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 # 5





Columbus Consolidated Government



Council Meeting



February 26, 2013





Agenda Report # 35





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department









(A) INSPECTION SERVICES FOR REHABILITATIVE HOUSING (ANNUAL CONTRACT) ?

RFP NO. 13-0007



It is requested that Council approve the annual contract for the provision of

inspection services for rehabilitative housing from David Pate Home Inspections

on an ? as needed basis?. David Pate Home Inspections will provide

professional inspection services for rehabilitative housing including single

and multi-family structures. Primarily, the Department of Community

Reinvestment will utilize these services, however, other City departments may

utilize such services as required. The inspector shall provide all necessary

labor, supervision and materials required to perform thorough inspections of

structures, which may be potential candidates for rehabilitation. Inspection

services shall include the following:



v Thoroughly inspect each structure, at the request of the City, to determine

if the structure is a viable candidate for rehabilitation.

v Prepare inspection report, which fully details the Inspector?s recommendation

to rehabilitate structure or not to rehabilitate structure.

v Prepare work write up and specifications for rehabilitation.

v Develop a scope and cost estimates for rehabilitation process.

v Monitor progress of contractor (s) during the rehabilitation process.

v Oversight of all residential programs new/rehabilitative projects.

v Inspection of rental units assisted under the City?s HOME program.



The term of this contract shall be for two years with an option to renew for

three additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractor.



Postcard invitations were mailed to twenty (20) vendors, and the specifications

were posted on the City?s website, Georgia Procurement Registry and

DemandStar. The RFP has been advertised, opened and evaluated. Proposals were

received, September 21, 2012 from the following two offerors.



David Pate Home Inspections (Columbus, GA)

Bill Berry Inspection Services (Cataula, GA)



Proposals were reviewed by the Evaluation Committee members, which consisted of

representatives from Community Reinvestment and Right of Way Acquisition &

Transportation. The Project Manager, also from Community Reinvestment

Department, served as an Advisor, and was not a voting member.



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, due

to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offerors, 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, negotiation will begin

with the next responsive offeror. 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 on-going service: Home Program

Fund - Community Reinvestment, HOME, Contractual Services,

0213-245-2500-HOME-6319; Community Development Block Grant Fund ?Community

Reinvestment - CDBG ? Contractual Services, 0210-245-1000-CDBG-6319.



* * * * *



(B) PROFESSIONAL SURVEYING SERVICES/FINANCE DEPARTMENT, REVENUE DIVISION

(ANNUAL CONTRACT) ? RFP NO. 13-0013



It is requested that Council approve the annual contract for Professional

Surveying Services for the Finance Department, Revenue Division, with Moon,

Meeks, Mason & Vinson, Inc. The City requires these services on an ?as needed

basis?. The surveying services requested are in conjunction with the

application process for an Alcoholic Beverage License in Muscogee County.

Section 3-7(a)(4) of the Code of Ordinances, City of Columbus, Georgia,

requires all applications for new Alcoholic Beverage Licenses to include a

certificate from a registered surveyor showing a scale drawing of the location

of the proposed premise and the distance of the proposed premises from any

prohibited locations covered in Section 3-5 of the Code of Ordinances, City of

Columbus, Georgia.



The survey services shall consist of boundary research necessary to prepare

plats, scale drawings and accurate measurements involving the proposed

locations for Alcoholic Beverage Licenses. This will include the completion of

?Surveyor?s Reports? certifying the measurements from the property lines of

proposed locations for Alcoholic Beverage Licenses to the property lines of any

surrounding prohibited locations as stated in Section 3-5 of the Code of

Ordinances, City of Columbus, Georgia.



The term of the contract shall be for two years, with an option to renew for

three additional twelve-month periods. Contract renewal will be contingent

upon the mutual agreement of the City and the Contractors.



Postcard invitations were mailed to one hundred eighteen (118) vendors, and the

specifications were posted on the City?s website, Georgia Procurement Registry,

and DemandStar. The RFP has been advertised, opened and evaluated. Proposals

were received October 5, 2012, from the following offerors:



Moon, Meeks, Mason & Vinson, Inc. (Columbus, GA)

Farner Barley & Associates, Inc. (West Point, GA)



The proposals were reviewed by the Evaluation Committee members, which

consisted of representatives from the Finance Department and Public Works.

Also, representatives from the Finance Department and City Attorney?s Office

served in an advisory position and were not voting members.



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, due

to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offeror, 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(s), negotiations will begin

with the next responsive offeror. Evaluation results and cost information have

been submitted to the City Manager in a separate memo for information purposes.



Funds are budgeted each fiscal year for this on-going expense: General Fund ?

Finance - Revenue-Occupation Tax ? Revenue Collections - Contractual Services;

0101-200-2200-REVS-6319.



