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 # 2



Columbus Consolidated Government

Council Meeting



December 4, 2018



Agenda Report # 69



TO: Mayor and Councilors



SUBJECT: Purchase Authorizations



INITIATED BY: Finance Department





(A) VARIOUS DEPARTMENT VEHICLES - RFB NO. 19-0009



It is requested that Council authorize the purchase of one (1) Mid-Size Sedan

(2019 Ford Fusion S) from Allan Vigil Ford (Morrow, GA) in the amount of

$17,594.00; one (1) Mid-Size SUV (2019 Nissan Pathfinder) from Town Center

Nissan (Kennesaw, GA) in the amount of $23,940.00; two (2) Mid-Size SUV 4x4s

(2019 Nissan Pathfinder) from Town Center Nissan (Kennesaw, GA) at a unit price

of $24,600.00, for a total price of $49,200.00; and one (1) 4x4 Crew Cab

Pick-up Truck (2019 Ford F-250 XL Crew Cab 4x4) from Allan Vigil Ford (Morrow,

GA) in the amount of $30,623.00; for a grand total price of $121,357.00.



The vehicles were approved in the FY19 Budget: The Mid-Size Sedan will be used

by Civic Center staff to perform mail-runs, site visits, department official

duties, and authorized travel. The Mid-Size SUV will be used by Right-of Way

Maintenance, Urban Forestry & Beautification Division staff to drive to

different job sites checking on various maintenance issues and for authorized

official travel. The Mid-Size SUV 4x4s will be used by Engineering staff to

travel to job sites, and to support Fire & EMS personnel during

emergency/inclement weather situations. The 4x4 Crew Cab Pick-up Truck will be

used by Fire and EMS staff as part of the West Central Georgia Search and

Rescue (GSAR) Team to improve response to heavy rescue emergencies for citizens

of Columbus and surrounding counties. Heavy Search and Rescue involves the

location, rescue extrication, and intimal medical stabilization of victims

trapped in confined spaces; structural collapse is most often the cause of

victims being trapped. These are all replacement vehicles.



Bid specifications were posted on the web page of the Purchasing Division, and

the Georgia Procurement Registry. Six (6) bids were received on October 17,

2018. This bid has been advertised, opened and reviewed. The bidders were:







Funds are budgeted in the FY19 Budget:

Mid-Size Sedan [$17,594.00] ? Civic Center Fund ? Civic Center ? Civic Center

Operations ? Automobiles; 0757-160-1000-CIVC-7721.

Mid-Size SUV [$23,940.00] - Paving Fund ? Public Works ? Right-of-Way

Maintenance ? Light Trucks; 0203-260-3120-ROWM-7722.

Mid-Size SUV 4x4s [$49,200.00] - Paving Fund ? Engineering ? Highways and Roads

? Automobiles; 0203-250-2200-ROAD-7721.

4x4 Crew Cab Pick-up Truck [$30,623.00] ? Multi-Gov?t Project Fund ? Fire & EMS

? FY17 GEMA-DHS Grant ? Light Trucks; 0216-410-3940-GEDH-7722.



* * * * *



(B) STAFFING SOFTWARE FOR FIRE & EMS ? RFP NO. 19-0004



It is requested that Council authorize the purchase of a cloud-based staffing

software solution from Aladtec Inc. (River Falls, WI) for the Fire and EMS

Department. The vendor will provide a software solution that will integrate

with their current records management system (RMS) and assist with facilitating

employee time entry, shift scheduling, scheduling and tracking overtime, shift

swaps, and other functionality.



RFP Advertisement and Receipt of Proposals:



RFP specifications were posted on the web pages of the Purchasing Division and

the Georgia Procurement Registry on August 21, 2018. This RFP has been

advertised, opened and evaluated. Proposals were received on September 28,

2018, from the following two (2) vendors:



Aladtec, Inc. (River Falls, WI)

Adashi Systems, LLC (Des Moines, IA)



The following events took place after receipt of the proposals:



RFP MEETINGS/EVENTS

Description Date Agenda/Action

Pre-Evaluation 10/17/18 The Purchasing Manager advised evaluation committee of

the RFP rules and process. The proposals were distributed to committee members

for review. The Committee requested an amendment to the Evaluation Criteria to

include Vendor Demonstrations/Interview.

1st Evaluation 11/02/18 Committee members discussed the proposals from both vendors. It

was requested that demonstrations/interviews be scheduled for both vendors for

November 7, 2018.

Letters 11/02/18 Letters were sent to both vendors offering them an opportunity

to demonstrate their software capabilities and be interviewed by committee

members on November 7, 2018.

