Agenda Item # 5
Columbus Consolidated Government
Council Meeting

July 14, 2015

Agenda Report # 05

TO: Mayor and Councilors

SUBJECT: Purchase Authorizations

INITIATED BY: Finance Department


(A) BUS SHELTERS (ANNUAL CONTRACT) – RFB NO. 15-0026

It is requested that Council authorize the purchase of bus shelters from Brasco International, Inc. (Madison Heights, MI). Metra has budgeted $50,000 for the purchase of bus shelters per year. METRA anticipates purchasing 10 each (8’Hx8’Lx5’) and 5 each (8’Hx12’x4’) bus shelters per year.

METRA will utilize the bus shelters to replace missing and/or damaged shelters along the City bus routes.

The contract period shall be for two years, with the option to renew for three (3) additional twelve- month periods. Contract renewal is contingent upon the mutual agreement of the contractor and the City.

Bid specifications were posted on the web pages of the Purchasing Division and Georgia Procurement Registry. Three bids were received on June 17, 2015. This bid has been advertised, opened and reviewed. The bidders were:

[Bus Shelters Tabulation Sheet].doc[Bus Shelters Tabulation Sheet].doc

Funds are budgeted each fiscal year for this ongoing expense: Transportation Fund – Transportation - Federal Transportation Administration - Capital Expenditure Under $5,000, 0751-610-2400-MFTA-7763. This purchase is funded: 80% Federal, 10% State and 10% Local.
* * * * *

(B) SECURE SHREDDING SERVICES - (ANNUAL CONTRACT) – RFP NO. 15-0013

It is requested that Council authorize the execution of an annual contract with River Mill Data Management, LLC (Columbus, GA) for secure shredding services, on an as needed basis.

River Mill Data Management, LLC will provide “Secure Shredding Services” for the collection and shredding of paper and other media containing confidential or personal information.

The initial term of the contract shall be for two years, with the option to renew for three additional twelve-month periods. The contract renewal will be contingent upon the mutual agreement of the City and the Contractor.

RFP postcard invitations were mailed to six (6) vendors, and RFP specifications were posted on the web pages of the Purchasing Division and the Georgia Procurement Registry. This RFP has been advertised, opened and evaluated. Proposals were received on October 17, 2014 from the following three (3) offerors:

River Mill Data Management, LLC (Columbus, GA)
The Overby Company/Shred-A-Way (Columbus, GA)
Cintas/Shred-It (Columbus, GA)

Proposals were reviewed by the Evaluation Committee, which consisted of representatives from the Human Resources Department, the Recycling Center and the Muscogee County School District. A representative from the Records Center served as a non-voting advisor.

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 RFP process, there is no formal opening due to the possibility of negotiated components of the proposal. In the event City Council does not approve the recommended offeror, no proposal responses or any negotiated components are made public until after the award of the contract. The evaluation results and cost information has been submitted to the City Manager in a separate memo for informational purposes.

Funds are budgeted each fiscal year for this ongoing service: General Fund – Chief Administrator – Citizen’s Service Center – Contractual Services; 0101-130-2850-CSRV-6319.

* * * * *

(C) CONSULTING SERVICES FOR EMPLOYEE BENEFIT PLAN (ANNUAL CONTRACT) - RFP NO. 15-0018

It is requested that Council approve the negotiation of a contract with ShawHankins, LLC to provide consulting services for employee benefit plan. ShawHankins, LLC will strategically plan, broker, implement and support CCG employee benefits programs. The firm will be effective and proactive in assisting with the following:

The initial term of the contract shall be for one year, with the option to renew for four additional twelve-month periods. The option to renew will be contingent upon the mutual agreement of the City and the Contractor.

RFP specifications were posted on the web pages of the Purchasing Division and Georgia Procurement Registry. The RFP has been advertised and opened. Proposals were received on March 20, 2015 from the following seven (7) offerors:

Shaw Hankins, LLC (Cartersville, GA)
Gallagher Benefit Services (Atlanta, GA)
Benalytics Consulting Services (Marietta, GA)
Alliant Employee Benefits (Alpharetta, GA)
Johnson & Bryan (Atlanta, GA)
Northwestern Benefit Group (Atlanta, GA)
Resurgens Risk Management (Atlanta, GA)

The proposals were reviewed by the Evaluation Committee, which consisted of representatives from Human Resources, Finance and Internal Auditor’s Office. The committee also consisted of two non-voting Advisors from Human Resources. 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 RFP process, there is no formal opening due to the possibility of negotiated components of the proposal. In the event City Council does not approve the recommended offeror, no proposal responses or any negotiated components are made public until after the award of the contract. Evaluation results and cost information has been submitted to the City Manager in a separate memo for informational purposes.

