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



January 20, 2004



Agenda Report #___________



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) MASONRY PRODUCTS (ANNUAL CONTRACT) - BID NO. 04-0033



It is requested that Council approve the purchase of masonry products from

Jenkins Brick Company, The Concrete Company, Cemex, Inc., Raiford Coal &

Building Supplies, Inc., and R & R Enterprises for the estimated annual

contract value of $103,575.50. Public Services and Park Services will use the

masonry products on an "as needed" basis. The contract period is for one (1)

year with the option to renew for two (2) additional twelve-month periods.

Contract renewal is contingent upon mutual agreement of the City and

Contractor.



Thirty-six bid invitations were mailed. Bids were received October 27, 2003

from the vendors below listed below. This bid has been advertised, opened and

reviewed. The low, responsive bidders, per specified line item, were:





VENDOR/DESCRIPTION ESTIMATED

QUANTITY UNIT PRICE TOTAL COST

Jenkins Brick Company (Columbus, GA)

Brick, 3 Hole Common, Grade SW conform w/ASTM C-216-75A

Brick, 8? Smooth Select Red Grade SW conform w/ASTM C-216-75A

Brick, 8? Fire Brick

Concrete Building Brick, Grade ?A?, SW conform w/ASTM C-55 Federal SS-663B

Concrete Blocks, Type 1, Grade ?N? conform w/ASTM Spec. C-90

20,000 Each

20,000 Each

10,000 Each

20,000 Each

20,000 Each

$0.215

$0.235

$0.70

$0.65

$1.05

$4,300.00

$4,700.00

$7,000.00

$13,000.00

$21,000.00

$50,000.00

The Concrete Company (Columbus, GA)

Brick Sand

Concrete Sand

Sand (Medium Grade Washed River Sand)

30 Tons

50 Tons

500 Tons

$11.75

$7.00

$6.50

$352.50

$350.00

$3,250.00

$3,952.50

Cemex, Inc. (Clinchfield, GA)

Portland Cement ? Type I (94 lb)

7,200 Bags

$5.35

$38,948.00

Raiford Coal & Building Supplies, Inc. (Phenix City, AL)

Concrete Ready Mix w/Gravel (40 lb)

Concrete Ready Mix w/Gravel (80 lb)

3,000 Bags

1,500 Bags

$2.02

$2.61

$6,060.00

$3,915.00

$9,975.00

R & R Enterprises (Piedmont, AL)

Mound Mix (Top Dressing ? pre-mixed compound of sand and clay water absorbent)

25 Ton

$28.00

$700.00

TOTAL ESTIMATED CONTRACT VALUE $103,575.50



Funds are budgeted in FY04 Budget, Public Services ? Street Repairs &

Maintenance - Road Maintenance Materials; Sewer Maintenance - Operating

Materials; and Park & Recreation - Park Services - Grounds Maintenance;

0203-260-3110-REPR-6726; 0202-260-3210-SWRM-6728; 0101-270-2100-PSRV-6576.



(B) AMBULANCE COTS ? BID NO. 04-0031



It is requested that Council authorize the purchase of fifteen (15) Ferno 93-P

ambulance cots from Southeastern Emergency Equipment in the amount of

$41,299.50. Ferno is the standardized cot for Columbus Fire and Emergency

Medical Services. Southeastern Emergency Equipment will accept the trade-in of

fifteen (15) Ferno 29M cots for the purchase of fifteen (15) Ferno P93-P

ProFlexx cots.



Fourteen bid invitations were mailed; five bids were received on November 19,

2003. This bid has been advertised, opened and reviewed. The bidders were:



Vendors Ferno 93-P ProFlexx Cots Training Less Trade-In of Ferno 29M Cots Total Bid Amount

Southeastern Emergency Equipment

(Wake Forest, NC) 42,799.50 Free 1,500.00 41,299.50

*American LaFrance MedicMaster

(Ladson, SC) 42,255.00 *No Bid 1,500.00 40,755.00

Alliance Medical, Inc.

(Lohman, MO) 42,675.00 Free No Bid 42,675.60

Matrx Medical, Inc.

(Ballentine, SC) 58,725.00 Free 15,375.00 43,350.00

Bound Tree Medical

(Galloway, OH) 51,349.80 No Bid 780.00 50,569.80



*On-Site, In-Service Training is a requirement for this Bid. American LaFrance

MedicMaster failed to provide pricing for the training. In response to the

Purchasing Division?s written request for clarification, the vendor confirmed

their total bid price does not include the required training. Therefore the

vendor is deemed non-responsive.



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

Capital Expenditures Over $5,000 ? EMS Equipment;

0540-695-2123-TXES-7761-5012004E.



* * * * * *



(C) CISCO SMARTNET ONSITE MAINTENANCE CONTRACT



It is requested that Council authorize payment to CDW-Government (Vernon Hills,

IL) in the amount of $11,564.00 for the CON-OSP-PKG17 Cisco SmartNet Onsite

Maintenance Contract. CDW-Government is the awarded vendor for the Georgia

State Contract S000546043 for the Cisco SmartNet Onsite Maintenance Contract.



This maintenance provides onsite hardware/software support, within 4 hours of

the request for services, for the Cisco 6509 Network Switch. The Cisco 6509

Network Switch manages data and voice traffic for the phone system in the

Government Center, Annex and Public Safety buildings, and data network

throughout the Columbus Consolidated Government.



