Agenda Item # 4
Columbus Consolidated Government
Council Meeting
September 25, 2012
Agenda Report # 108
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) STAKE TRUCK (FLATBED)
It is requested that Council approve the purchase of one (1) Stake Truck (2012
Ford F-550 Chassis XL with a Ford F-450 Steel Flat Sign Body) from Wade Ford
(Smyrna, GA), in the amount of $41,379.00, via Georgia Statewide Contract
#99999-SPD0000039.
The vehicle was approved in the FY12 Mid-Year Budget and funds were carried
over to FY13. The truck will be used by the Engineering Department to carry
signs and equipment to different areas of the City to post or to replace signs.
It is a replacement vehicle.
Funds are budgeted in the FY13 Budget: General Fund ? Engineering ? Traffic
Engineering ? Light Trucks; 0101-250-2100-TRAF-7722.
* * * * * * * *
(B) WOOD CHIPPER
It is requested that Council approve the purchase of one (1) wood chipper (2012
Vermeer BC1500 15" Capacity Brush Chipper) via National Joint Powers Alliance
(NJPA) Contract #081209-VRM, from Vermeer Southeast Sales & Services, Inc.
(Marietta, GA) in the amount of $43,075.00.
The wood chipper was approved in the FY13 Budget, and will be used by the
Public Services Department to primarily clean debris after tree trimming. The
chipper will chip up limbs into mulch, which will in turn be used for planting
trees. The chipper will also be used for tree removal and for storm damage when
trees have blocked roads or passageways. It is a replacement unit.
The purchase will be accomplished via Invitation for Bid (IFB) #081209,
initiated by the National Joint Powers Alliance (NJPA), whereby Vermeer
Corporation, was the successful vendor contracted to provide Landscaping and
Grounds Related Equipment, Accessories, and Supplies. The contract, which
commenced September 10, 2009, is good through September 10, 2013. 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 NJPA bid
process meets the Procurement Ordinance requirements for Columbus Consolidated
Government.
Funds are budgeted in the FY13 Budget: Paving Fund ? Public Services ? Right
Of Way Maintenance ? Rolling Stock; 0203-260-3120-ROWM-7726.
* * * * * *
(C) MOBILE DATA COMPUTERS FOR POLICE DEPARTMENT AND SHERIFF?S OFFICE
It is requested that Council approve the purchase of Forty-three (43) MW810
mobile data computers from Motorola Solutions, Inc., in the amount of
$511,901.00 ($11,207.00 each), via a cooperative purchase utilizing State of
Georgia (Georgia Technology Authority) Contract # 980-2800008.
The new mobile data units will be installed into thirty (30) pursuit vehicles
recently approved for purchase for the Police Department; and thirteen (13)
pursuit vehicles recently approved for purchase for the Sheriff?s Office.
Funds in the amount of $366,210.00 are budgeted in the FY13 Budget for Thirty
(30) units for the Police Department: LOST/Public Safety ? Police ? Public
Safety/LOST ? Automobiles; 0102 ? 400 - 9900 ? LOST? 7721. Funds in the amount
of $145,691.00 are budgeted in the FY13 Budget for thirteen (13) units for the
Sheriff?s Office: LOST/Public Safety ? Sheriff ? Public Safety/LOST ?
Automobiles; 0102 - 550 ? 9900 ? LOST? 7721.
* * * * * *
(D) HVAC PREVENTATIVE MAINTENANCE SERVICE (ANNUAL CONTRACT) ? RFB NO. 13-0005
It is requested that Council approve annual contract for HVAC Preventative
Maintenance Service from 1ST Mechanical Services, Inc., for the estimated
annual contract value of $25,934.00. This contract will cover maintenance
services for the large chiller units located at the Government Center, Civic
Center, Public Safety and County Jail buildings. Approval of this annual
contract will alleviate the time consuming process of requesting price quotes
for maintenance repairs from contractors.
The term of the contract period shall be for three years, with the option to
renew for two additional twelve-month periods. Contract renewal is contingent
upon the mutual agreement of the contractor and the City.
Bid postcard invitations were mailed to forty-nine (49) vendors, and posted on
the City?s website, and Georgia Procurement Registry. The bid has been
advertised, opened and reviewed. The bidders were:
Vendor/Description
1st Mechanical Services, Inc.
(Columbus, GA)
Comfort Systems
(Columbus, GA)
McKenney?s, Inc.