Vendor Responses 11/05/18 Both vendors accepted the invitation to demonstrate their

software capabilities and be interviewed by committee members.

Demonstrations/Interviews 11/07/18 Both vendors provided demonstrations and were

interviewed by committee members. Committee members advised Purchasing that

they were ready to perform evaluations.

Evaluation Ballots Sent to Committee 11/07/18 Evaluation ballots forwarded to voting

committee members.

Evaluation Ballots Completed by Committee Members 11/20/18 Committee members

completed and returned their evaluation ballots to Purchasing.

Evaluation Results forwarded to Committee 11/26/18 The Evaluation Results were compiled,

completed and forwarded to Committee members for review and Recommendation.

Recommendation Received 11/27/18 Via email, the committee members unanimously voted to

award to Aladtec, Inc.





Evaluation Committee:



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

(1) voting member from the Information Technology Department, one (1) voting

member from the Human Resources Department, and three (3) voting members from

the Fire/EMS Department.



Award Recommendation:



The evaluation committee deemed the proposal from Aladtec, Inc. (River Falls,

WI), to be most responsive to the RFP specifications, as reflected by the

comments below:



Aladtec, Inc. (River Falls, WI)

? Aladtec does have experience providing services to fire services and the

unique scheduling challenges they may present. Encouraged committee to reach

out to references. Support is available 24/7 with minimal wait times after

business hours. Stated callback time for support when message is left is

within the hour.

? Aladtec presented the demonstration of the software in a clear and concise

manner which made understanding the capabilities of the software easy to

understand. The vendor thoroughly explained each component of the system in an

organized manner. The vendor was able to immediately and completely answer

each follow-up question we had to my satisfaction.

? Aladtec software was very user friendly and would be easy to teach field

personnel how to use.

? Aladtec software had the capability of easily producing various form

documents such as transfer request and vehicle maintenance forms.

? Aladtec software allows us to upload .pdf documents like certificates and

also notifications of expiration dates of the certifications.



Vendor Experience/Qualifications:



? Aladtec, Inc. has provided online scheduling and workforce management tools

to mission-critical agencies such as EMS, fire service, law enforcement,

dispatch, and healthcare since 2002.

? Their cloud-based platform provides real-time staff scheduling via electronic

devices with Internet access, allowing Fire and EMS to streamline schedules,

communicate instantly with staff, and increase efficiency. The program also

offers customizable forms and tracks licensing and certifications.

? Provided online scheduling and workforce management systems to the following

clients:

o Indian River County Fire Rescue (Vero Beach, FL)

o Cy Fair Fire Department (Houston, TX)

o San Diego County Fire Authority (San Diego, CA)

o Denver Health & Hospital Authority (Denver, CO)

o Air Methods (Englewood, CO)



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 and

no proposal responses are made public, due to the possibility of negotiated

components of the proposals. If Council does not approve the recommended

offeror, the RFP specifications will be re-advertised. The evaluation results

and cost information has been submitted to the City Manager in a separate memo

for informational purposes.



Funds are budgeted in the FY19 Budget: LOST-Public Safety Fund ? Fire & EMS ?

Public Safety-LOST ? Software Lease; 0102-410-9900-LOST-6541.



* * * * *



(C) SOFTWARE LICENSE RENEWAL FOR WEBSITE SERVICES



It is requested that Council approve a three year software license renewal

agreement with DNN Corporation (Austin, TX), in the amount of $13,773.55

annually, for the EVOQ Content Software. The renewal agreement will insure no

increase in the license renewal for the next three years, and will cover the

term from 03/31/19 ?03/30/2022.



The Information Technology Department uses the Evoq Content Software to develop

the City?s websites. This software increases security, maintainability, and

the overall web presence. The Department was previously using a free version

of the software. In 2018, an upgrade of the software was purchased in the

amount of $9,499. DNN Corporation is the developer of the Evoq Content

Software, therefore the vendor is deemed an only known source, per Section

3-114 of the Procurement Ordinance.



Funds are budgeted in the FY19 budget: General Fund ? Information Technology ?

Computer Software; 0101 ? 210 ? 1000 ? ISS ? 6541. Funds will be budgeted in

the appropriate fiscal years for the subsequent years? renewal payments.



* * * * * * * *

(D) NETWORKING EQUIPMENT



It is requested that Council approve the purchase of networking equipment from

CPAK (LaGrange, GA) in the estimated of $85,993.00. The purchase will be

accomplished by cooperative purchase via Georgia Statewide Contract

#99999-SPD-T20120501-0006.



