Agenda Item #______ 
       Columbus Consolidated Government   
 Council Meeting       
 June 4, 2019       
 Agenda Report #_____       
 TO:   Mayor and Councilors       
 SUBJECT:  Purchase Authorizations       
 INITIATED BY: Finance Department    	                   
 (A)	CONTRACT AMENDMENT FOR NEOGOV APPLICATION MANAGEMENT TRACKING SYSTEM       
 It is requested that Council approve the contract amendment with    
 Governmentjobs.com Inc., d/b/a NEOGOV (El Segundo, CA), to add E-Forms and    
 OnBoard Bundle software modules for the annual subscription fee of $36,031.50,    
 plus a one-time fee of $12,000 for set-up and implementation; as well as,    
 approve the updated annual subscription fee for the current Application    
 Management Tracking system module in the amount of $18,357.49. The contract    
 term will be for 36 months beginning in FY20. The Annual Subscription Fees    
 shall increase up to five (5) percent from the previous term for the first two    
 (2) renewal terms.       
 Per Resolution #221-18, Council approved the contract with NEOGOV to provide an    
 application management tracking system.  NEOGOV is the nation?s largest cloud    
 software for Human Resources in government and education, allowing job seekers    
 to quickly apply online for current vacancies or sign up for new openings that    
 become available.  Using the NEOGOV technology, HR and department managers can    
 access online records to expedite hiring and provide greater accountability    
 when selecting new employees.  NEOGOV streamlines the job search and    
 application process for job seekers and allows hiring managers to more    
 effectively create minimum qualifications to sort through a pool of applicants.   
 Human Resources is requesting to add two Neogov modules to the existing Neogov    
 Insight Application Management System.  The two modules are Onboarding module    
 and E-Forms module.  These two modules provide an opportunity to electronically    
 onboard new hires as well as an avenue to more efficiently and effectively    
 disseminate and request employees? signatures electronically on important    
 personnel policies and regulations, benefits information, and other documents    
 required by the organization.         
 After much research and discussion and with the assistance of the IT    
 Department, Human Resources has determined that Neogov offers an Onboarding    
 module and E-Forms module that pairs with our current Insight Application    
 Management System.    The Onboard and E-Form modules pair with the current    
 Insight system.  After an applicant is selected for hire, their data can be    
 seamlessly transferred to the Onboarding module and the new hire process would    
 begin immediately in an electronic format.         
 The Onboarding module will allow HR to streamline the new hire onboarding    
 paperwork.  An electronic onboarding process will allow the new hire to    
 complete their new hire packet before they report to orientation.   This will    
 significantly reduce the amount of time it takes to onboard a new employee.     
 The new hire process will become a self-service portal that includes training    
 videos and documents to be signed and allows the new hire to upload documents    
 as well.  A new hire orientation packet typically consists of a minimum of 100    
 sheets of paper which will no longer be needed.         
 The E-Forms module allows HR to assign forms and policies to a specific group    
 of employees or all employees that require the employee?s signature and or    
 acknowledgement of receipt.  A form or policy may be routed for approvals too.     
 This will be an excellent tracking tool to ensure HR nor employees loose    
 documents that are critical and that impact employees? pay and benefits.  The    
 City?s liability is reduced with accurate retention of these important    
 documents.        
 Funds will be budgeted in the FY20 Budget as follows:   Subscription fees in    
 the total amount of $54,388.99 will be budgeted in General Fund ? Information    
 Technology ? Software Lease; 0101 ? 210 ? 1000 ? ISS ? 6541.   One time Set-up    
 and Implementation fee in the amount of $12,000 will be budgeted as follows:     
 $10,000.00 in General Fund ?Information Technology ? Consulting, 0101 ? 210 ?    
 1000 ? ISS ? 6315; and $2,000.00 in  General Fund ? Information Technology ?    
 Education Training, 0101 ? 210 ? 1000 ? ISS ? 6601.     
 Funds will be budgeted in applicable fiscal years to cover subscription fees    
 for the remaining term of the contract.       
