REQUEST FOR PROPOSAL (RFP) HOME-BASED SERVICES

Similar documents
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

How To Work For A City Of Germany Project

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT B. Insurance Requirements for Construction Contracts

INDEPENDENT CONTRACTORS AGREEMENT

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

Alterations to Building Request Form

COC-Insurance Requirements Page 1 of 9

Sidewalk Rehabilitation Program

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!


INSURANCE REQUIREMENTS FOR VENDORS

Insurance Requirements for Contractors (Without Construction Risks)

How To Insure Construction Contracts In Northern California Schools Insurance Group

Attachment A Terms and Conditions

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

Schedule Q (Revised 1/5/15)

REQUEST FOR PROPOSAL

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY

CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK

SAMPLE SERVICES CONTRACT

CITY of DALY CITY INSURANCE REQUIREMENTS

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on

Mansfield Independent School District Business Procedures Manual Section 7 Risk Management

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

BRITISH SOCCER CAMP A G R E E M E N T

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

ATTACHMENT AA SCOPE OF WORK EMPLOYMENT SUPPORTS

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

Request for Proposal Hewlett Packard Network Switches and Peripherals

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

K YROUS R EALTY G ROUP, I NC.

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

5. Preparation of the State and Federal Single Audit Reports.

NOTICE OF REQUEST FOR PROPOSALS (RFP) RFP DOTPL-004

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

5.2 Insurance Requirements The Highway Commissioner VTHD VTHD VTHD additional insured; Vernon Township Highway Department

OLYMPIC TOWER CONDOMINIUM

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF **

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

CONTRACT INSURANCE REQUIREMENTS

STOPWASTE RESPONSIBILITIES

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE

Subcontractor Insurance & Licensing Requirements Please provide the items below

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

SECTION 3 AWARD AND EXECUTION OF CONTRACT

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

Insurance & Bonding Requirements. Eastside Trail Extension

WASHINGTON SUBURBAN SANITARY COMMISSION

Attachment A Terms and Conditions RFX No TITLE: Quality Control Standards DHH Office of Public Health

EXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS

CONSULTANT AGREEMENT WITNESSETH. Recitals:

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

1. MONTANA RAIL LINK AND BNSF RAILWAY COMPANY INSURANCE REQUIREMENTS

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS

EXHIBIT A (of Request for Proposal)

Memorandum of Understanding

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

NPSA GENERAL PROVISIONS

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

BENTON COUNTY PERSONAL SERVICES CONTRACT

Transcription:

MARQUETTE COUNTY 25 TH CIRCUIT COURT, FAMILY DIVISION (JUVENILE COURT) REQUEST FOR PROPOSAL (RFP) HOME-BASED SERVICES Home-Based Services Marquette County 25 th Circuit Court, Family Division (Juvenile Court) 234 W. Baraga Avenue Marquette, Michigan 49855 Phone: 906-225-8300/Fax: 906-228-1533 Dwilson@mqtco.org RFP ID: 17:-001 Prepared by: Duane M. Wilson, LMSW Date: November 15, 2016 1

REQUEST FOR PROPOSAL HOME-BASED SERVICES Marquette County RFPID: 17-001 SUBMISSION DEADLINE: December 12, 2016, 5:00pm QUESTION SUBMISSION DEADLINE: November 28, 2016 *Questions may be submitted in written form no later than November 28, 2016 to: RFP Contact Name: Contact Address: Email Address: Duane Wilson 234 W. Baraga Ave. Marquette, Michigan 49855 dwilson@mqtco.org INTRODUCTION: MARQUETTE COUNTY 25 TH CIRCUIT COURT, FAMILY DIVISION seeks proposals for its HOME-BASED SERVICES program within the JUVENILE COURT. All proposals submitted for consideration must be received by the time as specified above under the SUBMISSION DEADLINE. Bidders must meet the MINIMUM REQUIREMENTS FOR BID SUBMISSION and address PROJECT OBJECTIVES through a proposal that covers the PROJECT SCOPE AND SPECIFICATIONS. BIDDERS SHOULD NOTE THAT ANY AND ALL WORK INTENDED TO BE SUBCONTRACTED AS PART OF THE BID SUBMITTAL MUST BE ACCOMPANIED BY BACKGROUND MATERIALS AND REFERENCES FOR PROPOSED SUBCONTRACTOR(S) NO EXCEPTIONS. MINIMUM REQUIREMENTS FOR BID SUBMISSION: Appropriate bidders should be able to demonstrate the following requirements: Experience providing successful social services; Financial solvency; Licensed social work direct service staff; and Compliance with the Child Care Fund (CCF), In Home Care eligibility requirements (http://www.michigan.gov/mdhhs -Doing Business with MDHHS, Child Care Fund, CCF Handbook, In Home Care Eligibility). PROJECT AND LOCATION: The bid proposal is being requested for HOME-BASED SERVICES will be located with the contracting agency. The length of the contract is from January 1 st, 2017 through September 30 th, 2017. PROJECT OBJECTIVES: The goal of the program is to provide home-based intervention services for a youth and their family, a minimum of 7 hours per week for a 6 week maximum time period, through a licensed social worker as 2