The Information Technology Department is requesting the purchase of networking

equipment, to include networking switches and peripherals to replace outdated,

end of life equipment throughout the City; which is needed to improve speed,

efficiency and security.



Funds are budgeted in the FY19 Budget as follows:

Approximately $84,565 is budgeted in the General Fund ? Information Technology

? Computer Equipment; 0101 ? 210 -1000 ? ISS ? 6511.



Approximately $1,428 is budgeted in the LOST/Infrastructure Fund ? Information

Technology ? Infrastructure/LOST ? Computer Equipment ? IT Storage Project;

0109 ? 210 ? 9901 ? ISS ? 7751 -90001 ? 20190.





?ITEM A?



A RESOLUTION

NO._____



A RESOLUTION AUTHORIZING THE PURCHASE OF ONE (1) MID-SIZE SEDAN (2019 FORD

FUSION S) FROM ALLAN VIGIL FORD (MORROW, GA) IN THE AMOUNT OF $17,594.00; ONE

(1) MID-SIZE SUV (2019 NISSAN PATHFINDER) FROM TOWN CENTER NISSAN (KENNESAW,

GA) IN THE AMOUNT OF $23,940.00; TWO (2) MID-SIZE SUV 4X4s (2019 NISSAN

PATHFINDER) FROM TOWN CENTER NISSAN (KENNESAW, GA) FOR THE UNIT PRICE OF

$24,600.00, FOR A TOTAL PRICE OF $49,200.00; AND ONE (1) 4X4 CREW CAB PICK-UP

TRUCK (2019 FORD F-250 XL CREW CAB 4X4) FROM ALLAN VIGIL FORD (MORROW, GA) IN

THE AMOUNT OF $30,623.00; FOR A GRAND TOTAL PRICE OF $121,357.00.



WHEREAS, the vehicles were approved in the FY19 Budget. The Mid-Size Sedan

will be used by Civic Center staff to perform mail-runs, site visits,

department official duties, and authorized travel. The Mid-Size SUV will be

used by Right-of Way Maintenance, Urban Forestry & Beautification Division

staff to drive to different job sites checking on various maintenance issues

and for authorized official travel. The Mid-Size SUV 4x4s will be used by

Engineering staff to travel to job sites, and to support Fire & EMS personnel

during emergency/inclement weather situations. The 4x4 Crew Cab Pick-up Truck

will be used by Fire and EMS staff as part of the West Central Georgia Search

and Rescue (GSAR) Team to improve response to heavy rescue emergencies to the

citizens of Columbus and surrounding counties. These are all replacement

vehicles.



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

That the City Manager is hereby authorized to purchase one (1) Mid-Size Sedan

(2019 Ford Fusion S) from Allan Vigil Ford (Morrow, GA) in the amount of

$17,594.00; one (1) Mid-Size SUV (2019 Nissan Pathfinder) from Town Center

Nissan (Kennesaw, GA) in the amount of $23,940.00; two (2) Mid-Size SUV 4x4s

(2019 Nissan Pathfinder) from Town Center Nissan (Kennesaw, GA) at a unit price

of $24,600.00, for a total price of $49,200.00; and one (1) 4x4 Crew Cab

Pick-up Truck (2019 Ford F-250 XL Crew Cab 4x4) from Allan Vigil Ford (Morrow,

GA) in the amount of $30,623.00; for a grand total price of $121,357.00.

Funds are budgeted in the FY19 Budget: Mid-Size Sedan ? Civic Center Fund ?

Civic Center ? Civic Center Operations ? Automobiles; 0757-160-1000-CIVC-7721.

Mid-Size SUV - Paving Fund ? Public Works ? Right-of-Way Maintenance ? Light

Trucks; 0203-260-3120-ROWM-7722. Mid-Size SUV 4x4s - Paving Fund ? Engineering

? Highways and Roads ? Automobiles; 0203-250-2200-ROAD-7721. 4x4 Crew Cab

Pick-up Truck ? Multi-Gov?t Project Fund ? Fire & EMS ? FY17 GEMA-DHS Grant ?

Light Trucks; 0216-410-3940-GEDH-7722.

________________



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

_________ day of ____________, 2018 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ __________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM B?



A RESOLUTION

NO.________

A RESOLUTION AUTHORIZING TO APPROVE THE CONTRACT WITH ALADTEC, INC. (RIVER

FALLS, WI) TO PROVIDE A CLOUD-BASED STAFFING SOFTWARE SOLUTION THAT WILL ASSIST

THE FIRE & EMS DEPARTMENT WITH FACILITATING EMPLOYEE TIME ENTRY, SHIFT

SCHEDULING, SCHEDULING AND TRACKING OVERTIME, SHIFT SWAPS, AND OTHER

FUNCTIONALITY.