* * * * *



(C) HALF-TON CREW CAB, 4x4 PICKUP TRUCK ? RFB 13-0027 (VARIOUS VEHICLES, OPTION

1)



It is requested that Council approve the purchase of one (1) half-ton crew cab,

4x4 pickup truck (2013 Ford F150), from Hardy Family Ford, (Dallas, GA), in the

amount of $25,665.00.



The vehicle will be utilized by the supervisor of the Forestry and

Beautification Division, of the Public Works Department, to check on crews, and

to transport employees and equipment to and from job sites. This is a

replacement vehicle.



Bid postcard invitations were mailed to two hundred sixty vendors and bid

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

Georgia Procurement Registry, and OnVia DemandStar. Five bids were received on

January 23, 2013. This bid has been advertised, opened and reviewed. The

bidders were:



Vendor Manufacturer/Make/Model Unit Price

Hardy Family Ford (Dallas, GA) 2013 Ford F150 (W1E) $25,665.00

Allan Vigil Ford (Morrow, GA) 2013 Ford F150 $25,688.00

Team Ford (Marietta, GA) 2013 Ford F150 $25,794.00

Carl Black Buick Pontiac GMC (Kennesaw, GA) GMC CK10543 4x4 Crew

2013 GMC Sierra 1500 $28,149.00

Jerry Kelley GMC Inc (Adel, GA) 2013 GMC/Sierra/TK10543 $28,528.00

Team Chevrolet (Alpharetta, GA)

Knapheide Truck Equipment - Midsouth (Griffin, GA)

Wade Ford Inc (Smyrna, GA)

Transport Equipment Co., Inc. - (Albany, GA)

Trans Power, Inc. (Albany, GA)

Hardy Chevrolet (Dallas, GA) NO BID



The Georgia Statewide Contract price for this vehicle is $32,268.00.



Funds are budgeted in the FY13 Budget: Paving Fund ? Public Works? Right of

Way Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722.



* * * * * * * *



(D) CHEVROLET TAHOE 2WD PPVs? RFB 13-0027 (VARIOUS VEHICLES, OPTION 2)



It is requested that Council approve the purchase of six (6) Chevrolet Tahoe

2WD PPVs, from Hardy Chevrolet, (Dallas, GA), in the amount of $160,866.00.



Four (4) vehicles will be utilized by Columbus police officers in the

Identification Division. These are replacement vehicles.



Two (2) vehicles are additional purchases to be utilized by the Sheriff?s

Office. One is a replacement unit for vehicle #18082, which was totaled in a

no-fault accident in July 2012, and for which the City has received settlement.

The second vehicle was budgeted in the FY13 budget and will be used for

prisoner transport.



Bid postcard invitations were mailed to two hundred sixty vendors and bid

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

Georgia Procurement Registry, and OnVia DemandStar. Three bids were received

on January 23, 2013. This bid has been advertised, opened and reviewed. The

bidders were:



Vendor Manufacturer/Make/Model Unit Price Total Price

(6 Units)

Hardy Chevrolet (Dallas, GA) 2013 Chevrolet Tahoe PPV (CC10706) $26,811.00 $160,866.00

Team Chevrolet (Alpharetta, GA) 2013 Chevrolet Tahoe PPV $27,420.00 $164,520.00

Carl Black Buick Pontiac GMC (Kennesaw, GA) Chevrolet CC10706 PPV

2013 Chevrolet Tahoe $27,459.00 $164,754.00

Knapheide Truck Equipment - Midsouth (Griffin, GA)

Wade Ford Inc (Smyrna, GA)

Transport Equipment Co., Inc. (Albany, GA)

Trans Power, Inc. (Albany, GA)

Allan Vigil Ford (Morrow, GA)

Team Ford (Marietta, GA)

Hardy Family Ford (Dallas, GA)

Jerry Kelley GMC Inc (Adel, GA) NO BID



The Georgia Statewide Contract price for this vehicle is $26,811.00.



The funding sources are as follows:

Police ? Funds are budgeted in the FY13 Budget: LOST-Public Safety Fund ?

Police ? Public Safety-LOST ? Light Trucks; 0102 ? 400 ? 9900 ?LOST ? 7722.

Sheriff?s Office ? (Replacement Vehicle for #18082) Funds are budgeted in the

FY13 Budget: General Fund ? Sheriff ? Motor Transport ? Automobiles; 0101 ?

550 ? 2400 ? MTTS ? 7721.

(New Vehicle for FY13) Funds are budgeted in the FY13 Budget: LOST-Public

Safety Fund ? Sheriff ? Public Safety-LOST ? Light Trucks; 0102 ? 550 ? 9900 ?

LOST ? 7722.



* * * * * * * *



(E) FULL-SIZE SUV 2WD ? RFB 13-0027 (VARIOUS VEHICLES, OPTION 3)



It is requested that Council approve the purchase of one (1) full-size SUV 2WD

(2013 Ford Expedition), from Wade Ford, Inc., (Smyrna, GA), in the amount of

$26,158.00.