(Atlanta, GA)
Trane
(Columbus, GA)
Eddy Current Testing (Annual)
$ 9,374.00
$12,474.00
$ 9,251.00
$11,715.00
Cost Per Operation Inspection
2,035.00
1,400.00
3,213.00
6,268.00
Annual Maintenance Inspection
12,835.00
17,616.00
42,349.00
37,291.00
Operational Pricing:
Annual In-depth
Analysis
1,690.00
1,600.00
2,980.00
6,570.00
Operational Pricing:
Annual Cleaning Compressor
NO COST
NO COST
1,568.00
8,827.00
Operational Pricing:
Annual Replace Inspect: Float Valve/Popit Valve, O-Rings, Filter
NO COST
NO COST
NO COST
NO COST
Total Cost
$25,934.00
$33,090.00
$59,361.00
$70,671.00
Funds are budgeted each fiscal year for this on-going expense; General Fund ?
Public Services - Facilities Maintenance ? Service Contracts;
0101-260-2700-MNTN-6513.
* * * * * *
(E) OIL & ANTIFREEZE RECYCLING SERVICES (ANNUAL CONTRACT) - RFB NO. 13-0013
It is requested that Council approve the annual contract with Universal
Environmental Services for the removal and recycling of used oil at the rate of
$1.36 per gallon, and the removal and recycling of used antifreeze. at no
profit to the City. The Contractor will pay the gallon rate to the City, and
this revenue will be deposited into the Government Wide Revenue Account.
The used oil and antifreeze will be removed from the following two locations:
Fleet Maintenance, 1011 Cusseta Road and Heavy Equipment Shop, 3950 Schatulga
Road.
The contract term shall be for three years, with the option to renew for two
additional twelve-month periods, contingent upon the mutual agreement of the
City and Contractor.
Bid postcard invitations were mailed twenty-five (25) vendors, posted on the
City?s website, and Georgia Procurement Registry. The bid has been advertised,
opened and reviewed. The bidders were:
VENDORS:
DESCRIPTION: Universal Environmental Services
(Peachtree City, GA) Safety-Kleen Systems, Inc.
(Macon, GA) Synergy Recycling.
(Fairburn, GA) FCC Environmental, LLC
(Fairburn, GA)
Used Oil
Vendor Will Pay 1.36 Per Gal 1.25 Per Gal 1.11 Per Gal 0.95 Per Gal
Service Interval Weekly 2 Weeks As Needed 14 Days
Antifreeze
Vendor Will Pay 0.00 Per Gal 0.00 Per Gal 0.00 Per Gal 0.15 Per Gal
Service Interval Weekly 2 Weeks As Needed 14 Days
Vendor?s Response Time After
Notification of Accidental Overflow:
Within The Hour
24 Hours Maximum
24 Hours Within 4 Hours
Revenue will be deposited into the Government Wide Revenue Account ? Recycling
Fees; 0101-099-1999-REVN-4558.
* * * * * *
(F) SURPLUS VEHICLES AND EQUIPMENT
It is requested that Council declare the vehicles and various equipment shown
on the attached list as surplus in accordance with Section 7-501 of the Charter
of Columbus Consolidated Government; additionally approval is requested to
declare any items as surplus, which may be added to the list prior to the
auction.
The surplus items will be disposed of by auction on October 13, 2012. The
Auction Way, the City?s contracted auctioneer, will conduct the auction. The
equipment has either been replaced or placed out of service due to excess
maintenance cost. City departments have had the opportunity to review these
items for functional worth.
Revenue from the auction will be deposited in the General Fund - Sale of
Surplus Equipment; 0101-099-1999-REVN-4907.
* * * * * *
(G) LEAD-BASED PAINT/ASBESTOS & CLEARANCE TESTING SERVICES (ANNUAL CONTRACT) -
RFP NO. 12-0023
It is requested that Council approve the annual contract with Geotechnical
Environmental Consultants, Inc., (Columbus, GA) to provide lead-based
paint/asbestos and clearance testing services. The Contractor will provide
services for the lead-based paint asbestos and clearance testing services for
the housing rehabilitation (single and multi-family), rental assistance program
(tenant and project-based), and supportive services/operations programs. These
services will be utilized primarily by the Community Reinvestment Department on
an ?as needed basis?. However, other City departments may utilize such
services as required.
The Contractor shall perform the following services:
Thoroughly inspect and test each structure, at the request of the City, to
provide a written and visual assessment report and cost estimate for lead-based
paint testing or asbestos.
Prepare written and visual lead-based paint and/or asbestos assessment reports.
Provide a thorough written report and cost analysis for each structure testes.
The initial term of the contract shall be for two years, with the option to
renew for three (3) additional twelve-month periods. The renewal will be
contingent upon the mutual agreement of the City and the Contractor.
The RFP postcard invitations were mailed to one hundred (100) vendors, and
posted on the City?s website and Georgia Procurement Registry. The RFP has
been advertised, opened and evaluated. Six (6) proposals were received on
April 27, 2012, from the following offerors.