Funds are budgeted each fiscal year for this ongoing expense: Employee Health Insurance Fund - Human Resources – Health Insurance Fees – Professional Services; 0850-220-3320-HLTH-6311.
* * * * *

(D) ANNUAL MAINTENANCE FOR MUG SHOT SYSTEM

It is requested that Council authorize the payment to DataWorks Plus, LLC, in the amount of $37,697.35 for the annual maintenance agreement for the Jail’s Photo Manager (Mugshot) system, Livescan fingerprint system, and Rapid ID scan devices.


The vendor will provide 24/7 maintenance and support (hardware and software) with remote dial-in analysis. The system supports multiple law enforcement agencies to include Agency website access to offender photographs and charges. The maintenance period will be for one year, from August 1, 2015 through July 31, 2016.

Resolution No. 233-96 authorized the purchase of the upgraded system from DataWorks Plus (formerly TFP, Inc.). The City has paid for subsequent maintenance agreements since the warranty for the equipment expired. The software and licenses are proprietary to DataWorks Plus. Therefore, the vendor is considered the only known source per the procurement ordinance.

Funds are budgeted in the FY16 Budget as follows: General Fund - Sheriff – Jail – Contractual Services, 0101-550-2600- JAIL-6319.
* * * * *

(E) VSE UPGRADE OF IBM MAINFRAME SOFTWARE

It is requested that Council approve the purchase of an upgrade to the Mainframe IBM software from Mainline Information Systems (Tallahasse, FL), for the total amount of $76,200.00; and authorize the City Manager to enter into all agreements pertaining to this purchase and the maintenance/support.

The City’s current version of IBM mainframe software is out of date and is no longer supported. The VSE upgrade is a software upgrade to a newer supported version. Mainline is the IBM vendor partner that helps maintain the mainframe system and they already support the City’s mainframe.

Mainline is a partner of IBM and the provider of the City’s current mainframe equipment and operating system. Therefore, the vendor is considered an only known source for this purchase per the Procurement Ordinance, Section 3-114.

Funds are budgeted in the FY16 Budget: LOST/Infrastructure – Information Technology – Infrastructure/LOST – Communication Equipment – IT Storage Project; 0109 – 210 - 9901 – ISS – 7733-90001-20160.
* * * * *

(F) CISCO VOICE (VOIP) PHONE SYSTEM AND CORE SYSTEM SWITCH EQUIPMENT UPGRADE

It is requested that Council approve the purchase/financing/payment of the upgrade of the Cisco Voice (VOIP) Phone System and the Core System Switch Equipment, as well as, Installation and License/Maintenance from Cisco Systems Capital, partnering with CPAK, for the total amount of $1,031,271.25. The purchase will be financed over a five-year period through Banc of America Public Capital Corporation (BAPCC) with annual payments made in the amount of $206,254.25; the first payment is due on October 20, 2015. CPAK, a partner of Cisco, will provide the equipment, as well as, perform the installation and Maintenance. The annual payments will be made to Banc of America Public Capital Corporation, Cisco’s financing partner. Approval is also requested to authorize the City Manager to enter into all agreements pertaining to this purchase, financing and the maintenance/support. This purchase will be accomplished via Georgia Statewide Contract 99999-SPD-T20120501-0006.

The purchase of this upgrade, involves two related systems offered by CISCO, which have been bundled to save money. The two systems are: 1) Voice Over IP (VoIP) phone system, which is the City’s phone system, and 2) Core System Switch, which connects all network wiring for the City. Both of the current systems are outdated, out of warranty and Information Technology staff cannot repair the equipment. CISCO, through their financing partner, BAPCC, has agreed to finance the upgrade, installation, and maintenance, at 0% interest for 5 years. The partnerships between Cisco, CPAK and Banc of America Public Capital Corporation will enable the upgrade of the two systems with the least amount of financial burden to the City.

