Agenda Item # 6

Columbus Consolidated Government
Council Meeting

November 14, 2017

Agenda Report #48

TO: Mayor and Councilors

SUBJECT: Purchase Authorizations

INITIATED BY: Finance Department


(A) OFFICE SUPPLIES (ANNUAL CONTRACT) – RFB NO. 18-0009

It is requested that Council approve the purchase of high-usage office supplies, as well as non-excluded catalog items, from Malone Office Environments (Columbus, GA) for the estimated annual contract value of $78,885.47, to be purchased on an “as needed basis”. The high-usage office supplies include: General Office Supplies, Paper and Pads, Filing Supplies, Pens and Desk Supplies, etc. Malone Office Environments will provide a 5% - 20% discount for catalog items not excluded from the contract. The contract excludes the following: All Furniture (desks, chairs, bookcases, credenzas, workstations, etc.); All Copiers/Printers, and Computer Equipment (hardware and software).

The initial term of the contract shall be for two years, with the option to renew for three (3) additional twelve-month periods. Contract renewal will be contingent upon the mutual agreement of the City and the Contractor.

Bid specifications were posted on the web page of the Purchasing Division, and the Georgia Procurement Registry. Five (5) bids were received on October 25, 2017. This bid has been advertised, opened and reviewed. The bidders were:

Malone Office Environments
(Columbus, GA)
Innovative Software Solutions
(Coral Springs, FL)
School Specialty
(Greenville, WI)
Staples
(Englewood, NJ)
Office Depot
(Boca Raton, FL)
Total Estimated Cost:
$ 78,885.47
$ 182,551.74
$ 118,942.39
$ 112,068.98
$ 122,630.51
* * * * * * * *

(B) ENVIRONMENTAL CONSULTING SERVICES FOR BROWNFIELDS ASSESSMENT (ANNUAL CONTRACT) – RFP NO. 18-0003

It is requested that Council authorize the execution of an annual contract with Terracon Consultants, Inc. (Lawrenceville, GA) to provide environmental consulting services for Brownfields Assessments on an as-needed basis.

Terracon Consultants, Inc. will provide assistance with the recently awarded United States Environmental Protection Agency (U.S. EPA) Brownfield Assessment Grant for the implementation of environmental assessment, remedial planning, community outreach, and other components of grants for which funding is secured.

The City’s objective of the Brownfields program is to promote redevelopment of Brownfield properties located within the jurisdiction of the Columbus Consolidated Government. The City may expand the objectives under this contract at a later date to include actual cleanup of individual sites targeted for assessment, dependent upon future availability of funding. Terracon Consultants brings the experience and insight required for the City to obtain and implement these grants, as well as explore other grants and brownfields initiatives as funds become available.

The number and location of Brownfields sites within the Columbus Consolidated Government is presently undetermined, as well as the economic impact of these sites in depressing property values and hindering redevelopment of high priority areas. One goal of the U.S. EPA assessment grant will be to develop an inventory and other information related to these sites to allow for more effective planning by the City and to further their assessment, cleanup, if necessary, and redevelopment.

The total budget for each U.S. EPA brownfields assessment grant is $300,000. The Community Reinvestment Department and Terracon Consultants, Inc. will develop a project specific scope of services to fulfill the project requirements of the brownfield grant funds. The budget for any future related grants executed under this contract will be negotiated with Terracon Consultants, if and when such funding becomes available. It will be the City's option to utilize this contract for future Brownfields grants beyond the initial U.S. EPA assessment grant application and implementation projects.

Minimally, Terracon Consultants, Inc. will provide the following services:
The initial term of the contract shall be for three (3) years with the option to renew for two (2) additional twelve-month periods. The contract renewal will be contingent upon the mutual agreement of the City and the Contractor.

Annual Contract History:
This is a new annual contract.