referred by the court s probation officers for both formal and informal cases. The objectives of this youth focused service delivery include: Increasing home safety and strengthen the home placement; Identifying family strengths, report change efforts, and explore future services the family may need; Providing the Court with written documentation of the family s progress and assist the probation officers in determining disposition recommendations; Providing an assessment of future risk; and Preparing a written safety plan to assist families deescalate crisis situations. PROJECT SCOPE AND SPECIFICATIONS: Bidders will: 1. Develop a procedure for accepting referrals in consultation with the referring probation officer. The procedure shall include accepting referrals on a first come first serve basis. Party shall determine the number of spaces available at any given time. First Party shall commit to receive all appropriate referrals as presented by the probation officers. 2. Provide service in the family s home. 3. Write a service plan for each family that outlines goals and services. 4. Provide a range of goal-directed services to the family, which may include: A. Risk assessment B. Teaching appropriate parenting skills, such as: a) Alternatives to corporal punishment and neglect, in addition to education importance b) Age appropriate expectations c) Parent as a role model d) Choices and consequences e) Display of greater parent/child affection and trust C. Family, individual and/or marital counseling, which shall: a) Be based on a cognitive, behaviorally oriented model that encourages the development of linkages with natural helping networks and community resources b) Teach anger management techniques where appropriate c) Teach appropriate communication skills D. Assessing and teaching budgeting skills. E. Aiding the family in meeting medical needs for children or adults in the family including, but not limited to substance abuse treatment and supports when appropriate. F. Teaching and modeling behavior with the family, including housekeeping, homemaking and other organizational skills needed to provide a positive environment and reduce the risk of out of home placement. G. Referring and linking the family with needed services (such as aiding the family in obtaining needed furniture, etc.). H. Referring and linking family with follow-up services when necessary. I. Assisting the family to access transportation and/or transporting the family. 5. Submit a written Progress Report to referring staff every 2 weeks. 3

6. Discuss discharge recommendations with referring staff. 7. Conduct a termination meeting with the family to summarize the progress made during intervention and options for maintaining progress. Referring staff should be invited to this termination meeting. 8. Provide the court with a summary of the progress the family made during the intervention. PROJECT FINANCIAL COMPENSATION: Contract services must comply with the Child Care Fund (CCF), In Home Care eligibility requirements as found at http://www.michigan.gov/mdhhs (Doing Business with MDHHS, Child Care Fund, CCF Handbook, In Home Care Eligibility). The costs for the program are listed below and cannot be exceeded. Proposal should be focused on overall cost effectiveness. Financial compensation is reimbursement-based on submission vouchers and required documentation. Billing shall be monthly and submitted to the MARQUETTE COUNTY 25TH CIRCUIT COURT, FAMILY DIVISION JUVENILE COURT prior to the 2nd Friday of the following month. The projection is that 15 families will be served with this contract with two extensions (each being two weeks long) available on Court approval: Rate Unit Type Total Units Yearly Cost $2,500.00 1 Family 15 $37,500.00 $1,250.00 1 Family Extension 2 $2,500.00 $40,000.00 Contract Total (9 months) SCHEDULED TIMELINE: The following timeline has been established to ensure that the project objective is achieved; however, the following project timeline shall be subject to change when deemed necessary by management: MILESTONE DATE Implement Referral Process and Accept Referrals January 01, 2017 Submit 1 st Monthly Billing along with all service logs and accurate February 10, 2017 service documentation requested by the Court 4