The vehicle will be utilized by the Coroner to conduct daily business. This is

a replacement vehicle.



Bid postcard invitations were mailed to two hundred sixty vendors and bid

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

Georgia Procurement Registry, and OnVia DemandStar. Eight bids were received

on January 23, 2013. This bid has been advertised, opened and reviewed. The

bidders were:



Vendor Manufacturer/Make/Model Unit Price

Wade Ford Inc (Smyrna, GA) 2013 Ford Expedition $26,158.00

Hardy Family Ford (Dallas, GA) 2013 Ford Expedition (U1F) $26,231.00

Team Ford (Marietta, GA) 2013 Ford Expedition (U1F) $26,350.00

Allan Vigil Ford (Morrow, GA) 2013 Ford Expedition $26,797.00

Carl Black Buick Pontiac GMC (Kennesaw, GA) Chevrolet Tahoe CC10706

2013 Chevrolet Tahoe $30,966.00

Team Chevrolet (Alpharetta, GA) 2013 Chevrolet Tahoe (1FL) $31,216.00

Hardy Chevrolet (Dallas, GA) 2013 Chevrolet Tahoe, CC10706 $31,254.00

Jerry Kelley GMC Inc (Adel, GA) 2013 GMC/Yukon/TC10706 $32,866.00

Knapheide Truck Equipment - Midsouth (Griffin, GA) NO BID

Transport Equipment Co., Inc. - (Albany, GA) NO BID

Trans Power, Inc. (Albany, GA) NO BID



The Georgia Statewide Contract price for this vehicle is $28,311.00.



Funds are budgeted in the FY13 Budget: LOST-Public Safety Fund ? Coroner ?

Public Safety-LOST ? Light Trucks; 0102-570-9900-LOST-7722.





(F) FLATBED DUMP TRUCK ? RFB 13-0027 (VARIOUS VEHICLES, OPTION 4A)



It is requested that Council authorize the purchase of two (2) flatbed dump

truck cab and chassis (2013 Ford F350 Crew Cab W3G), from Team Ford, (Marietta,

GA) in the amount of $24,120.00 per unit, for a total of $48,240.00; and the

purchase of two (2) flatbed dump truck bodies (Transport Equipment Co. 10/96

FBD), from Transport Equipment Co., Inc., (Albany, GA) in the amount of

$7,799.00 per unit, for a total of $15,598.00.



One unit is a replacement vehicle and will be used by supervisors while

overseeing the cutting of all City and State Right-of-Ways within City limits.

The second unit is an additional (new) purchase and will be used by the

Waste/Recycling Collection Division to pull the recycling trailers and relocate

them throughout the City.



Bid postcard invitations were mailed to two hundred sixty vendors and bid

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

Georgia Procurement Registry, and OnVia DemandStar. Eight bids were received

on January 23, 2013. This bid has been advertised, opened and reviewed. The

bidders were:



OPTION 4A:

Cab & Chassis Only OPTION 4B:

Body Only OPTION 4C:

Complete Unit

UNIT COST UNIT COST UNIT COST

Team Ford (Marietta, GA) $24,120.00 $9,200.001 NO BID

Transport Equipment Co., Inc. (Albany, GA) NO BID $7,799.00 NO BID

Allan Vigil Ford (Morrow, GA) $24,489.00 $7,980.002 $32,469.00

Wade Ford Inc (Smyrna, GA) $24,684.00 NO BID NO BID

Trans Power, Inc. (Albany, GA) $25,260.00 NO BID NO BID

Jerry Kelley GMC Inc. (Adel, GA) $28,349.00 NO BID $36,454.49

Carl Black Buick Pontiac GMC (Kennesaw, GA) NO BID $8,570.00 $33,969.00

Knapheide Truck Equip. - Midsouth (Griffin, GA) NO BID $8,105.493 NO BID

Team Chevrolet (Alpharetta, GA) NO BID NO BID NO BID

Hardy Family Ford (Dallas, GA) NO BID NO BID NO BID

Hardy Chevrolet (Dallas, GA) NO BID NO BID NO BID

1 Team Ford failed to include the required Warranty Information for ?body

only?. Therefore, bid was deemed incomplete for the body. Vendor has been

notified in writing.

2 Allan Vigil Ford failed to include the required Product Literature for ?body

only?. Therefore, bid was deemed incomplete for both the body and the complete

unit. Vendor has been notified in writing.

3 Knapheide Truck Equipment - Midsouth failed to include the required Warranty

for ?body only?. Therefore, bid was deemed incomplete for the body. Vendor has

been notified in writing.



The Georgia Statewide Contract price for the cab and chassis for this vehicle

is $26,568.00. The body is not available on Georgia Statewide Contract.