RFP Advertisement and Receipt of Proposals:
RFP specifications were posted on the web pages of the Purchasing Division and the Georgia Procurement Registry on July 11, 2017. This RFP has been advertised, opened and evaluated. Fourteen proposals were received on August 4, 2017 from the following vendors:

The following events took place after receipt of proposals:

RFP MEETINGS/EVENTS
Description
Date
Agenda/Action
Pre-Evaluation Meeting
08/16/17
The Purchasing Manager advised evaluation committee members of the RFP rules and process, and the project manager provided an overview. Proposals were disbursed to each committee member to review.
1st Evaluation Meeting
08/30/17
Committee members discussed the proposals; no clarifications were needed.
Evaluation Forms Sent
08/31/17
Evaluation forms were forwarded to voting committee members.
Evaluation Results/Shortlist
09/14/17
Evaluation forms were completed and returned to Purchasing for compilation results, which were then forwarded to the Evaluation Committee members for review. The (3) highest-ranking firms were shortlisted: ATC Group Services, LLC; Stantec Consulting Services, Inc.; and Terracon Consultants, Inc.
Presentations/Recommendation
10/16/17
The (3) highest-ranking firms provided oral presentations of their proposals, followed by questions from the committee. Immediately after the last team provided their presentation, a ballot was taken of each voting member’s order of preference. Terracon Consultants, Inc. received the majority of first-choice votes.
Cost Proposal Received
10/24/17
Cost proposal received from Terracon Consultants, Inc.

Evaluation Committee:
Proposals were reviewed by members of the Evaluation Committee, which consisted of two voting members from the Community Reinvestment Department and one voting members from the Planning Department. An additional representative from the Community Reinvestment Department served as a non-voting advisor.

Award Recommendation:
The evaluation committee deemed the proposal from Terracon Consultants, Inc. most responsive to the RFP specifications and provided the most comprehensive presentation. Therefore the Evaluation Committee, as reflected by their comments provided below, recommends award of the contract to Terracon Consultants, Inc. for the following reasons:
Vendor Experience/Qualifications:
The City’s Procurement Ordinance Article 3-110 (Competitive Sealed Proposals for the procurement of Equipment, Supplies and Professional Services) and Article 3-111 (Architectural/Engineering and Land Survey Services) governs the RFP Process. During the RFP process, there is no formal opening due to the possibility of negotiated components of the proposal. In the event City Council does not approve the recommended offeror, no proposal responses or any negotiated components are made public until after the award of the contract. Therefore, the evaluation results and cost information has been submitted to the City Manager in a separate memo for informational purposes.

Funds are budgeted each fiscal year for this ongoing expense: Multi-Gov’t Project Fund – Community Reinvestment – Brownfields Grant – Contractual Services; 0216-245-3491-BRWN-6319.
* * * * * * * *

(C) INTERNAL COMMERCIAL FREEZER & COOLER UNIT FOR MUSCOGEE COUNTY PRISON – RFB NO. 18-0015

It is requested that Council approve the purchase of one (1) internal commercial freezer and cooler unit in the amount of $56,805.15 from Mobile Fixture and Equipment Co., Inc., (Columbus, GA) for use by the Muscogee County Prison.

The current freezer component has quit working completely, and food is currently being stored in a freezer truck. The current cooler component is breaking down structurally and requires near-weekly maintenance. Facilities Maintenance has identified the need to replace both units. The awarded vendor shall be responsible for removal of the existing freezer and cooler, hauling away all removed parts and components, and installation of the new freezer and cooler.

Bid specifications were posted on the web page of the Purchasing Division, and the Georgia Procurement Registry. Four (4) bids were received on October 25, 2017. This bid has been advertised, opened and reviewed. The bidders were:
Description
Mobile Fixture
(Columbus, GA)
Citisco, Inc.
(Gainesville, GA)
Sam Service, Inc.
(Albany, GA)
Douglas Equipment
(Bluefield, WV)
Commercial Freezer & Cooler
$ 44,805.15
$ 52,282.90
$ 39,334.13
$ 53,534.10
Removal and Installation
$ 12,000.00
$ 12,360.00
$ 29,308.95
$ 27,590.00
Total Cost
$ 56,805.15
$ 64,642.90
$ 68,643.08
$ 81,124.10
* * * * * * * *

(D) LEGAL COUNSEL OF RECORD FOR THE DEPARTMENT OF COMMUNITY REINVESTMENT (ANNUAL CONTRACT) – RFP NO. 18-0006

It is requested that Council approve the annual contract for Legal Counsel of Record for Community Reinvestment with Jacob Beil, Attorney At Law (Columbus, GA). The attorney will provide legal services involving land acquisitions and dispositions, on an “as needed basis”, as the Legal Counsel of Record for the Department of Community Reinvestment. The contractor shall provide, but not limited to, the following services:

The term of this contract shall be for two years, with the option to renew for three (3) additional twelve-month periods. Contract renewal will be contingent upon the mutual agreement of the City and the Contractor.

