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 #________
Columbus Consolidated Government
Council Meeting
February 4, 2003
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) NORTHSIDE PARK RENOVATIONS-SITE IMPROVEMENTS ? BID NO. 03-0060
It is requested that Council authorize the execution of a construction contract
with Alexander Contracting Company in the amount of $1,088,474.19 for site
improvements at Northside Park. The work includes, but is not limited to,
concrete work, sports field construction, sports field irrigation, sports field
lighting, building construction, chain link fencing and landscaping.
One hundred-nineteen bid invitations were mailed; five bids were received on
January 13, 2003. This bid has been advertised, opened and reviewed. The
bidders were:
Contractor Base Bid DBE Participation
Alexander Contracting (Columbus, GA) $1,088,474.19 09.15%
DE/TE Builders (Fortson, GA) 1,196,700.00 15.14%
Earth-Scapes (Phenix City, AL) 1,258,400.00 23.05%
Astra Group (Woodstock, GA) 1,285,368.00 10.98%
McMath-Turner Construction (Columbus, GA) 1,348,961.45 74.51%
Funds are budgeted in FY03 Budget, 1993 SPLOST Park Projects ?
Engineering/Architectural Services, Williams Road Park;
0541-690-2110-PDNW-6338-70055010.
(B) INNOVATED SPORTS EDUCATIONAL COMPONENT WORKSHOP (ANNUAL CONTRACT)
? RFP NO. 03-0016
It is requested that Council approve the negotiations and final contract with
Renaissance for Innovated Sports Educational Component Workshops.
The firm will provide instructors to teach workshops that are designed to allow
Parks and Recreation the opportunity to further expand the concept of
specialized programs. The firm will provide introductory, skill developments,
intermediate and advanced level workshops based on the needs of the
participants at various Parks and Recreation locations.
Contractor shall meet or exceed the requirements stated below:
? Provide participants with safe, well-organized instruction, by qualified
professional instructors.
? Assist with marketing of classes, distribute flyers, conduct promotions and
provide written description of proposed classes sent by an established date for
the Parks and Recreations Department quarterly brochure.
? Provide all classes at the locations designated by Parks and Recreation.
? Provide workshops two to three hours in length for each topic.
? Classes must be evening sessions, with the exception that some workshops may
be held on Saturday mornings at locations designated by Parks & Recreation.
The term of this contract shall be for one year, with the option to renew for
two (2) additional twelve-month periods. Contract renewal will be contingent
upon the mutual agreement of the City and the Contractor.
Request for proposals were mailed to forty-seven vendors and the RFP has been
advertised. Proposals were received December 6, 2002 from the following two
offerors:
Renaissance (Columbus, GA)
A Way Out, Inc. (Columbus, GA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from Parks and Recreation. During the evaluation process,
Renaissance was deemed most responsive to the RFP. 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(s), 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. The cost information and evaluation results have been
submitted to the City Manager in a separate memo for informational purposes.
Private donations from the Community are available to fund a portion of the
services. Revenues will be budgeted to offset expenditures each fiscal year
for this on-going expense, Parks & Recreation, Youth Activities ? Instructors
Fee Based Program, 0101-270-3440-YOTH-6346.
* * * * * *
(C) ANNUAL MAINTENANCE FOR LOTUS NOTES PRODUCTS
It is requested that Council authorize payment to IBM Corporation (North
Reading, MA) in the amount of $30,601.00 for the annual maintenance agreement
for Lotus Notes License and Maintenance Support. The maintenance period is
from March 1, 2003 thru February 28, 2004. The following is a list of software
modules supported by this maintenance agreement:
Software Module Quantity Unit
Price Extended
Price
Lotus Notes Collaboration License 725 22.12 $16,037.00
Domino Enterprise Server License 16 530.00 8,480.00
Domino Designer License 11 135.00 1,485.00
Sametime License 700 6.57 4,599.00
Total Lotus Domino Annual License $30,601.00
Per Resolution No. 189-01, Council authorized the purchase of Lotus Notes
software in April 2001. The software is manufactured by IBM Corporation,
therefore the vendor is considered an only known source for the maintenance,
per the Procurement Ordinance Section 3-114.