Funds are budgeted in the FY16 Budget: LOST/Infrastructure – Information Technology – Infrastructure/LOST – Communication Equipment – IT Storage Project; 0109 – 210 - 9901 – ISS – 7733-90001-20160. Funds for the Support/License and Maintenance of the two systems will be budgeted in appropriate fiscal years.
* * * * *

(G) BURN BUILDING AND BURN PROPS FOR FIRE/EMS

It is requested that Council approve the purchase of a Burn Building for Fire/EMS from WHP Training Towers (Oakland Park, KS) in the amount of $821,254.20; and also approve the purchase of Burn Props for the Burn Building from Global Enterprise, Inc., (South Riding, VA) in the amount of $310,703.00. The purchases will be accomplished via Federal GSA, Schedule 84, Contract # GS-07F-5448P (WHP Training Towers) and Contract # GS-07F-248BA (Global Enterprise, Inc.).

The burn building will be utilized to certify new firefighters to meet the annual live fire training through Georgia Firefighters Standards and Training Council, as well as, train current firefighters under the Insurance Services Office fire suppression rating schedule, Section 580. Each member of the Fire/EMS Department should attend 18 hours of training at the live training structure.

In March of 2010, the City’s contracted Engineer firm, WK Dickson, conducted a building condition assessment for the current burn building. Based on the examination of the building, the firm concluded the concrete had deteriorated and was of poor quality. The current burn building has reached its useful life and should be replaced.

WHP Training Towers will provide and install a General Alarm Five Story training simulator. The simulator will consist of a structure that would approximate the following:

Features include 14 single windows, 1 double window, 23 single doors and a temperature monitoring system. The Tower has 2 inset balconies and a flat tower roof with 4 rappelling anchors. The Residential/Industrial section includes a 4′x4’ attic burn area, multiple rooms, 2 chop-outs on a gabled roof, and a 2nd floor live fire burn room. The Annex houses a third live fire burn room.

Global Enterprise, Inc., will provide and install the class B props for the burn building. Basically these items include: gas burners, flashover/rollover props, thermal imaging system and camera, and car fire trainer. These items will be fueled by natural gas and can be regulated by a control valve. Additionally, Fire/EMS staff will have the capability to view the burn room activity by having a control room to watch the fire training.

The new burn building will meet the National Fire Protection Association (NFPA) standards for Live Fire Training.

Funds are budgeted in the FY16 Budget: Special Projects - Capital Projects Fund – Capital Projects – General Fund Supported Capital Project – General Construction – Fire Burn Building OLOST; 0508 – 660 - 1000 – CPGF – 7661-22941-20150.


“ITEM A”
A RESOLUTION

NO.______

A RESOLUTION AUTHORIZING THE PURCHASE OF BUS SHELTERS FROM BRASCO INTERNATIONAL, INC. (MADISON HEIGHTS, MI).METRA HAS BUDGETED $50,000 FOR THE PURCHASE OF BUS SHELTERS PER YEAR.


WHEREAS, METRA anticipates purchasing 10 each (8’Hx8”Lx5) bus shelters and 5 each (8’Hx12’Lx4’) bus shelter per year, and;

WHEREAS, METRA will utilize the bus shelters to replace missing and/or damaged shelters along the City bus routes, and;

WHEREAS, the contract period shall be for two years, with the option to renew for three (3) additional twelve- month periods. Contract renewal is contingent upon the mutual agreement of the contractor and the City.


That the City Manager is hereby authorized to purchase bus shelters from Brasco International, Inc., (Madison Heights, MI). Metra has budgeted $50,000 for the purchase of bus shelters per year. Funds are budgeted each fiscal year for this ongoing expense: Transportation Fund – Transportation - Federal Transportation Administration - Capital Expenditure Under $5,000, 0751-610-2400-MFTA-7763. This purchase is funded: 80% Federal, 10% State and 10% Local.
___________________


Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of ____________ 2015, and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Buck voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


_______________________________ _______________________________
Tiny B. Washington, Clerk of Council Evelyn Turner-Pugh, Mayor Pro Tem
“ITEM B”
A RESOLUTION
NO.______

A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH RIVER MILL DATA MANAGEMENT, LLC (COLUMBUS, GA) FOR SECURE SHREDDING SERVICES ON AN “AS NEEDED” BASIS.

