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 # 7



Columbus Consolidated Government

Council Meeting



January 24, 2017



Agenda Report # 85



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) TIRE LEASING SERVICES (ANNUAL CONTRACT) ? RFB NO. 17-0027



It is requested that Council approve the contract for tire leasing services

from Bridgestone Americas Tire Operations, LLC (Nashville, TN). METRA budgets

approximately $50,000.00 annually for this on-going expense. METRA Transit

System currently has thirty-two (32) fixed route buses, and eleven (11)

Dial-A-Ride buses in service. The estimated contact value is based on past

usage of the current contract for tire leasing services. METRA Transit System

will utilize the tire leasing services for the provision and maintenance of

tires for the bus fleet.



The term of the contract is for a period of two years, with the option to renew

for three (3) additional twelve-month periods. Per FTA regulations, the

awarded vendor?s option year prices must remain as originally bid, unless there

are EPA, FTA or regulatory legislative guideline changes, requiring bus

manufacturers to adhere to the new regulations. The City reserves the right

to re-bid the contract, if the vendor does not agree to retain the option year

prices submitted in the original bid. The renewal will be based solely upon

the mutual agreement of both parties, the Columbus Consolidated Government and

the Contractor.



Bid specifications were posted on the web page of the Purchasing Division, and

the Georgia Procurement Registry. Two bids were received on January 4, 2017.

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







Funds are budgeted each fiscal year for this ongoing expense: Transportation

Fund - Transportation- FTA ? METRA FTA - Tire Leasing; 0751-610-2400-MFTA-6545.



* * * * * * * * * *



(B) RETAIL SPACE FOR PARK & RIDE AT THE TALBOTTON ROAD/MANCHESTER

EXPRESSWAY LOCATIONS (ANNUAL CONTRACT) - RFP NO. 17-0009



It is requested that Council approve the contract with Casey?s Enterprises,

Inc. D/B/A Bikes & Beyond (Fort Benning, GA) to occupy the retail space within

the (Rails-to-Trails) Fall Line Trace Park and Ride location at 3690 Manchester

Expressway.



The vendor will provide the following services:



? Minor bicycle repairs and rental of bicycles, bicycle trailers, bicycle pull

a-longs and helmets for Rails-to-Trails at the Manchester Expressway location.

? Two (2) bicycle rentals daily to Public Safety Departments for

Rails-to-Trails at no cost to the City of Columbus.

? Bikes & Beyond will also sell bicycles, bicycle parts and accessories,

bicycle clothing and supplements.

? The vendor will pay a monthly lease/rental fee to occupy the building.



The initial term of the contract shall be for one (1) year, with the option to

renew for four (4) additional twelve-month period. Contract renewal is

contingent upon the mutual agreement of the contractor and the City.



Annual Contract History:



The previous five-year contract was awarded on December 13, 2011 (Resolution

408-11) to Casey?s Enterprises, Inc., d/b/a Bikes & Beyond (Fort Benning, GA).



RFP Advertisement and Receipt of Proposals:



RFP specifications were posted on the web pages of the Purchasing Division and

the Georgia Procurement Registry on September 14, 2016. This RFP has been

advertised, opened and evaluated. One proposal was received on October 26,

2016.



In accordance with Section 3-108, Item H of the Procurement Ordinance, the

Purchasing Division performed due diligence by conducting a survey of

non-responsive firms to determine if it was necessary to revise the

specifications to encourage more competition. The followings firms were

surveyed:



1. Ride on Bikes: No response

2. The Bike Pedaler of Columbus: No response

3. Jordan Bicycle and Lawnmower Shop: No response

4. Arnolds Bike Shop: No response

5. The Bike Shop of Columbus: This vendor had submitted a proposal for the last

contract. Purchasing Division placed a phone call to this vendor and the

vendor responded stating they were not interested at this time.

6. Mikes Bikes of Columbus: Phone was out of service.



No proposals were received for the Talbotton Road location.



Based on the responses to the survey and ?no responses?, the Purchasing

Division determined that revisions were not required to the specifications.

