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.

Back to List