WHEREAS, an RFP was administered (RFP No. 15-0013) and proposals were received from three offerors; and,

WHEREAS, the proposal submitted by River Mill Data Management, LLC was evaluated most responsive to the RFP; and,

WHEREAS, the term of contract shall be for two (2) 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 River Mill Data Management, LLC (Columbus, GA) for secure shredding services on an “as needed” basis. Funds are budgeted each fiscal year for this ongoing service: General Fund – Chief Administrator – Citizen’s Service Center – Contractual Services; 0101-130-2850-CSRV-6319.
____________________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _________ day of _____, 2015 and adopted at said meeting by the affirmative vote of _________ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Buck voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.



______________________________ ______________________________
Tiny B. Washington, Clerk of Council Evelyn Turner-Pugh, Mayor Pro Tem
“ITEM C”
A RESOLUTION
NO.______

A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH SHAWHANKINS, LLC, TO PROVIDE CONSULTING SERVICES FOR EMPLOYEE BENEFIT PLAN.

WHEREAS, an RFP was administered (RFP No. 15-0018) and seven proposals were received; and,

WHEREAS, the proposal submitted by ShawHankins, LLC, met all proposal requirements and is deemed most responsive to the RFP; and,

WHEREAS, the term of this contract shall be for one year, 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 negotiate a contract with ShawHankins, LLC to provide Consulting Services for Employee Benefit Plan. Funds are budgeted each fiscal year for this ongoing expense: Employee Health Insurance Fund - Human Resources – Health Insurance Fees – Professional Services; 0850-220-3320-HLTH-6311.

________________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the _____ day of_____________ 2015, and adopted at said meeting by the affirmative vote of ______ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Buck voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


_______________________________ ______________________________
Tiny B. Washington, Clerk of Council Evelyn Turner-Pugh, Mayor Pro Tem
“ITEM D”

A RESOLUTION

NO.____


A RESOLUTION AUTHORIZING PAYMENT TO DATAWORKS PLUS, LLC, IN THE AMOUNT OF $ 37,697.35 FOR THE ANNUAL MAINTENANCE AGREEMENT FOR THE JAIL’S PHOTO MANAGER (MUGSHOT) SYSTEM, LIVESCAN FINGERPRINT SYSTEM, AND RAPID ID SCAN DEVICES. THE MAINTENANCE PERIOD WILL BE FOR ONE YEAR, FROM AUGUST 1, 2015 THROUGH JULY 31, 2016.

WHEREAS, the vendor will provide 24/7 maintenance support for the mug shot system, which is utilized by the Sheriff’s Office; and,

WHEREAS, Resolution No. 233-96 authorized purchase of an upgraded system from DataWorks Plus (formerly TFP, Inc.). The City has paid for subsequent maintenance agreements since the warranty for the equipment expired. The software and licenses are proprietary to DataWorks Plus. Therefore, the vendor is the considered the only known source per the procurement ordinance.

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

That the City Manager is hereby authorized to render payment to DataWorks Plus, LLC, in the amount of $37,697.35 for the annual maintenance agreement for Jail’s Photo Manager (Mugshot) system, Livescan fingerprint system, and Rapid ID scan devices. The maintenance period will be for one year, from August 1, 2015 through July 31, 2016. Funds are budgeted in the FY16 Budget as follows: General Fund - Sheriff – Jail – Contractual Services, 0101-550-2600- JAIL-6319.

_________________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the ________ day of___________ 2015, and adopted at said meeting by the affirmative vote of ______ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Buck voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


_______________________________ ______________________________
Tiny B. Washington, Clerk of Council Evelyn Turner-Pugh, Mayor Pro Tem

"ITEM E”
A RESOLUTION
NO._______

A RESOLUTION AUTHORIZING TO PURCHASE AN UPGRADE OF THE MAINFRAME IBM SOFTWARE FROM MAINLINE INFORMATION SYSTEMS (TALLAHASSE, FL), FOR THE TOTAL AMOUNT OF $76,200.00; AND AUTHORIZE THE CITY MANAGER TO ENTER INTO ALL AGREEMENTS PERTAINING TO THIS PURCHASE AND THE MAINTENANCE/SUPPORT.

