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 # 2



Columbus Consolidated Government

Council Meeting



September 23, 2014



Agenda Report # 31





TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department







(A) HAZARDOUS-DUTY ROBOT UPGRADE



It is requested that Council approve the purchase of an upgrade to the Remotec

Andros F6A hazardous-duty robot from REMOTEC (Oak Ridge, Tennessee) in the

amount of $65,394.00.



In 2003, per Resolution #554-03, Council approved the purchase of the Rometec

Andros F6A robot. The upgrade is required for the equipment due to its age.

Additionally, upgraded features are required to allow the bomb technicians to

remain at a safe distance, and in a safe location, when handling potentially

hazardous items and/or situations.



The hazardous-duty robot is used by the Hazardous Devices Response Team to

handle explosives, nuclear surveillance, HazMat operations, Special Response

Team Operations and Airport Security. The robot is designed to have

all-terrain capabilities coupled with enhanced speed. This will enable bomb

technicians to handle incidents more efficiently. The robot can be operated by

either remote application or by fiber-optic cable. The unit features include

an environmentally sealed design, forty-five degree climbing ability,

quick-change tool assemblies and multiple cameras.



Funding is budgeted in the FY15 Budget: Multi-Govt Project Fund ? Sheriff ?

FY13 DHS Homeland Security Grant ? Capital Expenditures Over $5000,

0216-550-3007-EDOG-7761.



* * * * * *



(B) METRO POLICE BUILDING ? RFB NO. 15-0003



It is requested that Council authorize the execution of a construction contract

with River City Contracting, Inc. (Columbus, GA) in the amount of $234,501.00

for the Metro Police Building renovations.



The building is located at 525 10th Avenue. The work consists of roofing,

fencing, pipe bollards, exterior security bars, new doors and hardware,

restrooms, drywall, mechanical ventilation system and battery-operated

emergency lights.



Bid postcard invitations were mailed to one hundred forty-three vendors and bid

specifications were posted on the web pages of the Purchasing Division and

Georgia Procurement Registry. A mandatory pre-bid conference/site visit was

held on August 13, 2014; ten contractors were represented at the pre-bid

conference/site visit. Six bids were received on September 3, 2014. This bid

has been advertised, opened and reviewed. The bidders were:



Bidders Total Bid

River City Contracting (Midland, GA) $ 234,501.00

Cam Builders, LLC (Hattchechubbe, AL) 254,841.00

Thayer-Bray Construction, LLC (Columbus, GA) 264,600.00

Principle Construction (LaGrange, GA) 278,900.00

Pound Constructors Company (Columbus, GA) 287,914.00

RAN GC, LLC (Warm Springs, GA) 325,000.00





Funds are budgeted in the FY15 Budget: General Fund Supported Capital Projects

? Building Improvement ? CPD Building 10th Avenue;

0508-660-1000-CPGF-7663-22935-20140.



* * * * * *



(C) 25-YD REFUSE TRUCK RENTAL (ANNUAL CONTRACT) ? RFP NO. 15-0011



It is requested that Council authorize the execution of a contract with Rush

Refuse Systems (San Antonio, TX), for the lease, with the option to purchase,

of two (2) 25-yd Refuse Trucks (2013 Peterbilt 320 3 man with McNeilus 25-Yd XC

Rear Loader, plus options).



These trucks will be used to transport recycling items from Fort Benning, GA,

to the City?s Recycling Center on a regular weekly basis, beginning October 1,

2014.



Rush Refuse Systems will provide two (2) new or used diesel powered 25-cubic-yd

refuse trucks with mechanized loading device rear loader.



The term of the contract will be for twelve (12) months, with the option to

renew for four additional twelve-month periods. Contract renewal will be

contingent upon the mutual agreement of the City and the Contractor.



On August 13, 2014, request for proposals postcards were mailed to two hundred

twenty (220) vendors and specifications were posted on the websites of the

City, and Georgia Procurement Registry. The RFP has been advertised and

opened. Proposals were received on September 5, 2014, from the following three

(3) offerors:

Rush Refuse Systems (San Antonio, TX)

Carolina Environmental Systems (Carrollton, GA)

Premier Truck Sales, Inc. (Cleveland, OH)



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

representatives from the Public Works Department.



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, negotiation may begin with

the next responsive offeror or 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.



Funding will come from the Integrated Waste Fund. Revenue generated from the

sale of recycling materials collected at Ft. Benning will be deposited into the

Integrated Waste Revenues. Expenses as a result of two leased vehicles,

drivers, fuel and maintenance will be paid from Integrated Waste Personnel,

Equipment Rentals/Leases funded by revenues generated from the program.





