Columbus, Georgia

Georgia's First Consolidated Government

Post Office Box 1340
Columbus, Georgia, 31902-1340
(706) 653-4013
fax (706) 653-4016
Council Members

Attachments


Agenda Item #________





Columbus Consolidated Government

Council Meeting



February 17, 2004





Agenda Report #___________



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) MOBILE DATA COMPUTERS WITH AUTOMATIC VEHICLE LOCATION



It is requested that Council authorize the purchase forty-seven (47) MW800

mobile data computers with automatic vehicle location, in the amount of

$407,944.96, from Motorola Corporation. The equipment, costing $8,679.68 each,

will be installed in new pursuit vehicles for the Sheriff?s Office (10) and the

Police Department (37).



This purchase is part of a continuing SPLOST project aimed at equipping all

appropriate public safety vehicles with advanced technology, in order to

maximize the efficiency of public safety responses to calls for service from

the public.



Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a contract to

Motorola to provide mobile data units for public safety departments. Motorola

has extended their cost proposal to allow the purchase of this equipment.



Funds are budgeted in FY04 Budget, 1999 SPLOST Police/Fire Vehicle/Equipment,

Sheriff ?Computer Equipment ($70,146.80), 1999 SPLOST Police/Fire

Vehicle/Equipment, Sheriff ? Capital Expenditures over $5000 ($16,650.00), and

1999 SPLOST Police/Fire Vehicle Equipment, Police ? Computer Equipment

($321,148.16); 0540-695-2123-TXSH-7751-5013004E,

0540-695-2123-TXSH-7761-5013004E and 0540-695-2123-TXPO-7751-5011004E.



* * * * * *



(B) SEDANS, POLICE PURSUIT, FOUR DOOR AND ACCESSORIES ? BID NO. 04-0040



It is requested that Council authorize the purchase of fifty-two (52) pursuit

sedans and accessories from Bill Heard Chevrolet in the amount of $904,824.00.



The pursuit sedans are replacement vehicles for the Marshal, Sheriff and Police

Departments. The Sheriff?s Department will receive twelve (12) sedans. The

Marshal?s Department will receive three (3) sedans and the Police Department

will receive thirty-seven (37) sedans.



Fifty-five bid invitations were mailed. Two bids were received on January 21,

2004. This bid has been advertised, opened and reviewed. The bidders were

(see attached):







1 Carl Gregory Dodge failed to include Parts Availability Guarantee.

Therefore, the vendor?s bid was deemed incomplete.



Funds for thirty-seven (37) sedans and accessories for the Police Department,

in the amount of $647,118.00, are budgeted in FY04 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Police Vehicles;

0540-695-2123-TXPO-7721-5011004V.



Funds for three (3) sedans and accessories for the Marshal?s Department, in the

amount of $53,545.00, are budgeted in FY04 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Marshal Vehicles;

0540-695-2123-TXMS-7721-5014004V.



Funds for twelve (12) sedans and accessories for the Sheriff?s Department, in

the amount of $204,161.00, are budgeted in FY04 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Automobiles ? Sheriff Vehicles;

0540-695-2123-TXSH-7721-5013004V.



* * * * * * *



(C) HEAVY DUTY 18? DRUM STYLE BRUSH CHIPPERS? RFP NO.04-0010



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

with Southeastern Equipment Company to provide two (2) 18? drum style brush

chippers. The chippers will be used by the Landscape and Forestry Division of

the Public Services Department for chipping brush that has been removed from

the City?s right-of-ways. The recommended vendor offered a trade in option for

the City?s Bandit Model 90 chipper. Therefore, one chipper is a replacement

for the unit that will be traded in. The other unit is a new addition to the

fleet.



Requests for proposal invitations were mailed to twenty-nine vendors. This RFP

has been advertised and evaluated. The following three vendors submitted

proposals on December 5, 2003:



Southeastern Equipment Company (Buford, GA)

Vermeer Southeast Sales & Service, Inc. (McDonough, GA)

R.Z. Zimmerman, Inc. (Marietta, GA)



The proposals were reviewed by the Evaluation Committee, which consisted of

representatives from Landscape & Forestry and Fleet Management divisions of the

Public Service Department. In addition, a representative from Fleet

Management, served in an advisory capacity. On December 16, 2003, the

Committee also saw a demonstration of each proposed unit. The committee deemed

Southeastern Equipment Company most responsive to the RFP specifications.