The funding source for the first unit is as follows:

Right-of-Way Maintenance ? Funds are budgeted in the FY13 Budget: Paving Fund

? Public Works ? Right of Way Maintenance ? Light Trucks; 0203 ? 260 ? 3120 ?

ROWM ? 7722.

The second unit is an additional purchase utilizing funds set aside under FY12

Midyear Integrated Waste Capital Purchase, as follows:

Waste/Recycling Collection Division ? Funds are budgeted in the FY13 Budget:

Integrated Waste Management Fund ? Public Works ? Recycling ? Light Trucks;

0207 ? 260 ? 3520 ? RCYL ? 7722. *Pending FY12 Mid Year Carry-Over Completion



* * * * * * * *



(G) EMPLOYEE CUSTOMER SERVICE TRAINING



It is requested that Council approve an annual contract with Columbus Technical

College, in the estimated amount of $20,000.00, per year, to provide employee

training and development. Human Resources wishes to retain the contract with

Columbus Technical College for the following reasons:

? Columbus Technical College is positively recognized throughout the Columbus

area for its Customer Service Certification Program

? Has provided CCG with excellent customer service training since 2007.

? The number of employees participating in the City?s Internal Certification

Program continues to grow because of the professionalism of the instructors and

the excellent course materials.

? The staff is very professional, flexible and always willing to give

assistance in any capacity.

? Columbus Technical College has saved CCG over $5,000 in Internal

Certification Program fees by utilizing the HOPE Scholarship.



?Quality People Providing Quality Service? is the motto of Columbus

Consolidated Government. To ensure that this organization continues to

exemplify and practice this philosophy, excellent internal and external

customer service and continuous process improvements must be a mainstay of this

government.



The proposed training will include the following subject matter and modules:

Customer Service: (Conducted each week during the year)

? Positive Work Ethics

? Working Together

? Customer Service Face-to-Face

Classes will be held each Monday from 10:00 ? 12:00 p.m. at the Columbus

Consolidated Government.



Certified Customer Services Specialist Program:

? Service Industry Business Environment

? Customer Service Skills

? Computer Technology

? Business Skills

? Personal Effectiveness

Certified Customer Services Specialist class will be held on Thursday?s, twice

per month, from 8:00 ? 12:00 p.m. at the Columbus Consolidated Government.



The Contract term will be for one year, with the option to renew for one

additional 12-month period, without an increase in cost.



Funds are budgeted each fiscal year for this ongoing service: General Fund ?

Human Resources - Contractual Services, 0101-220-1000-HRDR-6319.



(H) CHANGE ORDER 1 FOR 18TH AVENUE AND GARRARD STREET ROUNDABOUT



It is requested that Council authorize the execution of Change Order 1 with

Landmark Grading Company, Inc., (Ft. Mitchell, AL), in the amount of

$58,370.15. Per Resolution No. 176-12, Council authorized the construction of

a roundabout at 18th Avenue and Garrard Street.



The primary reason and major cause for Change Order 1 is Landmark Grading

Company encountered unforeseen unsuitable soils that required removal and

replacement with suitable soils.



Document Description Amount

Original Contract Construct a roundabout at 18th Avenue & Garrard Street 338,005.09

Change Order 1 Remove unforeseen unsuitable soil and replace with suitable soils,

and other changes to the scope of work. 58,370.15

New Contract Amount $396,375.24



The new contract amount is still within the originally budgeted amount of

$500,000.



Funds are budgeted in the FY13 Budget: 1999 SPLOST Road/Bridge/Street ? General

Construction ? 18th Ave/Garrard St Roundabout;

0540-695-2126-TXRB-7661-53033-20120.



* * * * * *



(I) TUB GRINDER ? NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT



It is requested that Council approve the purchase of one (1) Vermeer TG5000 Tub

Grinder via National Joint Powers Alliance (NJPA) Contract #081209-VRM, from

Vermeer Southeast Sales & Service, Inc., (Marietta, GA) in the amount of

$517,880.00.



The tub grinder will be used for the landfill by the Waste/Recycling Collection

Division of the Public Works Department to grind limbs and trees for compost.

The City is spending approximately $300,000.00 per year grinding limbs, stumps,

and debris at Granite Bluff and Oxbow Meadows landfills. The cost to purchase a

new grinder is estimated at $650,000.00. Therefore, the grinder will pay for

itself in two years. Furthermore, contractual services that pays for grinding

was reduced to $125,000.00, which has reduced grinding and shortened the life

of the landfill. This equipment is being purchased via NJPA, rather than the

normal bid process, due to the urgent need for this equipment to responsibly

manage the processing of limbs and trees at the landfill.



The purchase will be accomplished via Request for Proposal (RFP) #081209-VRM,

initiated by the National Joint Powers Alliance (NJPA), whereby Vermeer

Southeast Sales & Service, Inc., was one of the successful vendors contracted

to provide Landscaping and Grounds Related Equipment, Accessories, and

Supplies. The contract, which commenced September 10, 2009, is good through

September 9, 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: Tax Lease Rev Bonds/2010B Fund ? 2010

DBA Bonds ? Recycling/Sustainability Center ? Machinery;

0559-800-2150-BARE-7715 ? 82005-20100.