* * * * * *



(D)(1) OASIS SYSTEM SOFTWARE UPGRADE AND REAPPRAISAL



It is requested that Council approve the purchase of the Oasis System upgrade

(iasWorld) at $2,756,115.00 and Reappraisal at $1,700,000.00 from Tyler

Technologies (Dallas, TX); and Annual Maintenance in the amount of $184,560.00.



The Oasis System was originally purchased in 1992, from Cole-Trumble-Layer (a

subsidiary of Tyler Technologies) to help the Tax Assessors and Tax

Commissioner?s Office track and assess property. The system needs to be

upgraded to enhance its functionality and efficiency for the two departments.

The upgrade is requested for the following reasons:

PURPOSE

? To upgrade our current, outdated software from a mainframe to PC based

architecture

o Currently on OASIS version 7.0

o Upgraded Version - iasWorld

? Allow for real-time, online taxpayer interface

? Allow for integration with other departments

o GIS, Liens, Business License, Permits



TAX COMMISSIONER

? Payments cannot be made online ? upgrade would reduce walk-ins & calls

? Cannot currently accept credit or debit card payments with current system

? Consolidation of multiple screens being used to obtain information

? Current payoffs for taxes cannot be obtained online

? Upgrade would allow for reduction in duplication of work between TA/TC in

Homestead audits

o Reduce Errors

o Increased system security

o Internal Controls

? Billing would be simplified with new system.

o Reduce mail-outs from 2 to 1 (reduced postage)

o Pathway to electronic billing open



TAX ASSESSORS

? Streamline operations

o Currently working in two systems (Wingap & OASIS), upgrade would eliminate

that need

? Appeals Tracking Module

o Support for BOE appeals, reporting

o Easier review & comparison of properties under appeal

? Real-time acquisition & manipulation of reports

? Access to data & programs in the field

? Property would held to identify incorrectly assessed properties

o New construction on properties

o Identify invalid/incorrect/multiple homestead exemptions

o Identify any unassessed properties



Funding for the purchase of the upgrade will be made available via the GMA

Lease Purchase Program Fund 0542 with the debt service paid by the

OLOST-Infrastructure Fund 0109. This is estimated at $550,000-$600,000 per

year for 5 years beginning in FY16. The funding for the Reappraisal

$1,700,000 will be a transfer from the General Fund to the Special Projects

Fund 0508 of $490,000 in FY15, $660,000 in FY16, and $550,000 in FY17. Cash

payment in FY15 is deferred to FY16. The Annual Maintenance will be budgeted

in the appropriate fiscal years.



* * * * * *





(D)(2) GMA LEASE AGREEMENT FOR OASIS SYSTEM SOFTWARE UPGRADE



It is requested that Council authorize the City Manager to execute a Supplement

Lease, under the GMA Direct Lease Program, for the purchase of the Oasis System

upgrade (iasWorld), at a cost of $2,756,115.00, as cited above in item D-1.



* * * * * *





(E) CITY VILLAGE MASTER PLAN ? RFP NO. 14-0017



It is requested that Council authorize the execution of a contract with

Zyscovich Architects (Miami, FL) for the City Village Master Plan. Zyscovich

Architects will provide the following services:



A. VISIONING PROCESS

The Visioning process will engage community stakeholders to help establish a

"sense of place" for the City Village area, as the community is not widely

recognized as its own neighborhood. The Bibb City community located to the

North is widely recognized and it is important not to infringe on their

community identity. The Columbus Whitewater Project opened during summer 2013

and has inevitably brought more awareness to the river and this particular

section of town due to its proximity to the entrance of the whitewater course.



B. DESIGN STANDARDS

Once a clear vision of the community is established, design standards for the

area will be created to incentivize investment and protect what stakeholders

have deemed to be important.



The design standards may be in the form of a revised zoning code (i.e. form

based zoning) or an overlay district that governs the type and style of infill

along with future renovation work. The design of the community will not only

enhance and create a welcome environment for economic development, but respect

and preserve the architectural character that remains in many of the original

structures.



The overall design of the area should help resolve the eroding residential and

retail environment within the community that is related to a loss of character,

decreased maintenance, and unplanned development patterns. Context-sensitive

neighborhood commercial revitalization is needed as many of these areas are

fragile and will deteriorate rapidly if action is not taken soon.