 *  *  *  *  *  *  *  *  *   
 (B)	TROLLEY REPAIRS FOR METRA   
 It is requested that Council approve repair services for two trolleys to be    
 performed by Cummins Sales and Service (Albany, GA), for the total estimated    
 amount of $40,741.41.       
 A 2010 Gillig 30ft Trolley, with a useful life of 10 years, requires an inframe    
 overhaul with turbo injectors, at the estimated repair cost of $19,810.63.       
 A 2010 Gillig 30ft Trolley, with a useful life of 10 years, requires an inframe    
 overhaul, at the estimated repair cost of $20,930.78.        
 Cummins Sales and Service will perform the repairs because they are the    
 manufacturer of the engine installed in the Trolleys.  Consequently, the vendor    
 is considered the only known source to perform the repairs, per the Procurement    
 Ordinance, 3-114.       
 Funds are available in the FY19 Budget:  Transportation Fund ? Transportation ?    
 FTA ? Bus Engines; 0751 -610 ? 2400 - MFTA ? 7727.       
 *  *  *  *  *  *       
 (C) MENTAL HEALTH SERVICES FOR MUSCOGEE COUNTY JAIL (ANNUAL CONTRACT) ? RFP NO.    
 19-0017   
 It is requested that Council authorize the execution of an annual contract with    
 New Horizons Community Service Board d/b/a New Horizons Behavioral Health    
 (Columbus, GA) to provide comprehensive mental health services for inmates    
 incarcerated at Muscogee County Jail.         
 The services shall meet or exceed the requirements of the 8th amendment of the    
 United States Constitution and are commensurate with the services accessible    
 within our community. Minimally, the services required under the contract shall    
 include the following clinical interventions:       
 A. A broad spectrum of mental health services within the confines of the Jail    
 that should include but is not limited to a special needs unit, suicide    
 prevention, psychiatric services and medication management, substance abuse    
 treatment, group therapy, individual counseling, 24-hour crisis intervention,    
 case management and discharge planning. The provider must show an ability to    
 offer a continuum of care coordinating with treatment received by the inmate in    
 the community prior to incarceration and treatment to be received post    
 discharge.       
 B. Intake screening to identify, assess, refer, and diagnose patients for    
 mental illness, personality disorders associated with significant functional    
 impairment, dementia, autism, developmental disabilities, PTSD, substance    
 induced psychosis, substance abuse and withdrawal, suicide risk and    
 intervention. Inmates with mental health needs will be evaluated by a qualified    
 mental health professional in a timely manner as defined by operating policies    
 and procedures.       
 C. Jail Diversion: to identify and refer those patients who may benefit most    
 from and would be appropriate to refer to community or state mental health    
 services whether inpatient or outpatient through programs such as Mental Health    
 Court, Drug Court, Veterans Court, and referrals to ACT Teams, the State Mental    
 Health Hospital, or Community Crisis Centers.        
 D. Training programs to enhance the annual training of both medical and    
 security staff related to mental health, behavior management, substance abuse,    
 and suicide prevention.       
 E. Administrative duties to include participation in treatment teams with jail    
 personnel, designing policies and procedures regarding mental health care which    
 are consistent with other Jail policies and procedures, and making personnel    
 and record keeping services available to assist the Jail in monitoring its    
 compliance with the Department of Justice?s inspections and reporting    
 requirements under a Consent Agreement dated September 19, 1999.         
 F. The contractor will provide an adequate Medical Records System for inmates    
 requiring mental health services. The ability of this system to interface with    
 the Homeless Management Information System or other community based health care    
 resources, will receive favorable evaluation. All information entered in any    
 medical record whether electronic or hard copy will remain the property of the    
 Muscogee County Sheriff?s Office (MCSO) and must be accessible by the MCSO in    
 perpetuity.       
 G. The successful contractor and the Jail will negotiate measurable performance    
 standards that will be used to evaluate the contract on an ongoing basis. The    
 contractor will be responsible for quality improvement analysis around these    
 performance standards.        
 H. The successful contractor shall also be responsible for providing mental    
 health service to county inmates housed at the Muscogee County Prison. There    
 are 48 dedicated beds devoted to Muscogee County and shall provide mental    
 health services as needed.       
