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 # 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



Funds are budgeted each fiscal year for this on-going expense: Various

Departments - Office Supplies and Operating Materials; 6711 & 6728.



* * * * * * * *



(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:



1. Provide assistance with development of U.S. EPA-required project work

plan(s).

2. Prepare and maintain schedules and budgets for assessment and/or cleanup

activities.

3. Assist the City with budget management tracking of grant funds.

4. Conduct environmental site assessments (ESAs) and prepare appropriate

technical reports as required by applicable regulations.

5. Preparation of a written Generic Quality Assurance Project Plan (QAPP) in

compliance with U.S. EPA regulations.

6. Perform and complete Phase I and Phase II ESAs, site investigations,

remedial action plans and other environmental requirements under applicable

State of Georgia environmental regulations and ASTM standards as applicable.

7. Preparation of Site-specific QAPP Addendum for each property where a Phase

II ESA will be performed.

8. Attend meetings with the City and advisory committees as requested.

9. Prepare presentations to provide information about the project?s progress as

requested.



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:



Terracon Consultants, Inc. (Lawrenceville, GA)

AKT Peerless & Energy Services (Atlanta, GA)

ATC Group Services, LLC (Marietta, GA)

BAT Associates, Inc. (Norcross, GA)

Cardno, Inc. (Marietta, GA)

ECS Southeast, LLP (Marietta, GA)

Enercon Services, Inc. (Kennesaw, GA)

Geological Resources, Inc. (Monroe, NC)

Intertek-PSI (Kennesaw, GA)

Oasis Consulting Services (Roswell, GA)

Progressive Engineering & Construction (Tampa, FL)

S&ME, Inc. (Duluth, GA)

Stantec Consulting Services, Inc. (Atlanta, GA)

Tetra Tech, Inc. (Atlanta, GA)



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:



? Terracon Consultants have pioneered policies that have been adopted by the

EPA. The firm has completed numerous EPA Brownfield tasks.

? Terracon has a local project manager that is based in Columbus and has

significant experience in environmental, facilities, geotechnical, and

materials services.

? Terracon has 18 years of experience in working with EPA Brownfield projects

in Columbus.

? Terracon has significant experience, knowledge and expertise with EPA

Brownfield grant programs. Terracon has the necessary equipment to conduct the

Phase I and Phase II Environmental Site Assessments.

? Terracon submitted an extremely well documented technical process.



Vendor Experience/Qualifications:

? Terracon Consultants, Inc. is a 100% employee-owned consulting engineering

firm. Since 1965, Terracon has evolved in to a multidiscipline firm

specializing in Environmental, Facilities, Geotechnical and Materials.

? The firm has more than 4,000 employees in more than 140 office and 40 states

nationwide.

? Terracon has a current ranking of 30 in Engineering News-Record?s 2017

listing of the Top 500 Design Firms, as compared to a ranking of 51 a decade

ago.

? Terracon Consultants has been a part of more Brownfields Phoenix Awards

winning teams than any other consultant in the United States (the awards were

presented to client teams).

? Terracon Consultants has been an original partner and Technical Assistance to

Brownfield Communities Program (TAB) contractor since 2005 in EPA Regions 5 and

7.

? Terracon has more than 20 years of continuous EPA Brownfield grant project

experience involving urban brownfield properties.

? Terracon has helped hundreds of private and public sector clients make

successful redevelopment projects a reality with sites assessed using EPA

funding and leveraging grants at the rate of 1:266 (EPA dollars to leveraged

reconstruction). This has resulted in more than $2.5 billion in direct public

and private reinvestment.

? Terracon brings the experience of 215+ Cooperative Agreement-Funded projects

in 8 out of the 10 EPA Regions (57 projects in EPA Region 4), including

assessment, revolving loan fund, cleanup and area-wide planning projects for

states, municipalities, non-profits, and coalitions entities.

? Terracon conducts a variety of assessments ranging from ASTM 1527-13 Phase I

Environmental Site Assessments (ESA) to extensive subsurface investigations.

Terracon routinely performs Phase I ESA and Phase II ESA.