The Purchasing Division opened the one (1) proposal received from the following

firm:



Casey?s Enterprises, Inc. d/b/a Bikes & Beyond (Fort Benning, GA)



The following events took place after receipt of the proposal:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation/1st Evaluation Meeting 11/21/16 Due to only receiving one proposal, the

Pre-Evaluation and First Evaluation committee meetings were combined. The

Purchasing Manager advised evaluation committee members of the RFP rules and

process. The proposal, which had been previously disbursed to each committee

member to review, was discussed.



Committee members requested clarification of the proposal.

Clarification Request 11/29/16 Request for clarification was forwarded to the vendor.

Clarification Received 11/30/16 The vendor submitted the requested clarification

information, which was forwarded to the Committee.

Evaluation Ballots Sent to Committee 12/27/16 Evaluation ballots forwarded to voting

committee members.

Recommendation Received 12/29/16 Via email, the committee members unanimously voted to

award to the sole responsive firm.



Evaluation Committee:



The proposal was reviewed by the Evaluation Committee, which consisted of one

(1) voting member from the City Manager?s Office and two (2) voting members

from the Department of Parks and Recreation.



Award Recommendation:



The evaluation committee unanimously recommends award of the contract to

Casey?s Enterprises, Inc. d/b/a Bikes & beyond (Fort Benning, GA), the sole

responding firm, as reflected by their comments provided below:



? Bikes & Beyond provides great service.

? Bikes & Beyond provided an adequate business plan.

? Bikes & Beyond goes above and beyond for the Department of Parks and

Recreation.

? Bikes & Beyond is reliable.



Vendor Experience/Qualifications:



? Bikes & Beyond has been repairing and building bicycles since 1996.

? Bikes & Beyond also provides a retail store that includes: Bicycles (Adult &

Child), Bicycle Accessories, Bicycle Safety Gear, Bicycle Clothing/Gear

(Shirts, Shorts, Shoes and Gloves), Water Bottle, Supplements and Drinks.

? Raymond Casey has owned Bikes & Beyond, located inside the Fort Benning

Commissary, since 206 at 9230 Marne Road, Fort Benning, GA.

? Mr. Casey is certified through the following Bicycle Manufactures:

Cannondale, Diamondback, K-2, KHS, Look, TerraTrike and Wally.





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 and

no proposal responses are made public, due to the possibility of negotiated

components of the proposals. If Council does not approve the recommended

offeror, the RFP specifications will be re-advertised. The evaluation results

and cost information has been submitted to the City Manager in a separate memo

for informational purposes.



Revenue from the lease payments will be deposited: General Fund ? Government

Wide Revenue ? Rental Lease/Income; 0101-099-1999-REVN-4878.



* * * * * * * * * *



(C) ANNUAL SUPPORT FOR PARATRANSIT SCHEDULING AND ROUTING SYSTEM



It is requested that Council approve annual payments to Route Match Software

(Atlanta, GA) for the basic technical and notification software support in the

approximate amount of $21,500, for the paratransit scheduling and routing

system utilized by METRA.



As a result of RFP No. 04-0023, per RFP Resolution #366-04, Council approved

the contract with RouteMatch Software to provide a paratransit scheduling and

routing system. The contract included the provision of a turnkey paratransit

scheduling system, which included all software, computers, printers and

required services for a fully operational system.



Since the original purchase, annual payments have been made for the

maintenance/support of the system. In the past, these payments did not require

Council approval. However, on November 15, 2016, Council reduced the approval

threshold from $25,000 to $10,000. Therefore, Council approval is now

required. This agenda item and attached resolution is needed to cover future

payments. If payments are not rendered in a timely manner, the

maintenance/support services will be discontinued.



Funds are budgeted for this annual expense as follows: Transportation Fund ?

Transportation ? FTA - Software Lease; 0751 ? 610 ? 2400 ? MFTA ? 6541.



* * * * * * * * * *



(D) DECLARATION OF SURPLUS AND DONATION OF RADIOS



It is requested that Council declare eight (8) MaxTrac 300 radios, Model #

D33MJA7DA5CK, and five (5) Motorola radios, Model # D33LRA7PA5BK as surplus, in

accordance with section 7-501 of the Charter of Columbus Consolidated

Government; and authorize the donation of the surplus equipment to the Fort

Perry Volunteer Fire Department.