WHEREAS, the City’s current version of IBM mainframe software is out of date and is no longer supported. The VSE upgrade is a software upgrade to a newer supported version. Mainline is the IBM vendor partner that helps maintain the mainframe system and they already support the City’s mainframe; and,

WHEREAS, Mainline is a partner of IBM and the provider of the City’s current mainframe equipment and operating system. Therefore, the vendor is considered an only known source for this purchase per the Procurement Ordinance, Section 3-114.

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

That the City Manager is hereby authorized to purchase an upgrade of the Mainframe IBM software from Mainline Information Systems (Tallahasse, FL), for the total amount of $76,200.00. The City Manager is further authorized to enter into all agreements pertaining to this purchase and the maintenance/support. Funds are budgeted in the FY16 Budget: LOST/Infrastructure – Information Technology – Infrastructure/LOST – Communication Equipment – IT Storage Project; 0109 – 210 - 9901 – ISS – 7733-90001-20160. Support, License and Maintenance costs will be budgeted in appropriate fiscal years for this upgrade.
______________

Introduced at a regular meeting of the Council of Columbus, Georgia, held the ________ day of___________ 2015, and adopted at said meeting by the affirmative vote of ______ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Buck voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.



_______________________________ ______________________________
Tiny B. Washington, Clerk of Council Evelyn Turner-Pugh, Mayor Pro Tem
“ITEM F”
A RESOLUTION

NO.______

A RESOLUTION AUTHORIZING THE PURCHASE/FINANCING/PAYMENT OF THE UPGRADE OF THE CISCO VOICE (VOIP) PHONE SYSTEM AND THE CORE SYSTEM SWITCH EQUIPMENT, AS WELL AS, INSTALLATION AND LICENSE/MAINTENANCE FROM CISCO SYSTEMS CAPITAL, PARTNERING WITH CPAK, FOR THE TOTAL AMOUNT OF $1,031,271.25. THE PURCHASE WILL BE FINANCED OVER A FIVE-YEAR PERIOD THROUGH BANC OF AMERICA PUBLIC CAPITAL CORPORATION (BAPCC) WITH ANNUAL PAYMENTS MADE IN THE AMOUNT OF $206,254.25; THE FIRST PAYMENT IS DUE ON OCTOBER 20, 2015. CPAK, A PARTNER OF CISCO, WILL PROVIDE THE EQUIPMENT, AS WELL AS, PERFORM THE INSTALLATION AND MAINTENANCE. THE ANNUAL PAYMENTS WILL BE MADE TO BANC OF AMERICA PUBLIC CAPITAL CORPORATION, CISCO’S FINANCING PARTNER. APPROVAL IS ALSO REQUESTED TO AUTHORIZE THE CITY MANAGER TO ENTER INTO ALL AGREEMENTS PERTAINING TO THIS PURCHASE, FINANCING AND THE MAINTENANCE/SUPPORT. THIS PURCHASE WILL BE ACCOMPLISHED VIA GEORGIA STATEWIDE CONTRACT 99999-SPD-T20120501-0006.

WHEREAS, the purchase of this upgrade, involves two related systems offered by CISCO, which have been bundled to save money. The two systems are: 1) Voice Over IP (VoIP) phone system, which is the City’s phone system, and 2) Core System Switch, which connects all network wiring for the City; and,

WHEREAS, both of the current systems are outdated, out of warranty and Information Technology staff cannot repair the equipment. CISCO, through their financing partner, BAPCC, has agreed to finance the upgrade, installation, and maintenance, at 0% interest for 5 years. The partnerships between Cisco, CPAK and Banc of America Public Capital Corporation will enable the upgrade of the two systems with the least amount of financial burden to the City.