? The following includes a brief description of example EPA Region 4 Brownfield

Assessment projects that Terracon has either recently completed or are

currently underway with the same scope of services as the Columbus Consolidated

Government project:



o City of Tampa, FL 2014-2016

Terracon served as the Brownfields consultant for their 2013 EPA Brownfields

$400,000 community-wide assessment grant. Terracon provided consulting

services including programmatic assistance and EPA-required reporting;

programmatic assistance; EPA Generic Quality Assurance Project Plan (QAPP),

Site-Specific QAPPs; and associated health and Safety Plans (HASPs) on

assessment projects. Program support included brownfield site selection, ACRES

database reporting, and oversight of sub-consultants.



o City of Greenville, SC 2010-Ongoing

Terracon has provided numerous environmental services for the City of

Greenville including asbestos and lead-containing pain related services; Phase

I Environmental Site Assessment (ESA) and Limited Site Investigation (Phase II

ESA) services; Underground Storage Tank Assessment and removal; cleanup

planning; site remediation services; and wetlands services. In 2015, Terracon

was selected to provide on-call environmental assessment services for the City

of Greenville?s Brownfields Program. In addition to Brownfields services,

Terracon has completed numerous environmental assessment projects.



o Town of Central, SC 2015-Ongoing

Terracon provided grant writing services to the Town of Central in their

successful application to acquire $400,000 in U.S. EPA Brownfields Community

Wide Assessment funding to support the Town?s redevelopment initiatives by

providing much needed environmental assessment services. In the past three

months, Terracon has completed Phase I ESA services; asbestos and lead-paint

surveys; hazardous material surveys; cleanup planning; regulatory review; and

public engagement services that are spurring redevelopment and private

investment on three of downtown Central?s most blighted properties. Terracon

is currently working with private investors and the Town to complete

assessment, remediation, and eventual redevelopment of two of these

properties. The third property has been acquired by the Town, who has hired

Terracon to provide oversight of asbestos abatement and underground storage

tank removal on site.





? Listed below are the last three (3) clients for which similar services have

been provided within the last four (4) years:



o Chattanooga-Hamilton County, Tennessee 2010 - 2013

Terracon provided site inventory, Phase I and II Site Assessment, QAPP, ABCA,

programmatic support, and community engagement services for the FY10 EPA

Brownfield Assessment Grant that was awarded to the City of Chattanooga.

Terracon was awarded this contract based on the local staff?s expertise and

professional relationship formed between the City and Terracon, starting in

2006 through the completion of multiple Brownfield Assessment Grants as part of

the City of Chattanooga?s Brownfield Program.



o City of Jacksonville, Florida 2016 - Ongoing

Terracon has provided asbestos and lead-containing paint assessments, Phase I

Environmental Site Assessment (ESA) and Limited Site Investigation (Phase II

ESA) services, EPA-Approved Quality Assurance Plans, Programmatic Support,

Community Outreach, and Inventory Map and Site Selection Evaluation Ranking

Tool.



o Chattanooga (TN) Christina School 2011 -2016

Terracon provided Phase III ESA services, and EPA-Approved Quality Assurance

Plan, ABCA, and Brownfield Consulting Services for the Chattanooga Christina

School at the former Crane Enamel Ware Foundry site. The Chattanooga Christian

School received a grant to complete tasks from the City of Chattanooga?s EPA

Revolving Loan Fund. Terracon was awarded this contract based on prior work

completed at the former Crane Enamel Ware Foundry site. The school planned to

redevelop the site as a recreational facility.





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





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



* * * * * * * *



(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:



1. Negotiation/Litigation services

2. Development and preparation of Legal documents

3. Render Legal opinions

4. Research State and Federal Laws

5. Attend consultation meetings when required

6. Maintain proper legal records and files, which would revert to the Columbus

Consolidated Government when contract is terminated.



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:



? The Beil Law Firm is locally based, with over 40 years of experience working

in the City. This presents a particular advantage in the sense that they are

more knowledgeable and aware of what?s going on in the City. Many of this

firm?s ?Client Work History? resides in the City of Columbus.

? The Beil Law Firm has extended experience in working with the Columbus

Consolidated Government. They are well versed with the local form of

government, how City Council operates, and other pertinent factors such as

state and federal law.

? The experience and demeanor of this firm is beyond reproach. They are well

knowledgeable in Right of Way issues and Condemnations.

? The cost proposal is proportionate to the set budget for real estate

activities, which allows scarce funding to be utilized in a more efficient

manner.

Vendor Experience/Qualifications:



? The Beil Law Firm has actively practiced law for over forty-five years,

specializing in real estate, business law, and wills, probate and estate

planning.

? The Beil Law Firm is familiar with the federal, state and/or local laws

affecting community and economic development issues.

? The Beil Law Firm has provided legal services in this regard to the City for

over forty years, and in particular, over the last twenty-nine years, on an

almost daily basis, either in person, by phone or by email.

? The Beil Law Firm has experienced personnel, a suitable library and research

capabilities, and the necessary equipment to provide legal services.

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

Attachments


No attachments for this document.

Back to List