Funds are budgeted in FY03 Budget, Information Technology ? Software Lease;
0101-210-1000-ISS-6541.
* * * * * *
(D) RECYCLING COLLECTION VEHICLES? BID NO. 03-0036
It is requested that Council authorize the purchase of two (2) cab and chassis
from Beck Motor Company in the amount of $96,608.00; and two (2) recycling
bodies from Consolidated Disposal Systems in the amount of $110,000.00.
The recycling collection vehicles will be replacements and used to pick up
recycling products throughout Columbus in support of the City?s recycling
program.
One hundred, eighty-two bid invitations were mailed. Five bids were received
on January 8, 2003. This bid has been advertised, opened and reviews. The
bidders were:
BIDDERS OPTION 1
CAB & CHASSIS
(2 Units) OPTION 2
BODY
(2 Units) OPTION 3
COMPLETE UNIT
(2 Units)
Beck Motor Company
(Albany, GA) Unit: 48,304.00
Ext: $96,608.00 Unit: No Bid
Ext: No Bid Unit: No Bid
Ext: No Bid
Consolidated Disposal Systems 1
(Smyrna, GA) Unit: No Bid
Ext: No Bid Unit: 55,000.00
Ext: $110,000.00 Unit: 102,760.00
Ext: 205,520.00
Carl Black GMC 2
(Kennesaw, GA) Unit: 45,433.98
Ext: 90,867.96 Unit: No Bid
Ext: No Bid Unit: No Bid
Ext: No Bid
Transpower, Inc.
(Albany, GA) Unit: 49,205.00
Ext: 98,410.00 Unit: No Bid
Ext: No Bid Unit: No Bid
Ext: No Bid
Bill Heard Chevrolet
(Columbus, GA) Unit: 49,646.00
Ext: 99,292.00 Unit: No Bid
Ext: No Bid Unit: No Bid
Ext: No Bid
1 Consolidated Disposal Systems failed to include warranty for Option 1.
Therefore, Option 3 of the vendor?s bid was deemed incomplete.
2 Carl Black GMC failed to include warranty and acknowledgement of Addendum No.
1. Therefore, the vendor?s bid was deemed incomplete.
Funds are budgeted in FY03 Budget, Public Services - Recycling ? Heavy Trucks;
0207-260-3520-GARB-7723.
* * * * * *
(E) BIG SKY MODEL ELS-220B SHOTGUN RACKS W/BUTT BRACE ? BID NO. 03-0022
It is requested that Council authorize the purchase of ninety (90) Big Sky
Model ELS-220B Shotgun Racks W/Butt Brace from Law Enforcement Supply in the
amount of $19,725.00.
The shotguns will be utilized by the Columbus Police Department.
Sixty-seven bid invitations were mailed. Nine bids were received on October
16, 2002. This bid has been advertised, opened and reviewed. The bidders were:
BIDDERS TOTAL COST
Law Enforcement Supply Company
(Panama City, FL) $19,725.00
ATD American Company 1
(Wyncote, PA) 14,616.62
Southeastern Public Safety Equipment 2
(Norcross, GA) 15,225.00
Safety Systems Corporation 3
(Carol Stream, IL) 16,034.85
Interceptor Public Safety Products 4
(Milner, GA) 19,513.35
Smyrna Police Distributors 5
(Smyrna, GA) 21,255.00
1 Due to the Police Department?s standardizing to Remington M870P 12-Gauge
Shotguns, the bidder?s proposed unit must meet size accommodation and release
specifications. Written notification was forwarded to ATD American Company.