Annual Contract History:

The previous five-year contract was awarded, on November 27, 2012 (Resolution 341-12), to Jacob Beil, Attorney at Law (Columbus, GA), and amended on January 22, 2013 (Resolution 34-13), to The Beil Law Firm, P.C. (Columbus, GA) due to an official name change.

RFP Advertisement and Receipt of Proposals:

RFP specifications were posted on the web pages of the Purchasing Division and the Georgia Procurement Registry on August 7, 2017. This RFP has been advertised, opened and evaluated. Proposals were received on September 1, 2017 from the following two (2) vendors:

The Beil Law Firm, P.C. (Columbus, GA)
Amy Oraefo, P.C. (Atlanta, GA) The following events took place after receipt of the proposals:

RFP MEETINGS/EVENTS
Description
Date
Agenda/Action
Pre-Evaluation Meeting
09/21/17
The Purchasing Manager advised evaluation committee of the RFP rules and process. The proposals were distributed to committee members for review.
1st Evaluation Meeting
10/05/17
Committee members discussed the proposals from both vendors. It was requested that a letter be sent to The Beil Law Firm, P.C. requesting additional information, and a letter be sent to Amy Oraefo, P.C., requesting a Best and Final Offer, upon review and approval of the Committee.
Letters
10/12/2017
Letters were approved and sent to each vendor.
Vendor Responses
10/17/2017
Vendor responses were forwarded to the Committee
Evaluation Ballots Sent to Committee
10/18/17
Evaluation ballots forwarded to voting committee members.
Evaluation Ballots Completed by Committee Members
11/02/17
Committee members completed and returned their evaluation ballots to Purchasing.
Evaluation Results forwarded to Committee
11/03/17
The Evaluation Results were compiled, completed and forwarded to Committee members for review and Recommendation.
Recommendation Received
11/03/17
Via email, the committee members unanimously voted to award to The Beil Law Firm, P.C. (Columbus, GA).
Evaluation Committee:

The proposals were reviewed by the Evaluation Committee, which consisted of one (1) voting member from the Planning Department, and two (2) voting members from the Community Reinvestment Department. Also, a representative from Community Reinvestment served in an advisory position and was not a voting member.

Award Recommendation:

The evaluation committee unanimously recommends award of the contract to The Beil Law Firm, P.C. (Columbus, GA), as reflected below:

Vendor Experience/Qualifications:

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.

Funds are budgeted each fiscal year for this ongoing expense: Community Development Block Grant – Various Accounts; Right-of-Way Acquisition, 1999 SPLOST – Various Accounts – Capital Improvement Projects.
* * * * * * * *

(E) ENGINE REPLACEMENT FOR TYMPCO 600 STREET SWEEPER

It is requested that Council approve an engine replacement for the TYMPCO 600 Street Sweeper, Vehicle # 11119, in the amount of $12,126.97, to be performed by Flint Equipment Company (Columbus, GA).

The street sweeper is in need of an auxiliary engine replacement due to the John Deere 4045 engine having excessive “blowby”. This is caused by wear within the cylinders, primarily the piston sealing rings. The primary purpose of this engine is to supply power to the sweeper regeneration operation. Due to the engine having to operate at full throttle for the duration of the sweeping operation, the engine is susceptible to wear even though stringent preventive maintenance is performed. This is a common issue with engines used in this application. The original purchase price for this equipment was $135,000. The estimated current value of this equipment is $29,618.85. Flint is the local authorized John Deere service provider for the John Deere 4045 engine.

The Public Works Department is requesting permission to have the vehicle repaired as it was not scheduled for replacement.

Funds are available in the FY18 Budget: Paving Fund – Public Works - Right of Way Maintenance – Auto Parts and Supplies; 0203-260-3120-ROWM-6721

* * * * * * * *

(F) REPAIR OF CATERPILLAR BULLDOZER D7R

It is requested that Council approve payment to Yancey Brothers (Fortson, Ga), in the amount $20,205.81, for the repair of a Caterpillar Bulldozer D7R, Vehicle #10822.