Geotechnical Environmental Consultants, Inc. (Columbus, GA)
GLE Associates, Inc. (Atlanta, GA)
BAT Associates, Inc. (Norcross, GA)
ATC Associates (Columbus, GA)
American Logistics International, Inc. (Morrow, GA)
Aiken Global Group, LLC (East Point, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Community Reinvestment Department. During the evaluation
process, GEC was deemed the most responsive to the RFP specifications. The RFP
process is governed by the City?s Procurement Ordinance Article 3-110,
Competitive Sealed Proposals for the procurement of Equipment, Supplies and
Professional Services. During the process of an RFP there is no formal
opening, due to the possibility of negotiated components of the proposal. No
proposal responses or any negotiated components are made public until after the
award of the contract. If Council does not approve the recommended offeror,
negotiations will begin with the next responsive offeror or contract will be
re-advertised. Evaluation results and proposed costs have been submitted to
the City Manager in a separate memo for information purposes.
Funds are budgeted each fiscal year for this ongoing service: Community
Development Block Grant Fund - Community Reinvestment - CDBG Administration -
Contractual Services: 0210-245-1000-6319.
"ITEM A"
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) STAKE TRUCK (2012 FORD
F-550 CHASSIS XL WITH A FORD F-450 STEEL FLAT SIGN BODY), FROM WADE FORD
(SMYRNA, GA), IN THE AMOUNT OF $41,379.00, VIA GEORGIA STATEWIDE CONTRACT
#99999-SPD0000039.
WHEREAS, one (1) Stake Truck (Flatbed) was approved in the FY12 Mid-Year Budget
and funds were carried over to FY13. The truck will be used by the Engineering
Department to carry signs and equipment to different areas of the City to post
or to replace signs. The truck is a replacement vehicle.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) stake
truck (2012 Ford F-550 Chassis XL with a Ford F-450 Steel Flat Sign Body) from
Wade Ford (Smyrna, GA), in the amount of $41,379.00, via Georgia Statewide
Contract #99999-SPD0000039. Funds are budgeted in the FY13 Budget: General
Fund ? Engineering ? Traffic Engineering ? Light Trucks;
0101-250-2100-TRAF-7722.
_______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 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 Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel 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 PURCHASE OF ONE (1) WOOD CHIPPER (2012
VERMEER BC1500 15" CAPACITY BRUSH CHIPPER), VIA NATIONAL JOINT POWERS ALLIANCE
(NJPA) CONTRACT #081209-VRM, FROM VERMEER SOUTHEAST SALES & SERVICE, INC.
(MARIETTA, GA) IN THE AMOUNT OF $43,075.00.
WHEREAS, a wood chipper was approved in the FY13 Budget, and will be used
by the Public Services Department to primarily clean debris after tree
trimming. The chipper will chip up limbs into mulch, which will in turn be used
for planting trees. The chipper will also be used for tree removal and for
storm damage when trees have blocked roads or passageways. It is a replacement
unit.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS
FOLLOWS:
That the City Manager is hereby authorized to purchase one (1) wood
chipper (2012 Vermeer BC1500 15" Capacity Brush Chipper) from Vermeer Southeast
Sales & Services, Inc. (Marietta, GA) in the amount of $43,075.00. Funds are
budgeted in the FY13 Budget: Paving Fund ? Public Services ? Right Of Way
Maintenance ? Rolling Stock; 0203-260-3120-ROWM-7726.
_______________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________________, 2012 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 Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel 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 FORTY-THREE (43) MW810 MOBILE DATA
COMPUTERS FROM MOTOROLA SOLUTIONS, INC., IN THE AMOUNT OF $511,901.00
($11,207.00 EACH), VIA A COOPERATIVE PURCHASE UTILIZING STATE OF GEORGIA
(GEORGIA TECHNOLOGY AUTHORITY) CONTRACT # 980-2800008.
WHEREAS, the new mobile data units will be installed into Thirty (30) pursuit
vehicles recently approved for purchase for the Police Department; and thirteen
(13) pursuit vehicles recently approved for purchase for the Sheriff?s Office.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase forty-three (43)
MW810 mobile data computers from Motorola Solutions, Inc., in the amount of
$511,901.00 ($11,207.00 each), via a cooperative purchase utilizing State of
Georgia (Georgia Technology Authority) Contract # 980-2800008. Funds in the
amount of $366,210.00 are budgeted in the FY13 Budget for Thirty (30) units for
the Police Department: LOST/Public Safety ? Police ? Public Safety/LOST ?
Automobiles; 0102 ? 400 - 9900 ? LOST? 7721. Funds in the amount of
$145,691.00 are budgeted in the fY13 Budget for thirteen (13) units for the
Sheriff?s Office: LOST/Public Safety ? Sheriff ? Public Safety/LOST ?
