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
January 15, 2002
Agenda Report #___________
TO: Mayor and Councilors
SUBJECT: Purchase Authorizations
INITIATED BY: Finance Department
(A) UPGRADE FOR AMBULANCE BILLING & COLLECTIONS SOFTWARE
It is requested that Council approve the purchase of an upgrade for the
Sweetsoft ambulance billing and collections software from Sweet Computer
Services, Inc., (West Union, IA) in the amount of $19,943.00. The primary
purpose of the upgrade will take the system from a DOS environment to a more
compatible Windows environment. The present DOS applications are antiquated
causing system problems, hindering needs and enhancements. This purchase
includes all program upgrades to be compatible with Windows; custom reports
module, upgrades to electronic claims module for filing Medicare, Medicaid and
third party payers.
Sweet Computer Services, Inc., is the developer of the Sweetsoft ambulance
billing & collections software, originally purchased in 1994 (RFP 108-94;
Resolution No. 148-94). Therefore, the vendor is considered an only known
source per the Procurement Ordinance, Article 3-114. This is the first upgrade
purchased since 1994.
Funds are available in FY02 Budget, Finance, Collections-Treasury-Main-Computer
Software; 0101-200-2300-TRSY-6713.
* * * * * *
(B) PROFESSIONAL ANALYSIS OF THE COLUMBUS FIRE AND EMERGENCY MEDICAL SERVICES
PROMOTIONAL PROCEDURES (ANNUAL CONTRACT) ? RFP NO. 02-0009
It is requested that Council approve the negotiation of the contract with CWH
Management Solution to provide professional analysis of the Columbus Fire and
Emergency Medical Services Promotional Procedure Services. Professional
analysis services are required to evaluate the promotional procedures of the
newly consolidated Department of Fire and Emergency Medical Services. Prior to
consolidation, both departments had separate guidelines for promotions. The
consolidation of the two departments requires a consolidated promotional
procedure. In addition to the promotional procedures, the successful vendor
will analyze the organizational structure, staffing levels, rank structures and
pay schedule of the department. The firm will perform the contract in two
parts. The timeline for both parts described below will be completed as soon as
possible, but no later than the end of Fall 2002.
Part A of the services will require the vendor to submit a plan to provide for
separate promotional processes for Fire and EMS employees, which includes
developing, administering, and scoring written examinations and assessment
centers until such time that a full merger of the rank structures has been
completed. The vendor shall provide a list of eligible candidates for
promotion for each rank after the examination and assessment centers (An
assessment center is a process whereby each candidate participates in various
exercises that are subsequently rated by the vendor).
Part B of the services will require the vendor to conduct a thorough evaluation
of the Fire and Emergency Medical Services Department that includes the
organizational structure, staffing levels, promotional procedures, rank
structure and pay schedule. Additionally, make specific recommendations on how
to accomplish a unified rank structure and promotional process that will
provide upward mobility opportunities for all personnel. This part shall be
completed first.
The initial term of the contract will be for five (5) years. After the fifth
year of the contract, the City may exercise its option to renew the contract
for three (3) years. After the first renewal option has expired, the City may
exercise its option to renew the contract for two (2) years. The total
contract term, including renewal options, will be ten (10) years. The City
will initiate contract renewal. The renewal will be contingent upon the mutual
agreement of the City and the contractor.
Requests for proposals were mailed to twenty-six vendors, and this RFP has been
advertised. Proposals were received on October 11, 2001 from the following
offerors:
CWH Management Solution (Aurora, CO)
Jerry M. Solamon (Lilburn, GA)
Morris & McDaniel, Inc. (Alexandria, VA)
Proposals were reviewed by the Evaluation Committee members, which consisted of
representatives from the Department of Fire and Emergency Medical Services.
During the evaluation process, CWH Management Solution was deemed the 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,
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. Evaluation
results have been submitted to the City Manager in a separate memo for
information purposes.
Funds are budgeted in the FY02 Budget, Department of Fire and Emergency Medical
Services ? Promotional Exam Board Fees; 0101-410-2100-FOPR-6356. Funding for
subsequent contract terms will be budgeted, as needed, in the future budget
years.
?ITEM A?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE PURCHASE OF AN UPGRADE FOR THE SWEETSOFT AMBULANCE
BILLING & COLLECTIONS SOFTWARE FROM SWEET COMPUTER SERVICES, INC., IN THE
AMOUNT OF $19,943.00.
WHEREAS, the primary purpose of the upgrade will take the system from a
DOS environment to a more compatible Windows environment. The present DOS
applications are antiquated causing system problems, hindering needs and
enhancements. This purchase includes all program upgrades to be compatible
with Windows; custom reports module, upgrades to electronic claims module for
filing Medicare, Medicaid and third party payers.
WHEREAS, Sweet Computer Services, Inc., is the developer of the
Sweetsoft ambulance billing & collections software, originally purchased in
1994 (RFP 108-94; Resolution No. 148-94). Therefore, the vendor is considered
an only known source per the Procurement Ordinance, Article 3-114. This is the
first upgrade purchased since 1994.
NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:
That the City Manager is hereby authorized to purchase an upgrade for the
Sweetsoft ambulance billing & collections software from Sweet Computer
Services, Inc., in the amount of $19,943.00. Funds are available in FY02
Budget, Finance, Collections-Treasury-Main-Computer Software;
0101-200-2300-TRSY-6713.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia, held
the _________ day of _____ ______, 2002 and adopted at said meeting by
the affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor
?ITEM B?
A RESOLUTION
NO.______
A RESOLUTION AUTHORIZING THE NEGOTIATION OF A CONTRACT WITH CWH MANAGEMENT
SOLUTION TO PROVIDE PROFESSIONAL ANALYSIS OF THE COLUMBUS FIRE AND EMERGENCY
MEDICAL SERVICES PROMOTIONAL PROCEDURES.
WHEREAS, an RFP was administered (RFP No. 02-0009) and three proposals were
received; and,
WHEREAS, the proposal submitted by CWH Management Solution met all proposal
requirements and was evaluated most responsive to the RFP; and,
WHEREAS, the initial term of the contract will be for five (5) years. After
the fifth year of the contract, the City may exercise its option to renew the
contract for three (3) years. After the first renewal option has expired, the
City may exercise its option to renew the contract for two (2) years. The
total contract term, including renewal options, will be ten (10) years. The
City will initiate contract renewal. The 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
CWH Management Solution for Professional Analysis of the Columbus Fire and
Emergency Medical Services Promotional Procedures. Funds are budgeted in the
FY02 Budget, Department of Fire and Emergency Medical Services ? Promotional
Exam Board Fees; 0101-410-2100-FOPR-6356. Funding for subsequent contract terms
will be budgeted, as needed, in future budget years.
_________________________________________
Introduced at a regular meeting of the Council of Columbus, Georgia,
held the ________ day of ____________, 2002 and adopted at said meeting by the
affirmative vote of _________ members of said Council.
Councilor Allen voting __________.
Councilor Henderson voting __________.
Councilor Hunter voting __________.
Councilor McDaniel voting __________.
Councilor Poydasheff voting __________.
Councilor Rodgers voting __________.
Councilor Smith voting __________.
Councilor Suber voting __________.
Councilor Turner Pugh voting __________.
Councilor Woodson voting __________.
___________________________________ _____________________________
Tiny B. Washington, Clerk of Council Bobby G. Peters, Mayor