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

That the City Manager is hereby authorized to enter into agreements for the purchase/financing/payment of the upgrade of the Cisco Voice (VOIP) Phone System and the Core System Switch Equipment, as well as, Installation and License/Maintenance from Cisco Systems Capital, partnering with CPAK, for the total amount of $1,031,271.25. The purchase will be financed over a five-year period through Banc of America Public Capital Corporation (BAPCC) with annual payments made in the amount of $206,254.25; the first payment is due on October 20, 2015. CPAK, a partner of Cisco, will provide the equipment, as well as, perform the installation and Maintenance. The annual payments will be made to Banc of America Public Capital Corporation, Cisco’s financing partner. The City Manager is further authorized Approval to enter into all agreements pertaining to this purchase, financing and the maintenance/support. This purchase will be accomplished via Georgia Statewide Contract 99999-SPD-T20120501-0006. Funds are budgeted in the FY16 Budget: LOST/Infrastructure – Information Technology – Infrastructure/LOST – Communication Equipment – IT Storage Project; 0109 – 210 - 9901 – ISS – 7733-90001-20160. Funds for the Support/License and Maintenance of the two systems will be budgeted in appropriate fiscal years.
__________________________


Introduced at a regular meeting of the Council of Columbus, Georgia, held the ________ day of___________ 2015, and adopted at said meeting by the affirmative vote of ______ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Buck voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.


_______________________________ ______________________________
Tiny B. Washington, Clerk of Council Evelyn Turner-Pugh, Mayor Pro Tem
“ITEM G”
A RESOLUTION

NO.______

A RESOLUTION AUTHORIZING THE PURCHASE OF A BURN BUILDING FOR FIRE/EMS FROM WHP TRAINING TOWERS (OAKLAND PARK, KS) IN THE AMOUNT OF $821,254.20; AND AUTHORIZING THE PURCHASE OF BURN PROPS FOR THE BURN BUILDING FROM GLOBAL ENTERPRISE, INC., (SOUTH RIDING, VA) IN THE AMOUNT OF $310,703.00. THE PURCHASES WILL BE ACCOMPLISHED VIA FEDERAL GSA, SCHEDULE 84, CONTRACT # GS-07F-5448P (WHP TRAINING TOWERS), AND CONTRACT # GS-07F-248BA (GLOBAL ENTERPRISE, INC.).

WHEREAS, the burn building will be utilized to certify new firefighters to meet the annual live fire training through Georgia Firefighters Standards and Training Council, as well as, train current firefighters under the Insurance Services Office fire suppression rating schedule, Section 580. Each member of the Fire/EMS Department should attend 18 hours of training at the live training structure; and,

WHEREAS, in March of 2010, the City’s contracted Engineer firm, WK Dickson, conducted a building condition assessment for the current burn building. Based on the examination of the building, the firm concluded the concrete had deteriorated and was of poor quality. The current burn building has reached its useful life and should be replaced; and,

WHEREAS, WHP Training Towers will provide and install a General Alarm Five Story training simulator; and,

WHEREAS, Global Enterprise, Inc., will provide and install the class B props for the burn building; and,

WHEREAS, the new burn building will meet the National Fire Protection Association (NFPA) standards for Live Fire Training.

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

That the City Manager is hereby authorized to purchase a Burn Building for Fire/EMS from WHP Training Towers (Oakland Park, KS) in the amount of $821,254.20; and also purchase Burn Props for the Burn Building from Global Enterprise, Inc., (South Riding, VA) in the amount of $310,703.00. The purchases will be accomplished via Federal GSA, Schedule 84, Contract # GS-07F-5448P (WHP Training Towers), and Contract # GS-07F-248BA (Global Enterprise, Inc.). Funds are budgeted in the FY16 Budget: Special Projects - Capital Projects Fund – Capital Projects – General Fund Supported Capital Project – General Construction – Fire Burn Building OLOST; 0508 – 660 - 1000 – CPGF – 7661-22941-20150.

__________________________


Introduced at a regular meeting of the Council of Columbus, Georgia, held the ________ day of___________ 2015, and adopted at said meeting by the affirmative vote of ______ members of said Council.


Councilor Allen voting __________.
Councilor Baker voting __________.
Councilor Barnes voting __________.
Councilor Buck voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Huff voting __________.
Councilor Thomas voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.



_______________________________ ______________________________
Tiny B. Washington, Clerk of Council Evelyn Turner-Pugh, Mayor Pro Tem