annual Contract)

Scope of Bid

Provide heating and refrigeration supplies on an ?as needed basis? to Columbus

Consolidated Government. The term of the contract shall be for one (1) year

period, with the option to renew for two (2) additional twelve-month periods,

if agreeable to both parties.



August 20, 2003

1. Repairs to Steam Room ? Bid No. 04-0006

Scope of Bid

The successful vendor shall repair the steam room located in the basement of

the Public Safety Building. The work area consists of approximately 101 sq.

ft. 8 ft. high and the area consists of 12 feet 8 inches by 8 feet 8 inches

with one (1) 36? glass door opening.



2. Cab and Chassis with Combination Sewer Cleaning Machine ?

Bid No. 04-0005

Scope of Bid

Provide one (1) cab and chassis with a combination sewer-cleaning machine to be

used by the Sewer Maintenance Division of the Public Services Department to

clean and maintain the City?s storm sewer system for flood control.



August 21, 2003

1. Pine Grove Municipal Solid Waste Landfill ? Phase II, Cells 2A, 2B, 2C ? Bid

No. 04-0001

Scope of Bid

The project consists of the following major elements: approximately 185,000

cubic yards of cut material and 1,700 cubic yards of structural fill; placement

of 24-inch thick liner base with a 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

approximately 370,000 square feet; the construction of 1,300 feet of 24-foot

wide gravel access road; construction of a sediment basin; construction and

maintenance of erosion and sedimentation control devices; installation of

underdrain and leachate collection piping; construction of and improvements to

existing perimeter ditches. Bids will be accepted only from Pre-Qualified

Bidders.
Back to List