header-left
File #: 2712-2017    Version: 1
Type: Ordinance Status: Passed
File created: 10/6/2017 In control: Finance Committee
On agenda: 10/16/2017 Final action: 10/19/2017
Title: To authorize the City Auditor to modify an existing contract with Compaid to add $55,000.00 and extend the contract period to March 1, 2018 or until funds are exhausted, for the new total amount of $167,005.00; to authorize the expenditure of up to $55,000.00 from the Auditor Bond Fund; and to declare an emergency ($55,000.00).
Explanation
BACKGROUND: Ordinance No. 1077-2013/ 2955-2015 authorized The City Auditor to enter into contract with Tyler Technologies, Inc., Microsoft, and Compaid for implementation and support services related to the deployment of a new financial management system, specifically Microsoft Dynamics AX 2012 for Public Sector (Dynamics AX). The contracted amounts included a Tyler-hosted solution for Dynamic AX. Funds, all within the original Budget, are now needed for expanded implementation and maintenance costs to be approved for expenditure.

The search for a new financial management system included: research with the Department of Technology via their contract with Gartner, Inc. - a worldwide leader in information technology research and advisory services; attending product demonstrations at national and local conferences; participating in product demonstration webinars; and making inquiries of public sector software vendors.

The City of Columbus solicited Requests for Statements of Qualifications (RFSQ) pursuant to Columbus City Code 329.13 for Professional Services for the purchase and implementation of a Financial Management System. The RFSQ was advertised in the City Bulletin, published to the web on Vendor Services, and all registered vendors for the related commodities were notified via email or fax. Thirteen sealed statements of qualifications were received by the City Auditor’s Office by the April 14, 2012 due date.

The initial responses were evaluated using (1) the competence of the Offeror to perform the required service; (2) the ability of the Offeror to perform the required service competently and expeditiously; (3) past performance of the Offeror as reflected by the evaluations of the city agency, other city agencies and other previous clients of the Offeror; and (4) functionality of proposed solution. On the basis of these evaluations, the committee (defined below) selected the highest rated six Offerors to provide webinar demonstrati...

Click here for full text