The vendor responded, stating their unit exceeded the written specifications
and welcomed the opportunity to provide a sample for testing. The date for the
arrival of the test units was set for December 6, 2002; the units actually
arrived on December 13, 2002. However, the test units were insufficient due to
lack of proper mounting gear and other miscellaneous accessories necessary to
properly test and evaluate the units. Despite the numerous requests of the
Purchasing Division and the Police Department, the proper mounting gear never
arrived. Consequently, ATD American Company was notified in writing that the
next low, responsive bidder would be recommended for award of the bid.
2 Due to the Police Department?s standardizing to Remington M870P 12-Gauge
Shotguns, the bidder?s proposed unit must meet size accommodation and release
specifications. Therefore, the unit proposed by Southeastern Public Safety
Equipment does not meet specifications. Written notification has been
forwarded to the vendor.
3 Due to the Police Department?s standardizing to Remington M870P 12-Gauge
Shotguns, the bidder?s proposed unit must meet size accommodation and release
specifications. Therefore, the unit proposed by Safety Systems Corporation
does not meet specifications. Written notification has been forwarded to the
vendor.
4 Interceptor Public Safety Products failed to include warranty information.
Therefore, the vendor?s bid was deemed incomplete.
5 Smyrna Police Distributors failed to include warranty information and product
literature. Therefore, the vendor?s bid was deemed incomplete.
6GT Distributors, Inc., failed to include warranty information. Therefore, the
vendor?s bid was deemed incomplete.
7 Skaggs failed to include warranty information. Therefore, the vendor?s bid
was deemed incomplete.
Funds are budgeted in FY03 Budget, Police - Local Law Enforcement Grant ?
Capital Expenditures Over $5,000.00 ? Police, 0216-400-3360-LLEG-7761.
* * * * * *
(F) CHIPPER TRUCKS ? BID NO. 03-0057
It is requested that Council authorize the purchase of three (3) chipper truck
cab and chassis from Peach State Ford Truck Sales in the amount of $113,197.50;
and three (3) chipper truck bodies from Park-Built Truck Equipment in the
amount of $25,800.00. The trucks will be used by the Landscape and Forestry
Division to transport tree and limb debris, from work sites to the landfill or
other designated areas.
One hundred sixty-seven bid invitations were mailed; eight bids were received
on January 15, 2003. This bid has been advertised, opened and reviewed. The
bidders were:
BIDDERS OPTION 1
CAB & CHASSIS
(3 Units) OPTION 2
BODY
(3 Units) OPTION 3
COMPLETE UNIT
(3 Units)
Peach State Ford Truck Sales
(Norcross, GA) Unit: 37,732.50
Ext: 13,197.50 Unit: No Bid
Ext: No Bid Unit: No Bid
Ext: No Bid
Park-Built Truck Equipment
(Sylvester, GA) Unit: No Bid
Ext: No Bid Unit: 8,600.00
Ext: 25,800.00 Unit: No Bid
Ext: No Bid
Fontaine Truck Equipment1
(Forest Park, GA) Unit: No Bid
Ext: No Bid Unit: 10,725.00
Ext: 32,175.00 Unit: 12,555.00
Ext: 37,665.00
Altec Industries
(Birmingham, AL) Unit: 40,694.00
Ext: 122,082.00 Unit: 14,681.00
Ext: 44,043.00 Unit: 54,475.00
Ext: 163,425.00
Southco Industries
(Shelby, NC) Unit: 45,600.00
Ext: 136,800.00 Unit: 12,500.00
Ext: 37,500.00 Unit: 58,100.00
Ext: 174,300.00
Bill Heard Chevrolet
(Columbus, GA) Unit: 40,210.00
Ext: 120,630.00 Unit: No Bid
Ext: No Bid Unit: No Bid
Ext: No Bid
Atlanta Freightliner
(Forest Park, GA) Unit: 41,950.00
Ext: 125,850.00 Unit: No Bid
Ext: No Bid Unit: No Bid
Ext: No Bid
Transpower, Inc.