C. TRANSPORTATION ~ MULTI-MODAL ~ CONNECTIVITY

Traffic volumes along Second Avenue are mainly pass-through travelers. Second

Avenue takes residents that live on the north side of Columbus to their jobs at

TSYS, Synovus, City Government and Aflac. It is also the direct connection from

the JR Allen Parkway and the Interstate, therefore, it will be the route

traveled by many whitewater visitors. It should operate at a high capacity;

however, it should also serve as a gateway to our community that welcomes

travelers with a diverse range of businesses, appropriate access management and

ample parking and operate as City Village?s neighborhood servicing commercial

corridor.



When traveling on Second Avenue one would not know that they are one block from

the Chattahoochee River. There is not visual connection to the River from

Second Avenue. The plan will include a way to create streetscapes and

wayfinding systems that will draw the traveler to turn down the side streets

and explore First Avenue and the Riverwalk/Whitewater.



Finally, along First Avenue and the side streets, all travelers should have

access. These streets should include bicycle and pedestrian connectivity.

Residents and tourists should be able to park their car and walk or ride their

bikes to local shops and restaurants and interact with green space and the

River. A physical and visual connection to Uptown that is transitional in

nature must also be created. This may require infrastructure improvements,

parking and streetscapes. This connection should also be multimodal.



D. ECONOMIC DEVELOPMENT ~ VILLAGE ~ NEIGHBORHOOD BUSINESSES

Economic development can be built upon the work already accomplished by Uptown

and Whitewater.



When creating opportunities for economic development in City Village, a

delicate balance must be found. City Village?s history is that of the modest

mill worker. Chase Homes should be redeveloped within this community allowing

for mixed income, mixed use developments and prevent gentrification. Private

investment should be focused on a smaller scale, village style development

pattern which decreases in intensity from the south to the north. Second Avenue

should be regarded as a higher intensity commercial corridor which transitions

on the east side of First Avenue to interact with smaller village style, mixed

use developments along the west side of First Avenue.



The City of Columbus welcomes employment opportunities and should explore all

options for employment opportunities within the City Village neighborhood.

Private investment should also cater to visitors and must provide a quaint,

village shopping and dining experience to tourists and residents alike.



The study will include the anticipation of 180,000 additional visitors to

Whitewater each year as well as the infusion of population due to the

redevelopment of Chase and introduction of mixed income and mixed use housing.



On March 5, 2014, request for proposal invitations were mailed to one hundred

and seventy-two vendors and specifications were posted on the web pages of the

City, Georgia Procurement Registry and DemandStar Onvia. The RFP has been

advertised, opened and evaluated. Proposals were received on April 4, 2014

from the following nine offerors:



Zyscovich Architects (Miami, FL)

With Lambert Advisory Group and URS Corporation



Design Collective (Baltimore, MD)

With Kimley-Horn & Associates, Inc. and Market + Main



EDSA, Inc. (Fort Lauderdale, FL)

With Gullatte Associates, Inc., Langan Engineering & Environmental Services,

and Lambert Advisory, LLC



Farmer Morgan, LLC (Huntsville, AL)

With Skipper Consulting, Inc., LTA Consulting, LLC, and Retail Strategies



Greenrock Partners, LLC (Atlanta, GA)

With Schreiber Anderson & Associates (SAA) Design Group, UrbanIS, Syphoe

Consultants, John I. Rivers Associates, Foresite Group, Bolt Engineering and

MXD/Liquid Studios



Lord Aeck Sargent (Atlanta, GA)

With Mulkey Engineers & Consultants, Bleakly Advisory Group, Billy Parrish

Consulting, and Market + Main



Stantec Consulting Services, Inc. (Boston, MA)

With Gullate Assoc., Inc. and Zimmerman/Volk Associates



The Walker Collaborative (Nashville, TN)

With Public Visioning, Third Coast Design Studio, Alta Planning & Design, and

Randall Gross / Development Economics



Tunnell-Spangler & Associates (Atlanta, GA)

With Dover, Kohl & Partners, Partners for Economic Solutions (PES),

Nelson/Nygaard and Hecht Burdeshaw Architects, Inc.



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

representatives from the Planning Department, Historic Columbus Foundation,

Inc., the Housing Authority, a local marketing firm, a local architect, and a

local real estate developer. A representative of the City Manager?s Office and

the Planning Department served in a non-voting advisory capacity.



The RFP process is governed by the City?s Procurement Ordinance, Articles

3-111, Competitive Sealed Proposals for the procurement of

Architectural/Engineering and Land Surveying Services. 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, negotiations will begin with the next responsive

offeror or the RFP specifications may be re-advertised.