 I. Detailed staffing and service requirements, as specified.           
 The initial term of the contract will be for two (2) years with the option to    
 renew for three (3) additional twelve-month periods.  Contract renewal will be    
 contingent upon the mutual agreement of the City and the Contractor.       
 Annual Contract History:   
 The previous five-year contract was awarded on March 31, 2012 (Resolution No.    
 67-12) to New Horizons.  On May 2, 2017, the Purchasing Manager extended the    
 contract for one year, at the request of the Sheriff?s Office.  On March 13,    
 2018 (Resolution No. 99-18), Council authorized a contract extension for an    
 additional one-year period, at the request of the Sheriff?s Office.       
 RFP Advertisement and Receipt of Proposals:   
 Specifications were posted on the web page of the Purchasing Division and the    
 Georgia Procurement Registry on March 4, 2019.  This RFP has been advertised,    
 opened and evaluated.  Two (2) proposals were received on April 3, 2019 from    
 the following vendors:       
 New Horizons Community Service Board d/b/a New Horizons Behavioral Health    
 (Columbus, GA)   
 CorrectHealth Muscogee, LLC (Atlanta, GA)       
 The following events took place after receipt of proposals:       
 																																																																																																																																																																																																																																																																RFP MEETINGS/EVENTS   
 Description	Date	Agenda/Action   
 Pre-Evaluation Meeting	04/10/19	The Purchasing Manager advised evaluation committee    
 members of the RFP rules and process, and the project manager provided an    
 overview.  Proposals were disbursed to each committee member to review.   
 1st Evaluation Meeting	04/24/19	Committee members discussed the proposals.  It was    
 deemed necessary for the responding vendors to acknowledge receipt of the    
 January 2015 Memorandum of Agreement (MOA) between the United States Department    
 of Justice (DOJ) and the Consolidated Government of Columbus, Georgia, and to    
 acknowledge the Memorandum will govern the services under this Request for    
 Proposals.   
 Acknowledgement Requested & Received	04/30/19	The MOA document was forwarded to both    
 vendors, and both vendors acknowledged as requested above.   
 Evaluation Forms Sent	04/30/19	Evaluation forms were forwarded to voting committee    
 members.   
 Evaluation Results	05/10/19	Evaluation forms were completed and returned to Purchasing    
 for compilation results, which were then forwarded to the Evaluation Committee    
 members for review.     
 Negotiation Request 	05/17/19	The Evaluation Committee unanimously voted to    
 request a best and final offer from New Horizons Behavioral Health, the highest    
 ranked vendor.  A letter was forwarded to the vendor.   
 Negotiation Response 	05/20/19	New Horizons Behavioral Health indicated they are    
 unable to lower their pricing.  The response was forwarded to the Evaluation    
 Committee.   
 Award Recommendation	5/21/19	The Committee elected to award the contract to New Horizons    
 Behavioral Health, the highest ranked vendor.           
 Evaluation Committee:   
 The proposals were reviewed by the Evaluation Committee, which consisted of two    
 (2) voting members from the Muscogee County Sheriff?s Office and one (1) voting    
 member from the Muscogee County Marshal?s Office.  Two (2) additional Muscogee    
 County Sheriff?s Office representatives and (1) City Attorney?s Office    
 representatives served as non-voting advisors.         
 Award Recommendation:   
 The evaluation committee deemed the proposal from New Horizons Behavioral    
 Health as most responsive to the RFP specifications.  Therefore the Evaluation    
 Committee, as reflected by their comments provided below, recommends award of    
 the contract to New Horizons Behavioral Health for the following reasons:       
 ? This contractor has been providing mental health services for the Muscogee    
 County Jail for the past seven years, since April 1, 2012.  They are the area's    
 Tier 1 provider of core services and are contracted with and work closely with    
 the Georgia Department of Behavioral Health and Development Disabilities    
 throughout the local area of the Chattahoochee Valley.  They have a network of    
 community based outpatient services and relationships with local organizations    
 to provide treatment to individuals once they leave the jail setting.  It is    
 important that New Horizons has relationships with organizations within our    
 community to assist individuals once they are released from the Jail.       
