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.