The Engineering Department wishes to declare the radios as surplus because the

units are over 25 years old and no longer serviceable for use by the City. The

serial numbers for the units are as follows:



MaxTrac 300 Radios

Model #D33MJA7DA5CK Motorola Radios

Model #D33LRA7PA5BK

428AQW3402

428AQW3403

428AQW3404

428AQW3406

428AQW3408

428AQW3410

428AQW3411

428AQU4968 778FQGB211

778FQGB213

778FQGB216

778FQGB218

778FQGB225



Due to limited funding resources, the Fort Perry Volunteer Fire Department has

requested the old equipment for use on their trucks.



* * * * * * * * * *



(E) COLLECTION SERVICES FOR RETURNED CHECKS (ANNUAL CONTRACT)

It is requested that Council approve the agreement from Envision Payment

Solutions (Duluth, GA) to provide collection services for returned checks for

the Finance Department/Revenue Division.

The agreement will be accomplished via Cooperative Purchase utilizing RFP No.

24-12, issued and awarded by Gwinnett County. Article 9-101, of the City?s

Procurement Ordinance, allows for participation in cooperative purchasing with

other public procurement units.

The contract term will begin on the date of contract execution for one year,

with four optional one year extensions. The contract extension will be

contingent upon the mutual agreement of the vendor and the City.

The Finance Department-Revenue Division handles all returned checks for the

Columbus Consolidated Government, with the exception of the Muscogee County Tax

Commissioner. It is the desire of the Finance Department to contract with a

collection service to aide in the collection of unpaid checks, which can offer

additional resources that are currently not available internally. Staff

expends valuable time and effort handling returned checks. Outsourcing, will

help alleviate the expense and work associated with the collections of unpaid

checks.



Envision Payment Solutions will provide collection services for checks returned

to the Finance Department/Revenue Division. The vendor will work in

conjunction with the Revenue Division on an as needed basis in its collection

endeavors. This contract is expected to provide another layer of fiscal

responsibility. The expectation is a collection rate of 87% based on the

collection history of the company.

There is no cost to the City. The City will be paid on all qualified returned

checks, collected or not.



Envision Payment Solutions has been an innovative payment solutions company

since 1988. They specialize in processing payments and collecting returned

items. The vendor offers online payment solutions, ACH processing and

traditional check guarantee and verification programs. Envison is currently

providing services to forty-one (41) cities and counties in Georgia,

including: Gwinnett County, Richmond County, Cobb County, Dekalb County,

Clayton County, Macon/Bibb County, as well as, the Muscogee County Tax

Commissioner.

Revenue from the payments will be deposited: General Fund ? Government Wide

Revenue ? Miscellaneous Revenues; 0101-099-1999-REVN-4349.



* * * * * * * * * *



(F) SKID STEER LOADER ? NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT



It is requested that Council approve the purchase of one (1) skid steer loader

from Flint Equipment Company (Flint Equipment Merger Company) (Columbus, GA) in

the amount of $38,160.44, by cooperative purchase via National Joint Powers

Alliance (NJPA) Contract #032515-JDC.



The Recycle and Sustainability Center was built in 2013. The center?s primary

mission is to prolong the life of the City?s landfill and to promote

environmental stewardship by recycling applicable products. The majority of

the recycling material is handled by two skid steers which pushes and picks up

recyclable material. One skid steer loads the material on to the front of the

recycling line, the other loads the sorted material into a baler at the other

end of the line. One skid steer cannot do both jobs at the same time, and job

cannot be accomplished by hand. There is no back up skid steer when on breaks

down.



As of January 4, 2017, one skid steer (VMO 11173) has reached a point of being

too costly to remain in service. The park brakes are worn, hydrostatic pumps

are leaking, the left hydrostatic motor needs replacement, and control linkages

for the hydrostatic pumps are worn. The cost to repair the equipment to a safe

and functional use would not be cost effective. The machine was purchased June

3, 2009 for $26,202.98. The cost of the needed repairs is approximately

$19,574.00. The estimated value of the machine is $0.00. Therefore, the Fleet

Maintenance Division recommends taking the unit out of service and placing it

in salvage.