The equipment is used during the daily operations at Granite Bluff Inert Landfill. The bulldozer blade would not stay up as needed and the steering system also stopped working at the same time. Inspection of this equipment confirmed the hydraulic control valve on this equipment was not working and in need of repair, as well as, in need of a pin and bushing turn. During the service call to confirm the hydraulic control valve issue, it was also time to have the undercarriage of this vehicle checked for damage. After reviewing the pictures and the resulting measurements, it is within specifications to have the undercarriage repaired. The repairs needed for the undercarriage is to install a new GD idler.

The repair costs for this equipment is $20,205.81, which includes all repairs required for the blade and the undercarriage. A new engine was installed in this equipment last year; the repairs needed now are normal due to the consistent use of this equipment. Yancey Brothers is the only local authorized dealer and service provider for this Caterpillar equipment.

Funds are available in the FY18 Budget: Integrated Waste Management Fund – Public Works – Granite Bluff Inert Landfill - Auto Parts and Supplies; 0207-260-3540-BLUF-6721.


“ITEM A”
A RESOLUTION

NO. ________

A RESOLUTION AUTHORIZING THE PURCHASE OF HIGH-USAGE OFFICE SUPPLIES, AS WELL AS, NON-EXCLUDED CATALOG ITEMS, FROM MALONE OFFICE ENVIRONMENTS (COLUMBUS, GA) FOR THE ESTIMATED ANNUAL CONTRACT AMOUNT OF $78,885.47, TO BE PURCHASED ON AN “AS NEEDED BASIS”.

WHEREAS, the high-usage office supplies include: General Office Supplies, Paper and Pads, Filing Supplies, Pens and Desk Supplies, etc., and;

WHEREAS, Malone Office Environments will provide a 5% - 20% discount for catalog items not excluded from the contract. The contract excludes the following: All Furniture (desks, chairs, bookcases, credenzas, workstations, etc.); All Copiers/ Printers, and Computer Equipment (hardware and software), and;

WHEREAS, the office supplies will be utilized in all areas of the City Government, and;

WHEREAS, the contract shall be for two years, with the option to renew for three additional twelve-month periods. Contract renewals will be contingent upon the mutual agreement of the City and the Contractor.

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

That the City Manager is hereby authorized to purchase high-usage office supplies, as well as, non-excluded catalog items, from Malone Office Environments (Columbus, GA) for the estimated annual contract amount of $78,885.47, to be purchased on an “as needed basis”. Funds are budgeted each fiscal year for this ongoing expense: Various Departments - Office Supplies and Operating Materials; 6711 & 6728.
___________________

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 EXECUTION OF AN ANNUAL CONTRACT WITH TERRACON CONSULTANTS, INC. (LAWRENCEVILLE, GA) TO PROVIDE ENVIRONMENTAL CONSULTING SERVICES FOR BROWNFIELD ASSESSMENTS ON AN AS-NEEDED BASIS.

WHEREAS, an RFP was administered (RFP No. 18-0003) and fourteen proposals were received; and,

WHEREAS, the proposal submitted by Terracon Consultants, Inc. met all proposal requirements and was evaluated most responsive to the RFP; and,

WHEREAS, the initial term of the contract will be for three (3) years with the option to renew for two (2) additional twelve-month periods. Contract renewal will be contingent upon the mutual agreement of the City and the Contractors.

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

That the City Manager is hereby authorized to execute an annual contract with Terracon Consultants, Inc. (Lawrenceville, GA) to provide environmental consulting services for Brownfields Assessments on an as-needed basis. Funds are budgeted each fiscal year for this ongoing expense: Multi-Gov’t Project Fund – Community Reinvestment – Brownfields Grant – Contractual Services; 0216-245-3491-BRWN-6319.
__________________

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 THE PURCHASE OF ONE (1) INTERNAL COMMERCIAL FREEZER & COOLER UNIT FOR THE MUSCOGEE COUNTY PRISON, IN THE AMOUNT OF $56,805.15, FROM MOBILE FIXTURE AND EQUIPMENT CO., INC., (COLUMBUS, GA).

WHEREAS, the current freezer component has quit working completely, and food is currently being stored in a freezer truck. The current cooler component is breaking down structurally and requires near-weekly maintenance, and;

WHEREAS, Facilities Maintenance has identified the need to replace both units, and;

WHEREAS, the vendor shall be responsible for removal of the existing freezer and cooler, hauling away all removed parts and components, and installation of the new freezer and cooler.