The City?s Procurement Ordinance, Contracting for Equipment, Supplies or

Professional Services, per Article 3-110, 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 cost information and

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

for informational purposes.



Funds are budgeted in FY04 Budget, Paving Fund ? Public Services ?Landscape &

Forestry - Machinery; 0203-260-2800-LAND-7715.



* * * * * *



(D) PAYMENT FOR INMATE MEDICAL SERVICES



It is requested that Council approve payment to Doctors Hospital in the amount

of $27,699.00 for inmate medical services. The expense is for a state

prisoner, housed at Muscogee County Prison, who was found to have a mass in his

chest wall. The inmate was referred to the Medical Center?s Pulmonary Clinic

for evaluation where he was diagnosed with Hodgkin?s lymphoma, a cancer

requiring immediate surgery. The inmate was transferred for thoracic surgery

to Doctors Hospital and following surgery, at the earliest opportunity, was

further transferred to the state prison system?s medical facility in Augusta.



The bill from Doctors Hospital amounted to $27,699.00. With a $1,000.00

deductible, the remaining amount will be fully reimbursed to the City by the

Georgia Department of Corrections.



Funds are budgeted in FY04 Budget, Sheriff - Medical Director, Medical Services

- Inmates; 0101-550-2650-MEDD-6320.



(E) SELF CONTAINTED BREATHING APPARATUS (SCBA) UPGRADE



It is requested that Council authorize the purchase of upgrades for

self-contained breathing apparatus units (SCBA) from Fireline, Inc., in the

amount of $71,389.00.



The upgrade will standardize the regulators and face pieces on all breathing

apparatuses in the Fire/EMS department. Over the years the regulators and face

pieces have been improved and as the department has replaced or purchased

additional units, the connections have changed. Having multiple face piece

connections and regulators have created significant safety issues at emergency

scenes. The standardization of this equipment will allow department personnel

to connect to any SCBA unit at an emergency scene.



Fireline was awarded the contract to provide SCBA units to the City

(PA01-0089). The SCBA units are proprietary to Fireline; therefore , the

vendor is considered an only known source for the upgrade of the items. This

equipment upgrade is not included in the normal service outlined in the

existing contract; therefore the purchase does not qualify for any of the

contract discounts.



Funds are budgeted in FY04 Budget, 1999 SPLOST ?Police/Fire/Vehicles/Equipment

? Capital Expenditures Over $5,000.00 ? Fire/Equipment and EMS/Equipment;

0540-695-2123-TXES-7761-5012503E and 5012004E.



* * * * * * *



(F) CUSTOM HEAVY DUTY COMMAND/HAZ MAT VEHICLE



It is requested that Council approve the purchase of one (1) E-One Custom Heavy

Duty/Haz Mat Vehicle mounted on a Custom E-One Cyclone II Cab & Chassis,

including loose equipment, from E-One (Lawrenceville, Georgia) in the of

$409,252.00. This vehicle is a new addition to the Fire/EMS fleet that will be

assigned to Station #6.



To accommodate this purchase as expediently as possible, the City is

participating in an RFP administered by the City of Tallahassee, Florida. The

City?s Procurement Ordinance, Article 9-101, ?Cooperative Purchasing

Authorized,? allows for participation in this RFP.



The RFP administered by the City of Tallahassee, Request for Proposal No,

2166-95-A01-9GG, issued October 16, 1995, is an annual contract for Fire

Apparatus and Special Application Vehicles. Proposals were received November

5, 1995. E-One was the successful vendor and entered into a contract with the

City of Tallahassee for a 5 year period, with the option to renew for an

additional five years. The procurement process administered by the City of

Tallahassee meets the procurement requirements of Columbus Consolidated

Government; and E-One has agreed to provide fire apparatus to the City under

the same contract.



If payment for the vehicle is made in advance, the City will receive a rebate

of 4.5% APR, approximately $41.31 per day, until the delivery of the vehicle.

This could amount to a savings of approximately $14,793.00, depending on the

delivery date. E-One will accept a penalty clause of $100.00 per day for each

calendar day delivery exceeds the stated delivery.