* * * * * *



(J) INTEGRATED WASTE ROUTING PROGRAM ? RFP NO. 13-0018



It is requested that Council approve the procurement of a comprehensive routing

software system from RouteSmart Technologies, Inc., (Columbia, MD) to provide

the Waste/Recycling Collection Division of the Public Works Department the

ability to efficiently route vehicles for City services, such as trash pickup,

yard waste, bulk waste and recycling collection.



Request for proposal invitations were mailed to sixteen vendors and

specifications were posted on the City?s website, Georgia Procurement Registry

and OnVia DemandStar. The RFP has been advertised, opened and evaluated.

Proposals were received on November 30, 2012, from the following four offerors:



RouteSmart Technologies, Inc. (Columbia, MD)

Gershman, Brickner & Bratton, Inc. (Fairfax, VA)

RouteMatch (Atlanta, GA)

WM Logistics (Magnolia, TX)



The proposals were reviewed by the Evaluation Committee members, which

consisted of voting representatives from the following departments: Engineering

(Geographic Information Systems Division), Public Works (Stormwater/Sewer

Maintenance Division and Solid Waste Collection Division); and non-voting

advisory representatives from the following departments: Public Works

(Administration), and Information Technology.



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, due

to the possibility of negotiated components of the proposal. In the event

Council does not approve the recommended offeror, 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, the RFP specifications

will be re-advertised. Therefore, the evaluation results and cost information

has been submitted to the City Manager in a separate memo for informational

purposes.



Funds are budgeted in the FY13 Budget: Integrated Waste Management Fund ?

Public Works ? Solid Waste Collection ? Capital Expend-Over $5,000;

0207-260-3510-GARB-7761. *Pending FY12 Mid Year Carry-Over Completion.



* * * * * *



(K) RECORDS MANAGEMENT/FIELD BASED REPORTING SYSTEM FOR LAW ENFORCEMENT



It is requested that Council approve a contract with the Public Safety

Applications (PSA) group of the Motorola Solutions Corporation, in the amount

of $1,286,565.00, for the purchase of software and programming services to

establish a Records Management/Field Based Reporting System for the Law

Enforcement Agencies in the City of Columbus.



Council has approved the development and installation of a modern Records

Management/Field Based Reporting System (RMS System) for the Law Enforcement

Agencies in the City. This contract is the first of several purchases that

need to be made to accomplish the establishment of the RMS System. The City?s

IT Department will purchase all computers and other electronic hardware

necessary to establish the RMS System and there will need to be a separate

contract with the IBM Corporation for an interface program to the Intelligence

software used by the Police Department?s Intelligence Unit. This contract with

Motorola will provide all project management services, software installation on

City provided computers and related hardware, operational workflow development,

system integration with the existing Computer Aided Dispatch Software (CADS)

and training necessary to provide the City?s Law Enforcement Agencies with the

desired RMS System.



The RMS System will greatly improve the ability of the Law Enforcement Agencies

in Columbus to create incident reports, manage and conduct criminal

investigations, track criminal activity and report the required information to

National and State Criminal Activity Tracking Agencies (GCIC/NCIC). It will

also provide the Law Enforcement Agencies with a very powerful tool for making

decisions about the most effective and efficient allocation of available

resources and provide the basis for more flexible responses to the changing law

enforcement needs of the City of Columbus.



Funds are budgeted in the FY13 Budget: LOST-Public Safety Fund ? Police ?

Public Safety-LOST ? Capital expenditures ? over $5,000; 0102 ? 400 ? 9900 ?

LOST ? 7761. *Pending FY12 Mid Year Carry-Over Completion.

* * * * * *



(L) LOTUS NOTES ANNUAL LICENSE RENEWAL



It is requested that Council approve payment to IBM Corporation, in the amount

of $93,904.00, for the Lotus Notes annual license renewal.



The license renewal will cover: Lotus Notes, Tivoli Storage Manager, Sametime,

Domino, H.A.T.S., CommonStore for Lotus Notes, CommonStore Content Manager,

Email (e-Discovery Feature), Search for CommonStore license and maintenance

support for a twelve-month period, beginning March 1, 2013 through February 28,

2014.



Lotus Notes, H.A.T.S., Tivoli and CommonStore are IBM developed software.

Therefore, the IBM Corporation is considered an only known source for the

license and maintenance support.



Funds are budgeted in the FY13 Budget: General Fund - Information Technology ?

Software Lease; 0101-210-1000-ISS-6541.





?ITEM A?