Automobiles; 0102 - 550 ? 9900 ? LOST? 7721.
________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held the
_________ day of ___________________, 2012 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 Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel 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 ANNUAL CONTRACT FOR HVAC PREVENTATIVE
MAINTENANCE SERVICE FROM 1ST MECHANICAL SERVICES, INC., (COLUMBUS, GA) FOR THE
ESTIMATED ANNUAL CONTRACT VALUE OF $25,934.00.
WHEREAS, this contract will cover maintenance services for the large
chiller units located at the Government Center, Civic Center, Public Safety and
County Jail Building; and,
WHEREAS, approval of this annual contract will alleviate the
time-consuming process of requesting price quotes for maintenance repairs from
contractors; and,
WHEREAS, the term of contract shall be for three years, with the option
to renew for two (2) additional twelve month periods. 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 an annual
contract with 1st Mechanical Services to provide HVAC Preventative Maintenance
Services for the estimated annual contract value of $25,934.00. Funds are
budgeted each fiscal year for this on going expense; General Fund ? Public
Services - Facilities Maintenance ? Service Contracts; 0101-260-2700-MNTN-6513.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________day of ____________, 2012 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 Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel 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 ANNUAL CONTRACT WITH UNIVERSAL
ENVIRONMENTAL SERVICES (PEACHTREE CITY, GA) FOR THE REMOVAL AND RECYCLING OF
USED OIL AT THE RATE OF $1.36 PER GALLON, AND THE REMOVAL AND RECYCLING OF
ANTIFREEZE AT NO PROFIT TO THE CITY. THE CONTRACTOR WILL PAY THE GALLON RATE
TO THE CITY, AND THIS REVENUE WILL BE DEPOSITED INTO THE GOVERNMENT WIDE
REVENUE ACCOUNT.
WHEREAS, the Contractor will remove and recycle used oil & antifreeze from the
Public Services Fleet Maintenance; and,
WHEREAS, the contract term shall be for three years, with the option to
renew for two additional twelve-month periods, contingent upon the mutual
agreement of the City and Contractor.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to enter into an annual
contract with Universal Environmental Services for removal and recycling of
used oil at a rate of $1.36 per gallon, and the removal and recycling of
antifreeze at no profit to the City. Revenue will be deposited into the
Government Wide Revenue Account ? Recycling Fees; 0101-099-1999-REVN-4558.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel 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 THE DECLARATION OF VEHICLES AND VARIOUS EQUIPMENT
SHOWN ON THE ATTACHED LIST AS SURPLUS EQUIPMENT IN ACCORDANCE WITH SECTION
7-501 OF THE CHARTER OF COLUMBUS CONSOLIDATED GOVERNMENT; ADDITIONALLY APPROVAL
IS REQUESTED TO DECLARE ANY ITEMS AS SURPLUS WHICH MAY BE ADDED TO THE LIST
PRIOR TO THE AUCTION.
WHEREAS, the list of items are attached:
WHEREAS, the surplus items will be disposed of by auction on October 13, 2012.
The Auction Way, the City?s contracted auctioneer, will conduct the auction.
The equipment has either been replaced or placed out of service due to excess
maintenance cost. City departments have had the opportunity to review these
items for functional worth.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to declare the vehicles and
equipment shown on the attached list as surplus in accordance with Section
7-501 of the City Charter; the City Manager is further authorized to declare
any items as surplus which may be added to the list prior to the auction.
Revenue from the auction will be deposited in the General Fund - Sale of
Surplus Equipment; 0101-099-1999-REVN-4907.
______________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the _________ day of ____________, 2012 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 Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel 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 EXECUTION OF AN ANNUAL CONTRACT WITH
GEOTECHNICAL & ENVIRONMENTAL CONSULTANTS, INC., (COLUMBUS, GA) TO PROVIDE
LEAD-BASED PAINT/ASBESTOS & CLEARANCE TESTING SERVICES, ON AN ?AS NEEDED BASIS?.
WHEREAS, an RFP was administered (RFP No. 12-0023) and six proposals
were received; and,
WHEREAS, the proposal submitted by Geotechnical & Environmental
Consultants, Inc. met all proposal requirements and was evaluated most
responsive to the RFP; and,
WHEREAS, the initial term of the contract shall be for two years, with
the option to renew for three (3) additional twelve month periods, upon 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 execute an annual
contract with Geotechnical & Environmental Consultants, Inc., (Columbus, GA) to
provide lead-based paint/asbestos and clearance testing services, on an ?as
needed basis?. Funds are budgeted each fiscal year for this ongoing service:
Community Development Block Grant Fund - Community Reinvestment - CDBG
Administration - Contractual Services: 0210-245-1000-6319.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2012 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 Henderson voting __________.
Councilor Huff voting __________.
Councilor McDaniel 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.