Evaluation results have been submitted to the City Manager in a separate memo

for informational purposes.



Funding is available in the FY15 Budget: 100,000.00 from CDBG and 125,000.00

from UDAG.

?ITEM A?

A RESOLUTION

NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF AN UPGRADE TO THE REMOTEC ANDROS F6A

HAZARDOUS-DUTY ROBOT FROM REMOTEC (OAK RIDGE, TENNESSEE) IN THE AMOUNT OF

$65,394.00.



WHEREAS, in 2003, per Resolution #554-03, Council approved the purchase of the

Rometec Andros F6A robot. The upgrade is required for the equipment due to its

age. Additionally, upgraded features are required to allow the bomb

technicians to remain at a safe distance, and in a safe location, when handling

potentially hazardous items and/or situations; and,



WHEREAS, the hazardous-duty robot is used by the Hazardous Devices Response

Team to handle explosives, nuclear surveillance, HazMat operations, Special

Response Team Operations and Airport Security. The robot is designed to have

all-terrain capabilities coupled with enhanced speed. This will enable bomb

technicians to handle incidents more efficiently. The robot can be operated by

either remote application or by fiber-optic cable. The unit features include

an environmentally sealed design, forty-five degree climbing ability,

quick-change tool assemblies and multiple cameras.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase an upgrade for

the Remotec Andros F6A hazardous-duty robot from REMOTEC (Oak Ridge, Tennessee)

in the amount of $65,394.00. Funds are available in FY15 Budget: Multi-Govt

Project Fund ? Sheriff ? FY13 DHS Homeland Security Grant ? Capital

Expenditures Over $5000, 0216-550-3007-EDOG-7761.



______________________





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

held the _________ day of ____________________, 2014 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 A CONSTRUCTION CONTRACT WITH RIVER

CITY CONTRACTING, INC. (COLUMBUS, GA) IN THE AMOUNT OF $234,501.00 FOR THE

METRO POLICE BUILDING RENOVATIONS.



WHEREAS, the building is located at 525 10th Avenue. The work consists of

roofing, fencing, pipe bollards, exterior security bars, new doors and

hardware, restrooms, drywall, mechanical ventilation system and

battery-operated emergency lights.



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

FOLLOWS:



That the City Manager is hereby authorized to execute a construction

contract with River City Contracting, Inc. (Columbus, GA) in the amount of

$234,501.00 for the Metro Police Building renovations. Funds are budgeted in

the FY15 Budget: General Fund Supported Capital Projects ? Building

Improvement ? CPD Building 10th Avenue; 0508-660-1000-CPGF-7663-22935-20140.



____________________





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

held the _________ day of __________, 2014 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 EXECUTION OF A CONTRACT WITH RUSH REFUSE

SYSTEMS (SAN ANTONIO, TX) FOR REFUSE TRUCK RENTAL, TO ACCOMMODATE RECYCLING

PICKUP FOR FORT BENNING.



WHEREAS, an RFP was administered (RFP No. 15-0011) and three proposal(s) were

received; and,



WHEREAS, the proposal submitted by Rush Refuse Systems met all proposal

requirements; and,



WHEREAS, the term of the contract shall be for twelve (12) months, with the

option to renew for four (4) 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 a contract with

Rush Refuse Systems (San Antonio, TX), for Refuse Truck Rental. Funding will

come from the Integrated Waste Fund. Revenue generated from the sale of

recycling materials collected at Ft. Benning will be deposited into the

Integrated Waste Revenues. Expenses as a result of two leased vehicles,

drivers, fuel and maintenance will be paid from Integrated Waste Personnel,

Equipment Rentals/Leases funded by revenues generated from the program.



__________________________



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

held the _________ day of ___________, 2014 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 (1)?

A RESOLUTION

NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF THE OASIS SYSTEM UPGRADE (IASWORLD)

AT $2,756,115.00, AND REAPPRAISAL AT $1,700,000.00 FROM TYLER TECHNOLOGIES

(DALLAS, TX); AND ANNUAL MAINTENANCE IN THE AMOUNT OF $184,560.00.



WHEREAS, the Oasis System was originally purchased in 1992, from

Cole-Trumble-Layer (a subsidiary of Tyler Technologies) to help the Tax

Assessors and Tax Commissioner?s Office track and assess property; and,



WHEREAS, the system needs to be upgraded to enhance its functionality and

efficiency for the two departments.