Funds are budgeted in the FY04 Budget; Multi-Government Project Fund ? Fire/EMS

? Homeland Security Grant ? Heavy Trucks; 0216-410-3910-HSGT-7723.







?ITEM A?



A RESOLUTION



NO.______



A RESOLUTION AUTHORIZING THE PURCHASE OF FORTY-SEVEN (47) MW800 MOBILE DATA

COMPUTERS WITH AUTOMATIC VEHICLE LOCATION, IN THE AMOUNT OF $407,944.96, FROM

MOTOROLA CORPORATION.



WHEREAS, The equipment, costing $8,679.68 each, will be installed in

new pursuit vehicles for the Sheriff?s Office (10) and Police Department (37);

and,



WHEREAS, Per Resolution No. 431-00 (RFP No. 00-0022), Council awarded a

contract to Motorola to provide mobile data units for public safety

departments. Motorola has extended their cost proposal to allow the purchase

of this equipment.



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



That the City Manager is hereby authorized to purchase forty-seven (47)

MW800 mobile data computers with automatic vehicle location, in the amount of

$407,944.96, from Motorola Corporation. Funds are budgeted in FY04 Budget,

1999 SPLOST Police/Fire Vehicle/Equipment, Sheriff ?Computer Equipment

($70,146.80), 1999 SPLOST Police/Fire Vehicle/Equipment, Sheriff ? Capital

Expenditures over $5000 ($16,650.00), and 1999 SPLOST Police/Fire Vehicle

Equipment, Police ? Computer Equipment ($321,148.16);

0540-695-2123-TXSH-7751-5013004E, 0540-695-2123-TXSH-7761-5013004E and

0540-695-2123-TXPO-7751-5011004E.

_________________________________________



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

_________ day of _________________, 2004 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.







_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



?ITEM B?



A RESOLUTION



NO. ________



A RESOLUTION AUTHORIZING THE PURCHASE OF FIFTY-TWO (52) PURSUIT SEDANS

AND ACCESSORIES FROM BILL HEARD CHEVROLET IN THE AMOUNT OF $904,824.00.



WHEREAS, The pursuit sedans are replacement vehicles for the Marshal,

Sheriff and Police Departments. The Sheriff?s Department will receive twelve

(12) sedans. The Marshal?s Department will receive three (3) sedans, and the

Police Department will receive thirty-seven (37) sedans.



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



That the City Manager is hereby authorized to purchase fifty-two (52)

pursuit sedans and accessories from Bill Heard Chevrolet in the amount of

$904,824.00. Funds for thirty-seven (37) sedans and accessories for the Police

Department, in the amount of $647,118.00, are budgeted in FY04 Budget, 1999

SPLOST ? Police/Fire/Vehicles/Equipment ? Automobiles ? Police Vehicles;

0540-695-2123-TXPO-7721-5011004V. Funds for three (3) sedans and accessories

for the Marshal?s Department, in the amount of $53,545.00, are budgeted in FY04

Budget, 1999 SPLOST ?Police/Fire/Vehicles/Equipment ? Automobiles ? Marshal

Vehicles; 0540-695-2123-TXMS-7721-5014004V. Funds for twelve (12) sedans and

accessories for the Sheriff?s Department, in the amount of $204,161.00, are

budgeted in FY04 Budget, 1999 SPLOST ?Police/Fire/Vehicles/Equipment ?

Automobiles ? Sheriff Vehicles; 0540-695-2123-TXSH-7721-5013004V.

________________________________________



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

the _________ day of _________________, 2004 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor



?ITEM C?



A RESOLUTION



NO. ________



A RESOLUTION AUTHORIZING THE EXECUTION OF A NEGOTIATED CONTRACT WITH

SOUTHEASTERN EQUIPMENT COMPANY TO PROVIDE TWO (2) 18? DRUM STYLE CHIPPERS TO BE

USED BY THE LANDSCAPE AND FORESTRY DIVISION OF THE PUBLIC SERVICE DEPARTMENT

FOR CHIPPING BRUSH REMOVED FROM THE CITY?S RIGHT-OF-WAYS.