A RESOLUTION



NO.____



A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH DAVID PATE

HOME INSPECTIONS TO PROVIDE INSPECTION SERVICES FOR REHABILITATIVE HOUSING, ON

AN ?AS NEEDED BASIS?, FOR COMMUNITY REINVESTMENT AND OTHER CITY DEPARTMENTS

THAT MAY UTILIZE SUCH SERVICES.



WHEREAS, an RFP was administered (RFP No. 13-0007) and two proposals were

received; and,



WHEREAS, the proposal submitted by David Pate Home Inspections 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. Contract

renewal 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 execute an annual

contract with David Pate Home Inspections to provide inspection services for

rehabilitative housing for Community Reinvestment and other City departments

that may utilize such services as required. Funds are budgeted each fiscal

year for this on-going service: Home Program Fund - Community Reinvestment,

HOME, Contractual Services, 0213-245-2500-HOME-6319; Community Development

Block Grant Fund ?Community Reinvestment - CDBG ? Contractual Services,

0210-245-1000-CDBG-6319.





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

held the _________ day of _________________, 2013 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 EXECUTION OF AN ANNUAL CONTRACT WITH MOON, MEEKS,

MASON & VINSON, INC., TO PROVIDE PROFESSIONAL SUVEYING SERVICES FOR FINANCE

DEPARTMENT, REVENUE DIVISION, ON AN ?AS NEEDED BASIS?.



WHEREAS, an RFP was administered (RFP No. 13-0008) and two proposals

were received; and,



WHEREAS, the proposal submitted by Moon, Meeks, Mason & Vinson, 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. Contract

renewal 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 execute an annual contract with

Moon, Meeks, Mason & Vinson, Inc., to provide professional surveying services

for the Finance Department, Revenue Division, on an ?as needed basis?. Funds

are budgeted each fiscal year for this on-going expense: General Fund ? Finance

- Revenue-Occupation Tax ? Revenue Collections - Contractual Services;

0101-200-2200-REVS-6319.





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

held the _________ day of _________________, 2013 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 ONE (1) HALF-TON CREW CAB, 4x4

PICKUP TRUCK (2013 FORD F150), FROM HARDY FAMILY FORD (DALLAS, GA), IN THE

AMOUNT OF $25,665.00.



WHEREAS, the supervisor of the Forestry and Beautification Division will use

the vehicle to check on crews and travel to and from job sites. This 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) half-ton

crew cab, 4x4 pickup truck (2013 Ford F150) from Hardy Family Ford (Dallas,

GA), in the amount of $25,665.00. Funds are budgeted in the FY13 Budget:

Paving Fund ? Public Works ? Right of Way Maintenance ? Light Trucks;

0203-260-3120-ROWM-7722.



_______________



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

held the _________ day of ____________________, 2013 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 PURCHASE OF SIX (6) CHEVROLET TAHOE 2WD

PPVs FROM HARDY CHEVROLET, (DALLAS, GA), IN THE AMOUNT OF $160,866.00.



WHEREAS, four vehicles are replacement vehicles and will be utilized by

Columbus police officers in the Identification Division; and,



WHEREAS, two (2) vehicles are additional purchases to be utilized by the

Sheriff?s Office. One is a replacement unit for vehicle #18082, which was

totaled in a no-fault accident in July 2012, and for which the City has

received settlement. The second vehicle was budgeted in the FY13 budget and

will be used for prisoner transport.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase six (6)

Chevrolet Tahoe 2WD PPVs from Hardy Chevrolet (Dallas, GA), in the amount of

$160,866.00. The funding sources are as follows:

Police ? Funds are budgeted in the FY13 Budget: LOST-Public Safety Fund ?

Police ? Public Safety-LOST ? Light Trucks; 0102 ? 400 ? 9900 ? LOST ? 7722.

Sheriff?s Office ? (Replacement Vehicle for #18082) Funds are budgeted in the

FY13 Budget: General Fund ? Sheriff ? Motor Transport ? Automobiles; 0101 ?

550 ? 2400 ? MTTS ? 7721.

(New Vehicle for FY13) Funds are budgeted in the FY13 Budget: LOST-Public

Safety Fund ? Sheriff ? Public Safety-LOST ? Light Trucks; 0102 ? 550 ? 9900 ?

LOST ? 7722.

_______________________________________



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

held the _________ day of ____________________, 2013 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 THE PURCHASE OF ONE (1) FULL-SIZE SUV 2WD

(2013 FORD EXPEDITION), FROM WADE FORD, INC., (SMYRNA, GA), IN THE AMOUNT OF

$26,158.00.



WHEREAS, the vehicle will be utilized by the Coroner to conduct daily business.

This 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)

full-size SUV 2WD (2013 Ford Expedition) from Wade Ford, Inc., (Smyrna, GA), in

the amount of $26,158.00. Funds are budgeted in the FY13 Budget: LOST-Public

Safety Fund ? Coroner ? Public Safety-LOST ? Light Trucks;

0102-570-9900-LOST-7722.