WHEREAS, an RFP was administered (RFP No. 19-0004) and two (2) proposals were

received; and,

WHEREAS, the proposal submitted by Aladtec, Inc. (River Falls, WI) met all

proposal requirements and was evaluated most responsive to the RFP; and,

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

That the City Manager is hereby authorized to approve the contract with

Aladtec, Inc. (River Falls, WI), to provide Fire & EMS with a software

solution. Funds are budgeted in the FY19 Budget: LOST-Public Safety Fund ?

Fire & EMS ? Public Safety-LOST ? Software Lease; 0102-410-9900-LOST-6541.

_________________



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

_________ day of ____________, 2018 and adopted at said meeting by the

affirmative vote of _________ members of said Council.



Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ __________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor





?ITEM C?

A RESOLUTION

NO.______

A RESOLUTION AUTHORIZING A THREE YEAR SOFTWARE LICENSE RENEWAL AGREEMENT WITH

DNN CORPORATION (AUSTIN, TX), IN THE AMOUNT OF $13,773.55 ANNUALLY, FOR THE

EVOQ CONTENT SOFTWARE. THE RENEWAL AGREEMENT WILL INSURE NO INCREASE IN THE

LICENSE RENEWAL FOR THE NEXT THREE YEARS, AND WILL COVER THE TERM FROM 03/31/19

?03/30/2022.

WHEREAS, the Information Technology Department uses the Evoq Content Software

to develop the City?s websites. This software increases security,

maintainability, and the overall web presence. The Department was previously

using a free version of the software. In 2018, an upgrade of the software was

purchased in the amount of $9,499; and,

WHEREAS, DNN Corporation is the developer of the Evoq Content Software,

therefore the vendor is deemed an only known source, per Section 3-114 of the

Procurement Ordinance.



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



That the City Manager is hereby authorized to enter into a three year software

license renewal agreement with DNN Corporation (Austin, TX), in the amount of

$13,773.55 annually, for the EVOQ Content Software. The renewal agreement will

insure no increase in the license renewal for the next three years, and will

cover the term from 03/31/19 ?03/30/2022. Funds are budgeted in the FY19

budget: General Fund ? Information Technology ?Computer Software; 0101 ? 210 ?

1000 ? ISS ? 6541. Funds will be budgeted in the appropriate fiscal years for

the subsequent years? renewal payments.

__________



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

_________ day of ____________, 2018 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ __________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor



?ITEM D?

A RESOLUTION

NO.______

A RESOLUTION AUTHORIZING THE PURCHASE OF NETWORKING EQUIPMENT FROM CPAK

(LAGRANGE, GA) IN THE ESTIMATED AMOUNT OF $85,993.00. THE PURCHASE WILL BE

ACCOMPLISHED BY COOPERATIVE PURCHASE VIA GEORGIA STATEWIDE CONTRACT

#99999-SPD-T20120501-0006.



WHEREAS, the Information Technology Department is requesting the purchase of

networking equipment, to include networking switches and peripherals to replace

outdated, end of life equipment throughout the City; which is needed to improve

speed, efficiency and security.

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



That the City Manager is hereby authorized to purchase networking equipment

from CPAK (Lagrange, GA) in the amount of $85,993.00. The purchase will be

accomplished by cooperative purchase via Georgia Statewide Contract

#99999-SPD-T20120501-0006. Funds are budgeted in the FY19 Budget as follows:

Approximately $84,565 is budgeted in the General Fund ? Information Technology

? Computer Equipment; 0101 ? 210 -1000 ? ISS ? 6511. Approximately $1,428 is

budgeted in the LOST/Infrastructure Fund ? Information Technology ?

Infrastructure/LOST ? Computer Equipment ? IT Storage Project; 0109 ? 210 ?

9901 ? ISS ? 7751 -90001 ? 20190.

______________



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

_________ day of ____________, 2018 and adopted at said meeting by the

affirmative vote of _________ members of said Council.





Councilor Allen voting __________.

Councilor Baker voting __________.

Councilor Barnes voting __________.

Councilor Davis voting __________.

Councilor Garrett voting __________.

Councilor House voting __________.

Councilor Huff voting __________.

Councilor Thomas voting __________.

Councilor Turner Pugh voting __________.

Councilor Woodson voting __________.







_________________________________ __________________________

Lindsey Glisson, Deputy Clerk of Council Teresa Pike Tomlinson, Mayor

Attachments


Back to List