The purchase will be accomplished via Request for Proposal (RFP) Contract

#032515-JDC, initiated by the National Joint Powers Alliance (NJPA), whereby

John Deere, Caterpillar, Inc., was one of the successful vendors contracted to

provide Heavy Construction Equipment. Flint Equipment is the licensed dealer

of John Deere products for the City?s Metropolitan Statistical Area. The

contract, which commenced May 19, 2015, is good through May 19, 2019, with an

option to renew for a fifth year at the discretion of NJPA. The National

Joint Powers Alliance is a Service Cooperative created by Minnesota Statute

123A.21. This statute was created in 1978 and revised in 1995 to allow

participating governmental and municipal agencies to reduce the cost of

purchased goods by leveraging their combined purchasing power. The bid process

utilized by National Joint Powers Alliance meets the requirements of the City?s

Procurement Ordinance; additionally, cooperative purchasing is authorized per

Article 9-101 of the Procurement Ordinance.



Funds are available in the FY17 Budget: Integrated Waste Fund ? Public Works ?

Recycling Center ? Capital expenditures over $5,000; 0207-260-3570-RCYL-7761.



* * * * * * * * * *



(G) INTEGRATED SUPPLY AGREEMENT FOR VEHICLE AND EQUIPMENT MAINTENANCE PARTS

AND SUPPLIES SERVICES



It is requested that Council approve the Integrated Business Solutions (IBS) ?

Inventory Parts Management agreement from Genuine Parts Company, Inc., d/b/a

NAPA Auto Parts/Spragues (Atlanta, GA), to provide vehicle and equipment

maintenance parts and supplies services, via Georgia Statewide Contract No. SWC

99999-SPD-G20150610.



This agreement will enable the City to establish a source of supply for certain

auto, truck, small engines, heavy equipment and bus parts, as well as, provide

integrated business solution services. The vendor will establish inventories,

at the City?s Fleet Shop and other locations, as needed, to service the fleet

parts needs, and to serve as the City?s primary supplier of automotive, small

engine and heavy equipment replacement parts and other supplies and/or

equipment.



The vendor will provide personnel, management, parts and supplies and services,

including sublet for repairs. The on-site parts operations will cover all

hours worked by the City facility(ies), including overtime due to peak demand

and emergency operations.



The City will pay discounted prices for parts and supplies profiled for

Columbus Consolidated Government, based on usage history. The vendor?s

operational costs have been factored in the pricing profile for products sold

under this agreement.



NAPA has previously been the City?s on-site supplier of vehicle and equipment

repair parts and supplies, per RFP No. 07-0014; and has continued to supply the

City through the Georgia Statewide Contract SWC 90815. The benefits/savings

are as follows:



1. NAPA?s selection under the Georgia State Contract has eliminated the cost of

administering an RFP process.

2. The net profit is rolled back from 8.5% (under the City?s current contract)

to 7.5% rate of purchase; that is a cost savings of $24,300.00, per year.

3. NAPA will provide a large number of professionally taught training classes

for mechanics and supervisors free of charge to the city.

4. NAPA agreed to increase shop productivity by substantially increasing the

On-Demand rate. Which means mechanics will not have to wait for incoming parts.



The Contract term will align with the State?s contract term, which was

initiated on November 14, 2016, and will remain in effect for four years, and

any additional extensions or renewals. However, in the event the State does

not renew or cancels the contract, the City will need time to put other forces

in place. Therefore, the City will have the option to renew the contract with

NAPA until a new RFP can be issued, or a new cooperative contract is initiated

by the State or other sources. The City also has reserved the right to cancel

the agreement with NAPA by giving a ninety (90) day written notice.



Funds are budgeted each fiscal year for this ongoing expense: Various Accounts

- Auto Parts & Supplies - 6721.







?ITEM A?

A RESOLUTION

NO. ________



A RESOLUTION AUTHORIZING THE ANNUAL CONTRACT FOR TIRE LEASING SERVICES FROM

BRIDGESTONE AMERICAS TIRE OPERATIONS, LLC FOR THE ESTIMATED CONTRACT VALUE OF

$50,000.00 ANNUALLY.