_______________________________________



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

held the _________ day of ____________________, 2013 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 PURCHASE OF TWO (2) FLATBED DUMP TRUCK CAB

AND CHASSIS (2013 FORD F350 CREW CAB W3G), FROM TEAM FORD, (MARIETTA, GA), IN

THE AMOUNT OF $48,240.00; AND THE PURCHASE OF TWO (2) FLATBED DUMP TRUCK

BODIES (TRANSPORT EQUIPMENT CO. 10/96 FBD), FROM TRANSPORT EQUIPMENT CO., INC.,

(ALBANY, GA) IN THE AMOUNT OF $7,799.00 PER UNIT, FOR A TOTAL OF $15,598.00.



WHEREAS, one unit is a replacement vehicle and will be used by supervisors

while overseeing the cutting of all City and State Right-of-Ways within City

limits; and,



WHEREAS, the second unit is an additional (new) purchase and will be used by

the Waste/Recycling Collection Division to pull the recycling trailers and

relocate them throughout the City.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase two (2) flatbed

dump truck cab and chassis (2013 Ford F350 Crew Cab W3G) from Team Ford,

(Marietta, GA), in the amount of $48,240.00; and to purchase two (2) flatbed

dump truck bodies (Transport Equipment Co. 10/96 FBD) from Transport Equipment

Co., Inc., (Albany, GA), in the amount of $15,598.00. The funding sources are

as follows:



Right-of-Way Maintenance ? Funds are budgeted in the FY13 Budget: Paving Fund

? Public Works ? Right of Way Maintenance ? Light Trucks; 0203 ? 260 ? 3120 ?

ROWM ? 7722.



The second unit is an additional purchase utilizing funds set aside under FY12

Midyear Integrated Waste Capital Purchase, as follows:

Waste/Recycling Collection Division ? Funds are budgeted in the FY13 Budget:

Integrated Waste Management Fund ? Public Works ? Recycling ? Light Trucks;

0207 ? 260 ? 3520 ? RCYL ? 7722. *Pending FY12 Mid Year Carry-Over Completion

_______________________________________



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

held the _________ day of ____________________, 2013 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 AN ANNUAL CONTRACT AGREEMENT WITH COLUMBUS TECHNICAL

COLLEGE TO PROVIDE EMPLOYEE CUSTOMER SERVICE TRAINING IN THE ESTIMATED AMOUNT

OF $20,000.00.



WHEREAS, ?Quality People Providing Quality Service? is the motto of Columbus

Consolidated Government. To ensure that this organization continues to

exemplify and practice this philosophy, excellent internal and external

customer service and continuous process improvements must be a mainstay of this

government; and,



WHEREAS, the proposed training will include the following: Customer Service

Training for Orientation, and Certified Customer Service Specialist;

and,



WHEREAS, the Contract term will be for one year, with the option to

renew for one additional 12-month period, without an increase in cost.



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 Columbus Technical College Institute to provide employee customer service

training. Funds are budgeted each fiscal year for this ongoing service:

General Fund ? Human Resources - Contractual Services, 0101-220-1000-HRDR-6319.

_______________________________________



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

held the _________ day of ____________________, 2013 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 H?



A RESOLUTION



NO.__________





A RESOLUTION AUTHORIZING THE EXECUTION OF CHANGE ORDER 1 WITH LANDMARK

GRADING COMPANY, INC. (FT. MITCHELL, AL) IN THE AMOUNT OF $58,370.15.



WHEREAS, per Resolution No. 176-12, Council authorized the construction of a

roundabout at 18th Avenue and Garrard Street; and,



WHEREAS, the primary reason and major cause for Change Order 1 is

Landmark Grading Company encountered unforeseen unsuitable soils that required

removal and replacement with suitable soils; and,



WHEREAS, the new contract amount is still within the originally budgeted amount

of $500,000.



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



That the City Manager is hereby authorized to execute Change Order 1

with Landmark Grading Company, Inc. (Ft. Mitchell, AL) in the amount of

$58,370.15. Funds are budgeted in the FY13 Budget: 1999 SPLOST

Road/Bridge/Street ? General Construction ? 18th Ave/Garrard St Roundabout;

0540-695-2126-TXRB-7661-53033-20120.

______________________________



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

held the _________ day of _________________, 2013 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 I?







A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) VERMEER TG5000 TUB

GRINDER, VIA NATIONAL JOINT POWERS ALLIANCE (NJPA) CONTRACT #081209-VRM, FROM

VERMEER SOUTHEAST SALES & SERVICE, INC., (MARIETTA, GA), IN THE AMOUNT OF

$517,880.00.