(Albany, GA) Unit: 44,750.00
Ext: 134,250.00 Unit: No Bid
Ext: No Bid Unit: No Bid
Ext: No Bid
1Fontaine Truck Equipment failed to provide warranty information and response
pages for Option 1 (required for Option 3), therefore, the vendor?s bid was
deemed incomplete.
Funds are budgeted in FY03 Budget, Public Services ? Landscape & Forestry -
Heavy Trucks; 0203-260-2800-LAND-7723.
?ITEM A?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH
ALEXANDER CONTRACTING COMPANY IN THE AMOUNT OF $1,088,474.19 FOR SITE
IMPROVEMENTS AT NORTHSIDE PARK.
WHEREAS, The work includes, but is not limited to, concrete work, sports field
construction, sports field irrigation, sports field lighting, building
construction, chain link fencing and landscaping.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to execute a construction contract
with Alexander Contracting Company in the amount of $1,088,474.19 for site
improvements at Northside Park. Funds are budgeted in FY03 Budget, 1993 SPLOST
Park Projects ? Engineering/Architectural Services, Williams Road Park;
0541-690-2110-PDNW-6338-70055010.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM B?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH RENAISSANCE
FOR INNOVATED SPORTS EDUCATIONAL COMPONENT WORKSHOPS.
WHEREAS, an RFP was administered (RFP No. 03-0016) and two proposals were
received; and,
WHEREAS, the proposals submitted by Renaissance met all proposal requirements
and were evaluated most responsive to the RFP; and,
WHEREAS, the term of this contract shall be for one year, with the option to
renew for two 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
Renaissance for Innovated Sports Educational Component Workshops for Parks &
Recreations. Private donations from the Community are available to fund a
portion of the services. The remaining will be budgeted each fiscal year for
this on-going expense, Parks & Recreation - Youth Activities ? Instructors Fee
Based Program, 0101-270-3440-YOTH-6346.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ____________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting .
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM C?
A RESOLUTION
NO. _____
A RESOLUTION AUTHORIZING PAYMENT TO IBM CORPORATION IN THE AMOUNT OF
$30,601.00 FOR THE ANNUAL MAINTENANCE AGREEMENT FOR LOTUS NOTES LICENSE AND
MAINTENANCE SUPPORT.
WHEREAS, The maintenance period is from March 1, 2003 thru February 28, 2004;
and,
WHEREAS, Per Resolution No. 189-01, Council authorized the purchase of Lotus
Notes software in April 2001. The software is manufactured by IBM Corporation,
therefore the vendor is considered an only known source for the maintenance 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 make payment to IBM Corporation
in the amount of $30,601.00 for the annual maintenance agreement for Lotus
Notes License and Maintenance Support. Funds are budgeted in FY03 Budget,
Information Technology ? Software Lease; 0101-210-1000-ISS-6541.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM D?
A RESOLUTION
NO. __ ___
A RESOLUTION AUTHORIZING THE PURCHASE OF TWO (2) CAB AND CHASSIS FROM
BECK MOTOR COMPANY IN THE AMOUNT OF $96,608.00; AND TWO (2) RECYCLING BODIES
FROM CONSOLIDATED DISPOSAL SYSTEMS IN THE AMOUNT OF $110,000.00.
WHEREAS, The recycling collection vehicles will be replacements and used to
pick up recycling products throughout Columbus in support of the City?s
recycling program.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase two (2) cab and
chassis from Beck Motor Company in the amount of $96,608.00; and two (2) bodies
from Consolidated Disposal Systems in the amount of $110,000.00. Funds are
budgeted in FY03 Budget, Public Services, Recycling ? Heavy Trucks;
0207-260-3520-GARB-7723.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM E?
A RESOLUTION
NO. __ ___
A RESOLUTION AUTHORIZING THE PURCHASE OF NINETY (90) BIG SKY MODEL
ELS-220B SHOTGUN RACKS W/BUTT BRACE FROM LAW ENFORCEMENT SUPPLY IN THE AMOUNT
OF $19,725.00.