WHEREAS, Metra Transit System currently has thirty-two (32) fixed route buses,

and eleven Dial-A-Ride buses in service. The estimated contact amount is based

on past usage of the current contract for tire leasing services; and,



WHEREAS, the tire leasing services will be utilized by METRA Transit System for

the provision and maintenance of tires for the bus fleet; and,



WHEREAS, the term of the contract is for a period of two years, with the option

to renew for three (3) additional twelve-month periods. Per FTA regulations,

the awarded vendor?s option year prices must remain as originally bid, unless

there are EPA, FTA or regulatory legislative guideline changes, requiring bus

manufacturers to adhere to the new regulations. The City reserves the right to

re-bid the contract, if the vendor does not agree to retain the option year

prices submitted in the original bid. The renewal will be based solely upon

the mutual agreement of both parties, the Columbus Consolidated Government and

the Contractor.



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



That the City Manager is hereby authorized to procure tire leasing services

from Bridgestone Americas Tire Operations, LLC for the estimated contract value

of $50,858. Funds are budgeted each fiscal year for this ongoing expense:

Transportation Fund - Transportation- FTA ? METRA FTA - Tire Leasing;

0751-610-2400-MFTA-6545.



___________________



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

_________ day of _________________, 2017 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM B?

A RESOLUTION

NO. __________



A RESOLUTION AUTHORIZING THE CONTRACT WITH CASEY?S ENTERPRISES, INC. D/B/A

BIKES & BEYOND (FORT BENNING, GA), TO OCCUPY THE RETAIL SPACE WITHIN THE

(RAILS-TO-TRAILS) FALL LINE TRACE PARK AND RIDE LOCATION AT 3690 MANCHESTER

EXPRESSWAY.



WHEREAS, an RFP was administered (RFP No. 17-0009) and one (1) proposal was

received; and,



WHEREAS, in accordance with Section 3-108, Item H of the Procurement Ordinance,

the Purchasing Division performed due diligence by conducting a survey of

non-responsive firms to determine if it was necessary to revise the

specifications to encourage more competition. Based on the responses to the

survey, the Purchasing Division determined that revision was not required; and,



WHEREAS, the proposal submitted by Casey?s Enterprises, Inc. d/b/a Bikes &

Beyond, met all proposal requirements; and,



WHEREAS, the term of the contract shall be for one (1) year, with the option to

renew for four (4) additional twelve-month period. Contract renewal is

contingent upon the mutual agreement of the contractor and the City.



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



That the City Manager is hereby authorized to enter into a contract with

Casey?s Enterprises, Inc. d/b/a Bikes & Beyond to occupy the retail space

within the (Rails-to-Trails) Fall Line Trace Park and Ride location at 3690

Manchester Expressway. Revenue from the lease payments will be deposited:

General Fund ? Government Wide Revenue ? Rental Lease/Income;

0101-099-1999-REVN-4878.

___________________



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

_____ day of____________, 2017 and adopted at said meeting by the affirmative

vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.









_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM C?

A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING ANNUAL PAYMENTS TO ROUTE MATCH SOFTWARE

(ATLANTA, GA) FOR THE BASIC TECHNICAL AND NOTIFICATION SOFTWARE SUPPORT IN THE

APPROXIMATE AMOUNT OF $21,500, FOR THE PARATRANSIT SCHEDULING AND ROUTING

SYSTEM UTILIZED BY METRA.



WHEREAS, as a result of RFP No. 04-0023, per RFP Resolution #366-04, Council

approved the contract with RouteMatch Software to provide a paratransit

scheduling and routing system. The contract included the provision of a

turnkey paratransit scheduling system, which included all software, computers,

printers and required services for a fully operational system; and,



WHEREAS, since the original purchase, annual payments have been made for the

maintenance/support of the system. In the past, these payments did not require

Council approval. However, on November 15, 2016, Council reduced the approval

threshold from $25,000 to $10,000. Therefore, Council approval is now

required. This agenda item and attached resolution is needed to cover future

payments. If payments are not rendered in a timely manner, the

maintenance/support services will be discontinued.



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

FOLLOWS:



That the City Manager is hereby authorized to make annual payments to Route

Match Software (Atlanta, GA) for the basic technical and notification software

support in the approximate amount of $21,500, for the paratransit scheduling

and routing system utilized by METRA. Funds are budgeted each fiscal year for

this annual expense as follows: Transportation Fund ? Transportation ? FTA -

Software Lease; 0751 ? 610 ? 2400 ? MFTA ? 6541.



______________



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

_____ day of___________, 2017 and adopted at said meeting by the affirmative

vote of ______ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.









_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM D?