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

That the City Manager is hereby authorized to purchase one (1) internal commercial freezer unit and cooler unit from Mobile Fixture and Equipment Co., Inc., (Columbus, GA) in the amount of $56,805.15. Funds are budgeted in the FY18 Budget as follows: LOST-Public Safety – MCP – Public Safety-LOST – Capital Expenditures over $5,000; 0102 – 420 – 9900 - 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 D”
A RESOLUTION
NO.________

A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH THE BEIL LAW FIRM, P.C. (COLUMBUS, GA) TO PROVIDE LEGAL SERVICES, ON AN “AS NEEDED BASIS”, AS THE LEGAL COUNSEL OF RECORD FOR COMMUNITY REINVESTMENT.

WHEREAS, an RFP was administered (RFP No. 18-0006) and two (2) proposals were received; and,

WHEREAS, the proposal submitted by The Beil Law Firm, P.C. met all proposal requirements and was evaluated most responsive to the RFP; and,

WHEREAS, the contract term shall be for two years, with an option to renew for three (3) additional twelve-month periods. Contract renewal is contingent upon the mutual agreement of the City and the Contractor.

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

That the City Manager is hereby authorized to execute an annual contract with The Beil Law Firm, P.C. (Columbus, GA) to provide legal services, on an “as needed basis”, as the Legal Counsel of Record for Community Reinvestment. Funds are budgeted each fiscal year for this ongoing expense: Community Development Block Grant – Various Accounts; Right-of-Way Acquisition, 1999 SPLOST – Various Accounts – Capital Improvement Projects.
_______________

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 AN ENGINE REPLACEMENT FOR THE TYMPCO 600 STREET SWEEPER, VEHICLE # 11119, IN THE AMOUNT OF $12,126.97, TO BE PERFORMED BY FLINT EQUIPMENT COMPANY (COLUMBUS, GA).

WHEREAS, the street sweeper is in need of an auxiliary engine replacement due to the John Deere 4045 engine having excessive “blowby”. This is caused by wear within the cylinders, primarily the piston sealing rings. The primary purpose of this engine is to supply power to the sweeper regeneration operation. Due to the engine having to operate at full throttle for the duration of the sweeping operation, the engine is susceptible to wear even though stringent preventive maintenance is performed. This is a common issue with engines used in this application. The original purchase price for this equipment was $135,000. The estimated current value of this equipment is $29,618.85; and,

WHEREAS, Flint is the local authorized John Deere service provider for the John Deere 4045 engine.

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

That the City Manager is hereby authorized to have the engine replaced for the TYMPCO 600 Street Sweeper, Vehicle # 11119, in the amount of $12,126.97, to be performed by Flint Equipment Company (Columbus, GA). Funds are available in the FY18 Budget: Paving Fund – Public Works - Right of Way Maintenance – Auto Parts and Supplies; 0203-260-3120-ROWM-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

“ITEM F”
A RESOLUTION
NO._______

A RESOLUTION AUTHORIZING PAYMENT TO YANCEY BROTHERS (FORTSON, GA), IN THE AMOUNT $20,205.81, FOR THE REPAIR OF A CATERPILLAR BULLDOZER D7R, VEHICLE #10822.

WHEREAS, the equipment is used during the daily operations at Granite Bluff Inert Landfill. The bulldozer blade would not stay up as needed and the steering system also stopped working at the same time. Inspection of this equipment confirmed the hydraulic control valve on this equipment was not working and in need of repair, as well as, in need of a pin and bushing turn. During the service call to confirm the hydraulic control valve issue, it was also time to have the undercarriage of this vehicle checked for damage. After reviewing the pictures and the resulting measurements, it is within specifications to have the undercarriage repaired. The repairs needed for the undercarriage is to install a new GD idler; and,

WHEREAS, the repair costs for this equipment is $20,205.81, which includes all repairs required for the blade and the undercarriage. A new engine was installed in this equipment last year; the repairs needed now are normal due to the consistent use of this equipment. Yancey Brothers is the only local authorized dealer and service provider for this Caterpillar equipment.

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

That the City Manager is hereby authorized to make payment to Yancey Brothers (Fortson, Ga), in the amount $20,205.81, for the repair of a Caterpillar Bulldozer D7R, Vehicle #10822. Funds are available in the FY18 Budget: Integrated Waste Management Fund – Public Works – Granite Bluff Inert Landfill - Auto Parts and Supplies; 0207-260-3540-BLUF-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