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

FOLLOWS:



That the City Manager is hereby authorized to purchase the Oasis System

upgrade (iasWorld) at $2,756,115.00 and Reappraisal at $1,700,000.00 from

Tyler Technologies (Dallas, TX); and Annual Maintenance in the amount of

$184,560.00. Funding for the purchase of the upgrade will be made available

via the GMA Lease Purchase Program Fund 0542 with the debt service paid by the

OLOST-Infrastructure Fund 0109. This is estimated at $550,000-$600,000 per

year for 5 years beginning in FY16. The funding for the Reappraisal

$1,700,000 will be a transfer from the General Fund to the Special Projects

Fund 0508 of $490,000 in FY15, $660,000 in FY16, and $550,000 in FY17. Cash

payment in FY15 is deferred to FY16. The Annual Maintenance will be budgeted

in the appropriate fiscal years.

_______________________





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

held the _________ day of ____________, 2014 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 (2)?

A RESOLUTION



NO.______

RESOLUTION FOR SUPPLEMENTAL LEASES



A RESOLUTION TO AUTHORIZE AND DIRECT THE CITY MANAGER TO

EXECUTE ONE OR MORE LEASE SUPPLEMENTS FOR A LEASE OR LEASES UNDER THE GMA

DIRECT LEASING PROGRAM; TO DESIGNATE SUCH LEASES AS QUALIFIED TAX-EXEMPT

OBLIGATIONS; TO PROVIDE AN EFFECTIVE DATE; AND FOR OTHER PURPOSES.



WHEREAS, the City has entered into a Master Lease (the ?Master Lease?) dated as

of ______________________, with Georgia Municipal Association, Inc. for the

leasing from time to time of certain equipment, machinery or other personal

property pursuant to Supplemental Leases;



NOW THEREFORE, BE IT RESOLVED OR ORDAINED AS FOLLOWS BY THE GOVERNING BODY OF

THE CITY:



1. The City Manager of the City is hereby authorized and directed to

execute and deliver a Lease Supplement pursuant to the Master Lease to put into

effect one or more leases for Oasis System Upgrade (iasWorld) (the ?Leased

Property?); said officer of the City is authorized and directed in the name and

on behalf of the City to execute and deliver (i) one or more Lease Supplements

for items of the Leased Property in substantially the form attached to the

Master Lease, with such changes and additions as may be approved by said

officer, and (ii) such other documents as may be deemed by such officer to be

necessary or desirable to effect the purposes hereof or of the Master Lease,

and such execution shall constitute conclusive evidence that the executed

document has been authorized and approved hereby; the aforesaid officer is

further authorized to do all things necessary or appropriate to effectuate the

purposes hereof.



2. An appropriation in the City?s current operating budget has

previously been made which shall be sufficient to pay the ?Rentals? and the

?Termination Payment? during the ?Starting Term? under such Lease Supplements;

or



(check box if applicable)



An appropriation from unappropriated and unreserved funds

in the City?s current operating budget is hereby made for the ?Rentals? and the

?Termination Payment? during the ?Starting Term? under such Lease Supplements,

and the budget of the City is hereby amended to reflect such appropriation to

the extent necessary.



3. The lease or leases contemplated by the said Lease Supplements are hereby

designated

?Qualified Tax-Exempt Obligations? within the meaning of Section

265(b)(3) of the Internal Revenue Code of 1986, as amended, and said officer

shall be authorized to confirm such designation by execution of appropriate

documents in connection therewith.



4. This authorization shall be effective immediately.





CLERK?S CERTIFICATE



The undersigned hereby certifies that he or she is the Clerk of the Columbus,

Georgia (the ?City?), and that the foregoing is a true copy of the

Resolution or Ordinance [Check One] adopted by the governing body of the

City at a meeting duly held on the _____________, 20___, at which a quorum was

present and acting throughout, and that the same has not been rescinded or

modified and is now is in full force and effect. Given under the seal of the

City, this _____________, 20______.







(SEAL) __________________________________



City Clerk







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

held the _________ day of ____________________, 2014 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 EXECUTION OF A CONTRACT WITH ZYSCOVICH

ARCHITECTS (MIAMI, FL) FOR THE MASTER PLAN FOR CITY VILLAGE.



WHEREAS, an RFP was administered (RFP 14-0017) and proposals were received from

nine offerors; and,



WHEREAS, the proposal submitted by Zyscovich Architects 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 execute a contract with

Zyscovich Architects (Miami, FL) for the City Village Master Plan. Funding is

available in the FY15 Budget: 100,000.00 from CDBG and 125,000.00 from UDAG.



___________________



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

held the _________ day of __________________, 2014 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