WHEREAS, an RFP was administered (RFP No. 04-0010) and three proposals

received; and,



WHEREAS, the RFP evaluation results and cost information has been

submitted to the City Manager for informational purposes due to the RFP

disclosure guidelines; and,



WHEREAS, the proposal submitted by Southeastern Equipment Company, met

all proposal requirements and is deemed most responsive to the RFP.



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



That the City Manager is hereby authorized to purchase two (2)

chippers. Funds are budgeted in FY04 Budget, Paving Fund ? Public Services ?

Landscape & Forestry - Machinery; 0203-260-2800-LAND-7715.

________________________________________



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

the _________ day of _________________, 2004 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor



?ITEM D?





A RESOLUTION



NO.___________





A RESOLUTION APPROVING PAYMENT TO DOCTORS HOSPITAL IN THE AMOUNT OF $27,699.00

FOR INMATE MEDICAL SERVICES.



WHEREAS, The expense is for a state prisoner, housed at Muscogee County Prison,

who was found to have a mass in his chest wall. The inmate was referred to the

Medical Center?s Pulmonary Clinic for evaluation where he was diagnosed with

Hodgkin?s lymphoma, a cancer requiring immediate surgery. The inmate was

transferred for thoracic surgery to Doctors Hospital and following surgery, at

the earliest opportunity, was further transferred to the state prison system?s

medical facility in Augusta.



WHEREAS, The bill from Doctors Hospital amounted to $27,699.00. With a

$1,000.00 deductible, the remaining amount will be fully reimbursed to the City

by the Georgia Department of Corrections.



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



That the City Manager is hereby authorized to render payment to Doctors

Hospital in the amount of $27,699.00 for inmate medical service. Funds are

budgeted in FY04 Budget, Sheriff - Medical Director, Medical Services -

Inmates; 0101-550-2650-MEDD-6320.

________________________________________



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

the _________ day of _________________, 2004 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.



_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor



?ITEM E?



A RESOLUTION



NO._________



A RESOLUTION AUTHORIZING THE PURCHASE OF UPGRADES FOR SELF-CONTAINED BREATHING

APPARATUS UNITS (SCBA) FROM FIRELINE, INC., IN THE AMOUNT OF $71,389.00.



WHEREAS, The upgrade will standardize the regulators and face pieces on all

breathing apparatuses in the Fire/EMS department. Over the years the

regulators and face pieces have been improved and as the department has

replaced or purchased additional units, the connections have changed. Having

multiple face piece connections and regulators have created significant safety

issues at emergency scenes. The standardization of this equipment will allow

department personnel to connect to any SCBA unit at an emergency scene;and,



WHEREAS, Fireline was awarded the contract to provide SCBA units to the

City (PA01-0089). The SCBA units are proprietary to Fireline; therefore , the

vendor is considered an only known source for the upgrade of the items. This

equipment upgrade is not included in the normal service outlined in the

existing contract; therefore the purchase does not qualify for any of the

contract discounts.





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



That the City Manager is hereby authorized to purchase upgrades for

self-contained breathing apparatus units (SCBA) from Fireline, Inc., in the

amount of $71,389.00. Funds are budgeted in FY04 Budget, 1999 SPLOST ?

Police/Fire/Vehicles/Equipment ? Capital Expenditures Over $5,000.00 ?

Fire/Equipment and EMS/Equipment; 0540-695-2123-TXES-7761-5012503E and 5012004E.

_________________________________________



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

_________ day of _________________, 2004 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert Poydasheff, Mayor



?ITEM F?





A RESOLUTION



NO.___________



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) E-ONE CUSTOM HEAVY DUTY/HAZ

MAT VEHICLE MOUNTED ON A CUSTOM E-ONE CYCLONE II CAB & CHASSIS, INCLUDING LOOSE

EQUIPMENT, FROM E-ONE (LAWRENCEVILLE, GEORGIA) IN THE OF $409,252.00.