 ? The company provides services in 8 counties, according to their    
 qualifications and experience.  The vendor specifically states that "all    
 services will be provided on site", and that they "do not" plan on using    
 "Telemedicine".  I believe that this type of "one-on-one" contact will aid in    
 the mental health evaluation process.  The medical personnel of the vendor    
 appears to be stellar.  They are all local medical professionals who all    
 provide a level of support that one might expect from a localized vendor.  They    
 speak of an extensive network of community services that can provide referrals    
 and access to additional mental health treatment.       
 ? New Horizons is the current contractor at the Muscogee County Jail.  They    
 have continued to work well with Jail staff and medical vendors.  They continue    
 to not only serve the inmates but work closely with our drug, veteran and    
 probate courts to serve the best interest of those in their care.  They seek    
 solutions by building close relationships with community programs and agencies,    
 such as group homes and treatment facilities, to provide a quality of life for    
 those released.  The duties performed outweigh their proposed costs.               
 Vendor Qualifications/Experience:   
 ? The New Horizons Community Service Board is a public corporation created in    
 state law (O.C.G.A. 37-2-6) to provide services to persons with mental    
 illnesses, developmental disabilities and/or addictive diseases.  The service    
 area is Chattahoochee, Clay, Harris, Muscogee, Quitman, Randolph, Stewart, and    
 Talbot counties in west central Georgia.       
 ? New Horizons has provided community mental health, developmental disabilities    
 and addiction disease services since the 1960s.  Prior to 1994, New Horizons    
 Behavioral Health was originally known as The Columbus Area Mental Health,    
 Mental Retardation and Substance Abuse Program.       
 ? While providing services at the Muscogee County Jail, New Horizons has    
 successfully worked toward the closure of the Department of Justice oversight    
 of mental health services at the Jail, resulting in all mental health    
 requirements to be considered ?in substantial compliance? at last report.       
 ? New Horizons Behavioral Health collaborated with the Jail during the    
 initiation of the Muscogee County Mental Health Court.       
 ? New Horizon?s extensive network of community services and history of    
 electronic medical records dating back to 2007 allows mental health staff    
 members at the Jail to access an extremely large database of treatment history.       
 ? New Horizons has worked to develop relationships with the forensic    
 psychologists at West Central Georgia Regional Hospital, who provide the    
 court-ordered evaluations for some individuals in jail.             
 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 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.     
 Therefore, the evaluation results and cost information has been submitted to    
 the City Manager in a separate memo for informational purposes.       
 Funds are budgeted each fiscal year for this ongoing expense:  General Fund ?    
 Sheriff ? Medical ? Consulting; 0101-550-2650-MEDD-6315 and General Fund ?    
 Muscogee County Prison ? Warden ? Consulting; 0101-420-1000-MCCI-6315.            
 ?ITEM A?       
 A RESOLUTION    
 NO. _________   
 	A RESOLUTION AUTHORIZING THE CONTRACT AMENDMENT WITH GOVERNMENTJOBS.COM    
 INC., D/B/A NEOGOV (EL SEGUNDO, CA), TO ADD E-FORMS AND ONBOARD BUNDLE SOFTWARE    
 MODULES FOR THE ANNUAL SUBSCRIPTION FEE OF $36,031.50, PLUS A ONE-TIME FEE OF    
 $12,000 FOR SET-UP AND IMPLEMENTATION; AS WELL AS, APPROVE THE UPDATED ANNUAL    
 SUBSCRIPTION FEE FOR THE CURRENT APPLICATION TRACKING MANAGEMENT SYSTEM MODULE    
 IN THE AMOUNT OF $18,357.49. THE CONTRACT TERM WILL BE FOR 36 MONTHS BEGINNING    
 IN FY20. THE ANNUAL SUBSCRIPTION FEES SHALL INCREASE UP TO FIVE (5) PERCENT    
 FROM THE PREVIOUS TERM FOR THE FIRST TWO (2) RENEWAL TERMS.       