A RESOLUTION

NO._________



A RESOLUTION AUTHORIZING THE DECLARATION OF EIGHT (8) MAXTRAC 300 RADIOS, MODEL

# D33MJA7DA5CK, AND FIVE (5) MOTOROLA RADIOS, MODEL # D33LRA7PA5BK, AS SURPLUS,

IN ACCORDANCE WITH SECTION 7-501 OF THE CHARTER OF COLUMBUS CONSOLIDATED

GOVERNMENT; AND AUTHORIZE THE DONATION OF THE SURPLUS EQUIPMENT TO THE FORT

PERRY VOLUNTEER FIRE DEPARTMENT.



WHEREAS, The Engineering Department wishes to declare the radios as surplus

because the units are over 25 years old and no longer serviceable for use by

the City. The serial numbers for the units are as follows:



MaxTrac 300 Radios

Model #D33MJA7DA5CK Motorola Radios

Model #D33LRA7PA5BK

428AQW3402

428AQW3403

428AQW3404

428AQW3406

428AQW3408 428AQW3410

428AQW3411

428AQU4968 778FQGB211

778FQGB213

778FQGB216

778FQGB218

778FQGB225

and,



WHEREAS, due to limited funding resources, the Fort Perry Volunteer Fire

Department has requested the old equipment for use on their trucks.



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



That the City Manager is hereby authorized to declare eight (8) MaxTrac 300

radios, Model # D33MJA7DA5CK, and five (5) Motorola radios, Model #

D33LRA7PA5BK, as surplus, in accordance with section 7-501 of the Charter of

Columbus Consolidated Government; and authorized to donate the surplus

equipment to the Fort Perry Volunteer Fire Department.



_______________



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

_________ day of _________________, 2017 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM E?

A RESOLUTION

NO._______



A RESOLUTION AUTHORIZING THE AGREEMENT FROM ENVISION PAYMENT SOLUTIONS (DULUTH,

GA) TO PROVIDE COLLECTION SERVICES FOR RETURNED CHECKS FOR THE FINANCE

DEPARTMENT/REVENUE DIVISION.

WHEREAS, the agreement will be accomplished via Cooperative Purchase utilizing

RFP No. 24-12, issued and awarded by Gwinnett County. Article 9-101, of the

City?s Procurement Ordinance, allows for participation in cooperative

purchasing with other public procurement units; and;

WHEREAS, the contract term will begin on the date of contract execution for one

year, with four optional one year extensions. The contract extension will be

contingent upon the mutual agreement of the vendor and the City; and,

WHEREAS, Envision Payment Solutions will provide collection services for checks

returned to the Finance Department/Revenue Division. The vendor will work in

conjunction with the Revenue Division on an as needed basis in its collection

endeavors. This contract is expected to provide another layer of fiscal

responsibility. The expectation is a collection rate of 87% based on the

collection history of the company. There is no cost to the City. The City

will be paid on all qualified returned checks, collected or not.



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



That the City Manager is hereby authorized to enter into an agreement with

Envision Payment Solutions (Duluth, GA) to provide collection services for

returned checks for the Finance Department/Revenue Division. Revenue from the

payments will be deposited: General Fund ? Government Wide Revenue ?

Miscellaneous Revenues; 0101-099-1999-REVN-4349.

__________________



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

_________ day of _________________, 2017 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM E?

A RESOLUTION

NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) SKID STEER LOADER FROM FLINT

EQUIPMENT COMPANY (FLINT EQUIPMENT MERGER COMPANY) (COLUMBUS, GA) IN THE AMOUNT

OF $38,160.44, BY COOPERATIVE PURCHASE VIA NATIONAL JOINT POWERS ALLIANCE

(NJPA) CONTRACT #032515-JDC.



WHEREAS, the Recycle and Sustainability Center?s primary mission is to prolong

the life of the City?s landfill and to promote environmental stewardship by

recycling applicable products. The majority of the recycling material is

handled by two skid steers which pushes and picks up recyclable material. One

skid steer loads the material on to the front of the recycling line, the other

loads the sorted material into a baler at the other end of the line. One skid

steer cannot do both jobs at the same time, and job cannot be accomplished by

hand. There is no back up skid steer when on breaks down; and,



WHEREAS, as of January 4, 2017, one skid steer (VMO 11173) has reached a point

of being too costly to remain in service. The cost to repair the equipment to

a safe and functional use would not be cost effective. The machine was

purchased June 3, 2009 for $26,202.98. The cost of the needed repairs is

approximately $19,574.00. The estimated value of the machine is $0.00.