Funds are budgeted in the FY04 Budget, Information Technology ? Computer

Equipment Maintenance; 0101-210-1000-ISS-6511.





?ITEM A?



A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF MASONRY PRODUCTS CONSISTING OF

PORTLAND CEMENT, CONCRETE READY MIX W/GRAVEL, BRICK SAND, CONCRETE SAND, BRICK

3 HOLE, BRICK 8", BRICK 8" FIRE BRICK, CONCRETE BUILDING BRICK, CONCRETE BLOCKS

AND MOUND MIX FROM JENKINS BRICK COMPANY, THE CONCRETE COMPANY, CEMEX, INC.,

RAIFORD COAL & BUILDING SUPPLIES AND R & R ENTERPRISES FOR THE ESTIMATED ANNUAL

CONTRACT VALUE OF $103,575.50.



WHEREAS, the masonry products will be used by Public Services Department and

Park Services on an "as needed" basis; and,



WHEREAS, the contract period is for one (1) year with 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 purchase masonry

products from Jenkins Brick Company, The Concrete Company, Cemex, Inc., Raiford

Coal & Building Supplies, Inc., and R & R Enterprises for the estimated annual

contract value of $103,575.50. Funds are budgeted in FY04 Budget, Public

Services ? Street Repairs & Maintenance - Road Maintenance Materials; Sewer

Maintenance - Operating Materials; and Park & Recreation - Park Services -

Grounds Maintenance; 0203-260-3110-REPR-6726; 0202-260-3210-SWRM-6728;

0101-270-2100-PSRV-6576.



__________________________________



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

the _________ day of ____________, 2004 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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh 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 FIFTEEN (15) FERNO 93-P PROFLEXX

AMBULANCE COTS FROM SOUTHEASTERN EMERGENCY EQUIPMENT IN THE AMOUNT OF

$41,299.50.



WHEREAS, Ferno is the standardized cot for Columbus Fire and Emergency

Medical Services. Southeastern Emergency Equipment will accept the trade-in of

fifteen (15) Ferno 29M cots for the purchase of fifteen (15) Ferno 93-P

ProFlexx cots.



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



That the City Manager is hereby authorized to purchase fifteen (15)

ambulance cots from Southeastern Emergency Equipment in the amount of

$41,299.50. Funds are budgeted in FY04 Budget, 1999 SPLOST, Police/Fire

Vehicles/Equipment, Capital Expenditures Over $5,000 ? EMS Equipment;

0540-695-2123-TXES-7761-5012004E.



_________________________________________





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

the _________ day of _________________, 2004 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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM C?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING PAYMENT TO CDW-GOVERNMENT (VERNON HILLS, IL)

IN THE AMOUNT OF $11,564.00 FOR THE CON-OSP-PKG 17 CISCO SMARTNET ONSITE

MAINTENANCE CONTRACT.



WHEREAS, CDW-Government is the awarded vendor for the Georgia State

Contract S000546043 for the Cisco SmartNet Onsite Maintenance Contract; and,



WHEREAS, This maintenance provides onsite hardware/software support,

within 4 hours of the request for services, for the Cisco 6509 Network Switch.

The Cisco 6509 Network Switch manages data and voice traffic for the phone

system in the Government Center, Annex and Public Safety buildings, and data

network throughout the Columbus Consolidated Government.



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



That the City Manager is hereby authorized to make payment to

CDW-Government (Vernon Hills, IL) in the amount of $11,564.00 for the

CON-OSP-PKG 17 Cisco SmartNet Onsite Maintenance Contract. Funds are budgeted

in the FY04 Budget, Information Technology ? Computer Equipment Maintenance;

0101-210-1000-ISS-6511.

_________________________________________



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

the _________ day of _________________, 2004 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 Rodgers voting __________.

Councilor Suber voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



DATE: January 20, 2004



TO: Mayor and Councilors



FROM: Angela Cole, Interim Director of Finance



SUBJECT: Advertised Bids





January 21, 2004

1. Industrial/Commercial Mulching Mower & Repair Parts (Annual Contract) ? Bid

No. 04-0048

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) to

be utilized by various departments. The contract term will be for one (1)

year, with the option to renew for two (2) additional (12) twelve-month periods.

2. Sedan, Police Pursuit, Four Door ? Bid No. 04-0040

Scope of Bid

Provide fifty-two (52) Sedans, Police Pursuit, Four Door vehicles to be used by

the Police Department, Sheriff Department and Marshal Department.



3. Collator and Booklet Maker ? Bid No. 04-0049

Scope of Bid

Provide one (1) collator and booklet maker to Columbus Consolidated

Government. The equipment will be used in the Print Shop Division.





February 4, 2004

1. Pool Deck Equipment ? Bid No. 04-0050

Scope of Bid

Provide various pool deck equipment to Columbus Consolidated Government. The

equipment shall be installed at Double Churches Pool, and consists of

Competitor Swim Products, Wave Eater II, Keifer Advantage II (or approved

equivalent) racing lane lines (9), lane line storage reels (2), lane line and

storage reel covers (2) and Keifer Intrepid XL starting platforms (8). The

successful bidder must completely deliver and install the equipment no later

than May 1, 2004.
Back to List