 WHEREAS, per Resolution #221-18, Council approved the contract with NEOGOV to    
 provide an application management tracking system.  NEOGOV is the nation?s    
 largest cloud software for Human Resources in government and education,    
 allowing job seekers to quickly apply online for current vacancies or sign up    
 for new openings that become available.  Using the NEOGOV technology, HR and    
 department managers can access online records to expedite hiring and provide    
 greater accountability when selecting new employees.  NEOGOV streamlines the    
 job search and application process for job seekers and allows hiring managers    
 to more effectively create minimum qualifications to sort through a pool of    
 applicants; and,   
 WHEREAS, Human Resources is requesting to add two Neogov modules to the    
 existing Neogov Insight Application Management System.  The two modules are    
 Onboarding module and E-Forms module.  These two modules provide an opportunity    
 to electronically onboard new hires, as well as, an avenue to more efficiently    
 and effectively disseminate and request employees? signatures electronically on    
 important personnel policies and regulations, benefits information, and other    
 documents required by the organization.     
 	NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS    
 FOLLOWS:   
 	That the City Manager is hereby authorized to execute the contract    
 amendment with Governmentjobs.com Inc., d/b/a NEOGOV (El Segundo, CA), to add    
 E-Forms and OnBoard Bundle software modules for the annual subscription fee of    
 $36,031.50, plus a one-time fee of $12,000 for set-up and implementation; as    
 well as, approve the updated annual subscription fee for the current    
 Application Management Tracking system module in the amount of $18,357.49. The    
 contract term will be for 36 months beginning in FY20. The Annual Subscription    
 Fees shall increase up to five (5) percent from the previous term for the first    
 two (2) renewal terms.   Funds will be budgeted in the FY20 Budget as    
 follows:   Subscription fees in the total amount of $54,388.99 will be budgeted    
 in General Fund ? Information Technology ? Software Lease; 0101 ? 210 ? 1000 ?    
 ISS ? 6541.   One time Set-up and Implementation fee in the amount of $12,000    
 will be budgeted as follows:  $10,000.00 in General Fund ?Information    
 Technology ? Consulting, 0101 ? 210 ? 1000 ? ISS ? 6315; and $2,000.00 in     
 General Fund ? Information Technology ? Education Training, 0101 ? 210 ? 1000 ?    
 ISS ? 6601.     
 Funds will be budgeted in applicable fiscal years to cover subscription fees    
 for the remaining term of the contract.   
 ___________________________       
 Introduced at a regular meeting of the Council of Columbus, Georgia, held the    
 _________ day of ____________, 2019 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.       
 Councilor Allen voting __________   
 Councilor Barnes voting __________   
 Councilor Crabb voting  __________   
 Councilor Davis voting __________   
 Councilor Garrett voting __________   
 Councilor House voting __________   
 Councilor Huff voting __________   
 Councilor Thomas voting __________   
 Councilor Turner Pugh voting __________   
 Councilor Woodson voting __________           
 _______________________________ _____________________________   
 Sandra T. Davis, Clerk of Council   B.H. ?Skip? Henderson III, Mayor           
 ITEM B?       
 A RESOLUTION    
 NO. _________   
 	A RESOLUTION AUTHORIZING REPAIR SERVICES FOR TWO TROLLEYS TO BE    
 PERFORMED BY CUMMINS SALES AND SERVICE (ALBANY, GA), FOR THE TOTAL ESTIMATED    
 AMOUNT OF $40,741.41.       
 WHEREAS, a 2010 Gillig 30ft Trolley, with a useful life of 10 years, requires    
 an inframe overhaul with turbo injectors, at the estimated repair cost of    
 $19,810.63; and,       
 WHEREAS, a 2010 Gillig 30ft Trolley, with a useful life of 10 years, requires    
 an inframe overhaul, at the estimated repair cost of $20,930.78; and,        
 WHEREAS, Cummins Sales and Service will perform the repairs because they are    
 the manufacturer of the engine installed in the Trolleys.  Consequently, the    
 vendor is considered the only known source to perform the repairs, per the    
 Procurement Ordinance, 3-114.       