Therefore, the Fleet Maintenance Division recommends taking the unit out of

service and placing it in salvage; and,



WHEREAS, the purchase will be accomplished via Request for Proposal (RFP)

Contract #032515-JDC, initiated by the National Joint Powers Alliance (NJPA),

whereby John Deere, Caterpillar, Inc., was one of the successful vendors

contracted to provide Heavy Construction Equipment. Flint Equipment is the

licensed dealer of John Deere products for the City?s Metropolitan Statistical

Area. The contract, which commenced May 19, 2015, is good through May 19,

2019, with an option to renew for a fifth year at the discretion of NJPA. The

National Joint Powers Alliance is a Service Cooperative created by Minnesota

Statute 123A.21. This statute was created in 1978 and revised in 1995 to allow

participating governmental and municipal agencies to reduce the cost of

purchased goods by leveraging their combined purchasing power. The bid process

utilized by National Joint Powers Alliance meets the requirements of the City?s

Procurement Ordinance; additionally, cooperative purchasing is authorized per

Article 9-101 of the Procurement Ordinance.



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



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

loader from Flint Equipment Merger Company (Columbus, GA) in the amount of

$38,160.44, by cooperative purchase via National Joint Powers Alliance (NJPA)

Contract #032515-JDC. Funds are available in the FY17 Budget: Integrated

Waste Fund ? Public Works ? Recycling Center ? Capital expenditures over

$5,000; 0207-260-3570-RCYL-7761.

_________________



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

held the _________ day of _________________, 2017 and adopted at said meeting

by the affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.





_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM G ?





A RESOLUTION

NO.______



A RESOLUTION AUTHORIZING THE INTEGRATED BUSINESS SOLUTIONS (IBS) ? INVENTORY

PARTS MANAGEMENT AGREEMENT FROM GENUINE PARTS COMPANY, INC. D/B/A NAPA AUTO

PARTS/SPRAGUES (ATLANTA, GA), TO PROVIDE VEHICLE AND EQUIPMENT MAINTENANCE

PARTS AND SUPPLIES SERVICES, VIA THE GEORGIA STATEWIDE CONTRACT NO. SWC

99999-SPD-G20150610.



WHEREAS, this agreement will enable the City to establish a source of supply

for certain auto, truck, small engines, heavy equipment and bus parts, as well

as provide integrated business solution services. The vendors will establish

inventories, at the City?s Fleet Shop and other locations, as needed, to

service the fleet parts? needs, and to serve as the City?s primary suppliers of

automotive, small engine and heavy equipment replacement parts and other

supplies and/or equipment; and,



WHEREAS, the vendor will provide personnel, management, parts and supplies and

services, including sublet for repairs. The on-site parts operations will

cover all hours worked by the City facility(ies), including overtime due to

peak demand and emergency operations; and,



WHEREAS, the Contract term will align with the State?s contract term, which

began November 14, 2016 and will remain in effect for four years, and any

additional extensions or renewals. However, in the event the State does not

renew or cancels the contract, the City will need time to put other forces in

place. Therefore, the City will have the option to renew the contract with

NAPA until a new RFP can be issued, or a new cooperative contract is initiated

by the State or other sources. The City also has reserved the right to cancel

the agreement with NAPA by giving a ninety (90) day written notice.



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



That the City Manager is hereby authorized to enter into an integrated supply

agreement from Genuine Parts Company, Inc., d/b/a NAPA Auto Parts/Spragues

(Atlanta, GA), to provide vehicle and equipment maintenance parts and supplies

services, via Georgia Statewide Contract No. SWC 99999-SPD-G20150610. Funds

are budgeted each fiscal year for this ongoing expense: Various Accounts ?

Auto Parts & Supplies ? 6721.



___________________





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

_________ day of ____________, 2017 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor Henderson voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.









_______________________________ _________________________

Tiny B. Washington, Clerk of Council Teresa Pike Tomlinson, Mayor

Attachments


Back to List