WHEREAS, the tub grinder will be used for the landfill by the

Waste/Recycling Collection Division of the Public Works Department to grind

limbs and trees for compost;



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

FOLLOWS:



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

TG5000 tub grinder from Vermeer Southeast Sales & Service, Inc., (Marietta,

GA), in the amount of $517,880.00. Funds are budgeted in the FY13 Budget: Tax

Lease Rev Bonds/2010B Fund ? 2010 DBA Bonds ? Recycling/Sustainability Center ?

Machinery; 0559-800-2150-BARE-7715 ? 82005-20100.

______________________________



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

held the _________ day of _________________, 2013 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 J?





A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PROCUREMENT OF A COMPREHENSIVE ROUTING SOFTWARE

SYSTEM FROM ROUTESMART TECHNOLOGIES, INC., (COLUMBIA, MD) TO PROVIDE THE

WASTE/RECYCLING COLLECTION DIVISION OF THE PUBLIC WORKS DEPARTMENT THE ABILITY

TO EFFICIENTLY ROUTE VEHICLES FOR CITY SERVICES, SUCH AS TRASH PICKUP, YARD

WASTE, BULK WASTE AND RECYCLING COLLECTION.



WHEREAS, an RFP was administered (RFP 13-0018) and four proposals were received

from qualified offerors; and,



WHEREAS, the proposal submitted by RouteSmart Technologies, Inc., met all

proposal requirements and was evaluated most responsive to the RFP.



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



That the City Manager is hereby authorized to purchase a routing software

system from RouteSmart Technologies, Inc., (Columbia, MD). Funds are budgeted

in the FY13 Budget: Integrated Waste Management Fund ? Public Works ? Solid

Waste Collection ? Capital Expend-Over $5,000; 0207-260-3510-GARB-7761.

*Pending FY12 Mid Year Carry-Over Completion.

______________________________



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

held the _________ day of _________________, 2013 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 K?



A RESOLUTION



NO._______



A RESOLUTION AUTHORIZING THE CONTRACT WITH THE PUBLIC SAFETY

APPLICATIONS (PSA) GROUP OF THE MOTOROLA SOLUTIONS CORPORATION, IN THE AMOUNT

OF $1,286,565.00, FOR THE PURCHASE OF SOFTWARE AND PROGRAMMING SERVICES TO

ESTABLISH A RECORDS MANAGEMENT/FIELD BASED REPORTING SYSTEM FOR THE LAW

ENFORCEMENT AGENCIES IN THE CITY OF COLUMBUS.



WHEREAS, this contract with Motorola will provide all project management

services, software installation on City provided computers and related

hardware, operational workflow development, system integration with the

existing Computer Aided Dispatch Software (CADS) and training necessary to

provide the City?s Law Enforcement Agencies with the desired RMS System; and,



WHEREAS, the RMS System will greatly improve the ability of the Law Enforcement

Agencies in Columbus to create incident reports, manage and conduct criminal

investigations, track criminal activity and report the required information to

National and State Criminal Activity Tracking Agencies (GCIC/NCIC). It will

also provide the Law Enforcement Agencies with a very powerful tool for making

decisions about the most effective and efficient allocation of available

resources and provide the basis for more flexible responses to the changing law

enforcement needs of the City of Columbus.



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

FOLLOWS:



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

the Public Safety Applications (PSA) group of the Motorola Solutions

Corporation, in the amount of $1,286,565.00, for the purchase of software and

programming services to establish a Records Management/Field Based Reporting

System for the Law Enforcement Agencies in the City of Columbus. Funds are

budgeted in the FY13 Budget: LOST-Public Safety Fund ? Police ? Public

Safety-LOST ? Capital expenditures ? over $5,000; 0102 ? 400 ? 9900 ?LOST ?

7761. *Pending FY12 Mid Year Carry-Over Completion.

__________________



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

held the _________ day of ____________________, 2013 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 L?

A RESOLUTION



NO.____________



A RESOLUTION AUTHORIZING THE PAYMENT TO IBM CORPORATION, IN THE AMOUNT

OF $93,904.00, FOR THE LOTUS NOTES ANNUAL LICENSE RENEWAL.



WHEREAS, the license renewal will cover Lotus Notes, Tivoli Storage Manager,

Sametime, Domino, H.A.T.S., CommonStore for Lotus Notes, CommonStore Content

Manager, Email (e-Discovery Feature), Search for CommonStore license and

maintenance support for a twelve-month period, beginning March 1, 2013 through

February 28, 2014; and,



WHEREAS, Lotus Notes, H.A.T.S., Tivoli and CommonStore are IBM

developed software. Therefore, the IBM Corporation is considered an only known

source for the license and maintenance support.



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



That the City Manager is hereby authorized to make payment to IBM

Corporation, in the amount of $93,904.00, for the Lotus Notes annual license

renewal. Funds are budgeted in the FY13 Budget: General Fund - Information

Technology ? Software Lease; 0101-210-1000-ISS-6541.

.___________________



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

held the _________ day of ____________, 2013 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.

Back to List