 	NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS    
 FOLLOWS:   
 	That the City Manager is hereby authorized to purchase repair services    
 for two trolleys to be performed by Cummins Sales and Service (Albany, GA), for    
 the total estimated amount of $40,741.41.  Funds are available in the FY19    
 Budget:  Transportation Fund ? Transportation ? FTA ? Bus Engines; 0751 -610 ?    
 2400 - MFTA ? 7727.   
 ___________________________       
 Introduced at a regular meeting of the Council of Columbus, Georgia, held the    
 _________ day of ____________, 2019 and adopted at said meeting by the    
 affirmative vote of _________ members of said Council.       
 Councilor Allen voting __________   
 Councilor Barnes voting __________   
 Councilor Crabb voting  __________   
 Councilor Davis voting __________   
 Councilor Garrett voting __________   
 Councilor House voting __________   
 Councilor Huff voting __________   
 Councilor Thomas voting __________   
 Councilor Turner Pugh voting __________   
 Councilor Woodson voting __________           
 _______________________________ _____________________________   
 Sandra T. Davis, Clerk of Council   B.H. ?Skip? Henderson III, Mayor       
 ?ITEM C?       
 A RESOLUTION       
 NO. __________                   
 	A RESOLUTION AUTHORIZING THE EXECUTION OF AN ANNUAL CONTRACT WITH NEW    
 HORIZONS COMMUNITY SERVICE BOARD d/b/a NEW HORIZONS BEHAVIORAL HEALTH    
 (COLUMBUS, GA) TO PROVIDE COMPREHENSIVE MENTAL HEALTH SERVICES FOR INMATES    
 INCARCERATED AT MUSCOGEE COUNTY JAIL.       
 WHEREAS, an RFP was administered (RFP No. 19-0017) and two proposals were    
 received; and,       
 WHEREAS, the proposal submitted by New Horizons Community Service Board dba New    
 Horizons Behavioral Health was evaluated most responsive to the RFP; and,       
 	WHEREAS, the term of this contract shall be for two (2) years with the    
 option to renew for three (3) additional twelve-month contract periods.        
 NOW, THEREFORE, THE COUNCIL OF COLUMBUS, GEORGIA, HEREBY RESOLVES AS FOLLOWS:       
 That the City Manager is hereby authorized to execute an annual contract with    
 New Horizons Community Service Board d/b/a New Horizons Behavioral Health    
 (Columbus, GA) to provide comprehensive mental health services for inmates    
 incarcerated at Muscogee County Jail.  Funds are budgeted each fiscal year for    
 this ongoing expense:  General Fund ? Sheriff ? Medical ? Consulting;    
 0101-550-2650-MEDD-6315 and General Fund ? Muscogee County Prison ? Warden ?    
 Consulting; 0101-420-1000-MCCI-6315.         	  	           
 Introduced at a regular meeting of the Council of Columbus, Georgia, held the    
 ___ day of ____________, 2019 and adopted at said meeting by the affirmative    
 vote of _________ members of said Council.       
 Councilor Allen voting __________   
 Councilor Barnes voting __________   
 Councilor Crabb voting  __________   
 Councilor Davis voting __________   
 Councilor Garrett voting __________   
 Councilor House voting __________   
 Councilor Huff voting __________   
 Councilor Thomas voting __________   
 Councilor Turner Pugh voting __________   
 Councilor Woodson voting __________           
 _______________________________ _____________________________   
 Sandra T. Davis, Clerk of Council   B. H. ?Skip? Henderson III, Mayor           
 DATE:  June 4, 2019   
 TO: Mayor and Councilors       
 FROM: Finance Department       
 SUBJECT: Advertised Bids/RFPs       
 June 19, 2019   
 1. Bus Shelters (Annual Contract) ? RFB No. 19-0051   
 Scope of Bid   
 METRA is requesting qualified vendors to provide Bus Shelters on an ?as needed?    
 basis. The contract term will be for three years.                                
        
Attachments
        
    No attachments for this document.