WHEREAS, This vehicle is a new addition to the Fire/EMS fleet that will be

assigned to Station #6; and,



WHEREAS, to accommodate this purchase as expediently as possible, the City is

participating in an RFP administered by the City of Tallahassee, Florida. The

City?s Procurement Ordinance, Article 9-101, ?Cooperative Purchasing

Authorized,? allows for participation in this RFP; and,



WHEREAS, the RFP administered by the City of Tallahassee, Request for Proposal

No, 2166-95-A01-9GG, issued October 16, 1995, is an annual contract for Fire

Apparatus and Special Application Vehicles. Proposals were received November

5, 1995. E-One was the successful vendor and entered into a contract with the

City of Tallahassee for a 5 year period, with the option to renew for an

additional five years. The procurement process administered by the City of

Tallahassee meets the procurement requirements of Columbus Consolidated

Government; and E-One has agreed to provide fire apparatus to the City under

the same contract.



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



That the City Manager is hereby authorized to purchase one (1) E-One Custom

Heavy Duty/Haz Mat Vehicle mounted on a Custom E-One Cyclone II Cab & Chassis,

including loose equipment, from E-One (Lawrenceville, Georgia) in the of

$409,252.00. Funds are budgeted in the FY04 Budget; Multi-Government Project

Fund ? Fire/EMS ? Homeland Security Grant ? Heavy Trucks;

0216-410-3910-HSGT-7723.

_________________________________________



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

_________ day of _________________, 2004 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 Turner Pugh voting __________.

Councilor Rodgers voting __________.

Councilor Suber voting __________.

Councilor Woodson voting __________.





_______________________________ _____________________________

Tiny B. Washington, Clerk of Council Robert S. Poydasheff, Mayor



DATE: February 17, 2004



TO: Mayor and Councilors



FROM: Angela Cole, Director of Finance



SUBJECT: Advertised Bids





February 18, 2004

1. Three Wheeled Patrol Vehicles ? Bid No. 04-0052

Provide two (2) Three Wheeled Patrol Vehicles to be used by the Columbus Police

Department for security at the Columbus Riverwalk, Civic Center, and special

events.



2. Commercial Washer And Dryer ? Bid No. 04-0051

Provide one (1) Braun end loader washer extractor model #100NESP-2 (or equal)

and one (1) Cissell gas dryer model #L44CD42G (or equal) to be used by the

Muscogee County Jail.



3. Miscellaneous Fire Equipment ? Bid No. 04-0053

Scope of Bid

Provide miscellaneous fire equipment to Columbus Fire and Emergency Medical

Services. The equipment consists of nozzles, chain saws, generators, pike

poles, pike mounts, etc. The City will award this bid per line-item or in

total; whichever the City determines is in its best interest.



4. Award Trophies and Other Miscellaneous Awards (Annual Contract) ? Bid

No. 04-0046

Scope of Bid

Provide on an ?as needed basis? to include trophies, plaques, hats, medal

trophy display cases, tombstone trophies and acrylics, t-shirts and golf

shirts. The contract shall be for two years with the option to renew for two

additional years. Contract renewal will be contingent upon the mutual

agreement of the City and the Contractor.



5. Ambulance Cot Platforms ? Bid No. 04-0057

Scope of Bid

The Columbus Fire and Emergency Medical Services will purchase eight (8) Ferno

Large Body Surface (LBS) platforms for use with existing Ferno 93-P PROFlexx

cots. Ferno is the standardized cots for Columbus Fire and Emergency Medical

Services; therefore, the City will only consider bids for the Ferno LBS

platforms.



February 25, 2004

Lot Clearing Services (Re-Bid) (Annual Contract) ? Bid No. 04-0059

Scope of Bid

Provide services for annual clearing of vacant or unoccupied lots, including

cutting and removing grass, weeds, undergrowth and other vegetation, draining

of swimming pools, and removing any and all solid waste for Columbus

Consolidated Government (City), as required by law, on an ?as needed basis?.

The contract period shall be for one year, with the option to renew for two

additional twelve-month periods. Contract will automatically be renewed on the

anniversary date of the contract, unless either party gives a 30-day written

notice of cancellation.



February 27, 2004

Souvenir Vending Services at the South Commons Softball Complex (Annual

Contract) ? RFP No. 04-0016

Scope of RFP

Provide various souvenir items (i.e. T-shirts, caps, etc) for all bat and glove

events at South Commons. The contract period shall be for one year, with the

option to renew for two additional twelve-month periods. Contract will

automatically be renewed on the anniversary date of the contract, unless either

party gives a 30-day written notice of cancellation.

Back to List