WHEREAS, The gun racks will be utilized by the Columbus Police
Department.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase ninety (90) Big Sky
Model ELS-220B shotgun racks w/butt brace from Law Enforcement Supply in the
amount of $19,725.00. Funds are budgeted in FY03 Budget, Police - Local Law
Enforcement Grant ? Capital Expenditures Over $5,000.00 ? Police,
0216-400-3360-LLEG-7761.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _________________, 2003 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
?ITEM F?
A RESOLUTION
NO.____________
A RESOLUTION AUTHORIZING THE PURCHASE OF THREE (3) CHIPPER TRUCK CAB
AND CHASSIS FROM PEACH STATE FORD TRUCK SALES IN THE AMOUNT OF $113,197.50; AND
THREE (3) CHIPPER TRUCK BODIES FROM PARK-BUILT TRUCK EQUIPMENT IN THE AMOUNT OF
$25,800.00.
WHEREAS, The trucks will be used by the Landscape and Forestry Division to
transport tree and limb debris, from work sites to the landfill or other
designated areas.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase three (3)
chipper truck cab and chassis from Peach State Ford Truck Sales in the amount
of $113,197.50; and three (3) chipper truck bodies from Park-Built Truck
Equipment in the amount of $25,800.00. Funds are budgeted in FY03 Budget,
Public Services ? Landscape & Forestry - Heavy Trucks; 0203-260-2800-LAND-7723.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of ___________________, 2003 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Anthony voting __________.
Councilor Davis voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Rodgers voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
_______________________________ _____________________________
Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor
DATE: February 4, 2003
TO: Mayor and Councilors
FROM: Kay Love, Director of Finance
SUBJECT: Advertised Bids
February 5, 2003
1. Sedan, Police Pursuit, Four Door ? Bid No. 03-0059
Scope of Bid
Provide Forty-Eight (48) Sedans, Police Pursuit, Four Door vehicles to be used
by the Police Department, Sheriff Department, Marshal Department and Fire/EMS
Department.
2. Back Support Safety Belts & Safety Vest
Scope of Bid
Provide approximately 550 back support safety belts and approximately
3,000 safety vests to Columbus Consolidated Government (the City) on an "as
needed" basis. The contract term will be for one year, with the option to
renew for two additional twelve-month periods.
February 7, 2003
1. Engineering Services Related to the Development of a Master Plan for
Enhancements to the Storm Water Infrastructure in the Old Towne Basin and
throughout Columbus-Muscogee County ? RFP No. 03-0021
Scope of RFP
Provide engineering services for the development of a master plan for the
enhancements to the storm water infrastructure in the Old Towne Basin and other
parts of Columbus-Muscogee County. Services during the contract shall include,
but not be limited to, planning, study, inventory, prioritizing, designing and
contract preparation and administration to include inspection during
construction.
February 12, 2003
1. Water Management Services (Annual Contract) ? Bid No. 03-0064
Scope of Bid
Provide a comprehensive water management program for the cooling towers,
boilers and closed loop systems operated by Columbus Consolidated Government.
The term of contract shall be for one year, with the option to renew for two
(2) additional twelve-month periods. Contract renewal will be contingent upon
the mutual agreement of the City and the Contractor.
February 13, 2003
1. Consulting Services to Determine Direction and the Development and
Implementation of a Criminal Records Management System - RFP 03-0018
A Non-Mandatory Pre-Proposal Conference/Site Visit is scheduled for Thursday,
February 13, 2003 at 2:00 PM. The conference will be held in the Ground Floor
Conference Room of the Government Center Tower, which is located at 100 Tenth
Street, Columbus, GA
February 28, 2003
1. Consulting Services to Determine Direction and the Development
and Implementation of a Criminal Records Management System - RFP 03-0018
Scope of RFP
Provide consulting services to assist with the operational design and
selection of an integrated records management system for the Columbus Police,
Sheriff, Fire/EMS Department and Courts. The successful bidder may be chosen
to implement the software and processes redesign initiatives.