PROPOSAL BIDDING REQUIREMENTS INTENT TO SUBMIT PROPOSAL: All invited Bidders are required to submit a Notice of Intent no later than November 21, 2016 informing MARQUETTE COUNTY 25 TH CIRCUIT COURT, FAMILY DIVISION OF THEIR INTENT TO EITHER SUBMIT OR DECLINE TO SUBMIT A PROPOSAL. Notices should be e-mailed to dwilson@mqtco.org with Notice of Intent to Submit for Home Bases Services in the subject line. DEADLINE TO SUBMIT PROPOSAL: All proposals must be received by MARQUETTE COUNTY 25 TH CIRCUIT COURT, FAMILY DIVISION no later than 5:00pm December 12, 2016 for consideration in the project proposal selection process. PROPOSAL SELECTION CRITERIA: All proposals, following the below stated Proposal Submission Format and submitted by the stated deadline, will be reviewed and evaluated based on information provided in the submitted proposal. The following criteria will be given considerable weight in the proposal selection process: Ease of understanding, use of correct formatting and completeness of proposal. Bidder s understanding of project scope and objectives and demonstrated ability to meet those objectives within the parameters of their proposal. Bidder s performance history and timely delivery of proposed services. Bidder s ability to provide qualified personnel with the knowledge and skills required to effectively and efficiently execute proposed services. Overall cost effectiveness of the proposal. PROPOSAL RATING: Proposals that meet the above selection criteria will be rated by a panel selected by the MARQUETTE COUNTY 25 TH CIRCUIT COURT, FAMILY DIVISION using a point system. A service contract will be awarded to the proposal obtaining the highest accumulative number of points. Point assignment breakdown is as follows: Application completeness and formatting 10% Demonstrated ability to meet the project objective and scope 40% Demonstrated performance history of relevant services & service effectiveness - 30% Demonstrated ability to provide cost effective services 20% MARQUETTE COUNTY 25 TH CIRCUIT COURT, FAMILY DIVISION shall reserve the right to accept or reject any proposal at any time they deem necessary or appropriate without obligation or notice to the proposing bidder/contractor. MARQUETTE COUNTY 25 TH CIRCUIT COURT, FAMILY DIVISION is also an equal opportunity employer. 5

PROPOSAL SUBMISSION FORMAT: The following is a list of information that the Bidder should include in their proposal submission: Summary of Bidder Background Bidder s Name(s); Bidder s Address; Bidder s Contact Information (and preferred method of communication); Legal Form of Bidder (e.g. sole proprietor, partnership, corporation); Date Bidder s Company Formed; Description of Bidder s agency/company in terms of size, range and types of services offered and clientele; Bidder s principal officers (e.g. President, Chairman, Vice President, Secretary, Chief Operation Officer, Chief Financial Officer, General Managers) and length of time each officer has performed in his/her field of expertise; Bidder s Federal Employee Identification Number (FEIN); Evidence of legal authority to conduct business in Michigan (e.g. business license number); Evidence of established track record for providing services and /or deliverables that are the subject of this proposal; and Organization chart showing key personnel that would provide services to MARQUETTE COUNTY 25 TH CIRCUIT COURT, FAMILY DIVISION. Financial Information State whether the Bidder or its parent company has ever filed for bankruptcy or any form of reorganization under the Bankruptcy Code; and State whether the bidder or its parent company has ever received any sanctions or is currently under investigation by any regulatory or governmental body. Proposed Outcome Summary of timeline and work to be completed. Cost Proposal Summary and Breakdown A detailed list of any and all expected costs or expenses related to the proposed project; Summary and explanation of any other contributing expenses to the total cost; and Brief summary of the total cost of the proposal. Licensing and Bonding Provide details of licenses and bonds (if any) for any proposed services that the bidder/contractor may plan on providing for this project. Insurance Requirements Bidders must be able to meet the County of Marquette s insurance standards as set forth in the below description of required coverage per the Exhibit A Insurance Requirements. Details of any liability or other insurance provided with regard to the staff or project shall be included in the proposal. 6

Exhibit A Insurance Requirements INDEMNIFICATION To the fullest permitted by law, the Contractor shall indemnify, defend, and hold harmless the County of Marquette, its officers, agents, employees, elected and appointed officials, and volunteers from and against any and all claims, losses or liability, including attorney s fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure of the Contractor, its subcontractors, and any of its officers, agents, employees, and volunteers in performing the work required by this contract. The Contractor s obligation under this provision shall not be limited in any way by any terms of this contract, or the insurance limits. In order to assure a source of funding to meet this indemnification obligation, the Contractor shall, at its sole cost and expense, obtain and maintain the following described insurance coverages: LIABILITY INSURANCE The Contractor shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees, volunteers, or subcontractors. INSURANCE REQUIREMENTS The insurance coverage required shall be at least as broad as: 1. Commercial Liability ("occurrence" form). 2. Automobile Liability, "any auto". 3. Workers' Compensation insurance as required by the laws of the state of Michigan and Employer's Liability insurance. LIMITS OF INSURANCE The Contractor shall maintain limits on said policy of no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, and property damage. 2. Automobile Liability: $500,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employer's Liability: Shall be those limits as required by the Worker's Disability Compensation Act for the state of Michigan and Employer's Liability limits of $500,000 per occurrence. DEDUCTIBLES Any deductibles or self-insured retentions must be declared to and approved by the County. OTHER INSURANCE PROVISIONS The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages: a. The County, its officers, agents, employees, elected and appointed officials, and volunteers shall be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor, or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the County, its officers, agents, employees, elected and appointed officials, and volunteers. 7

b. The Contractor's insurance coverage shall be primary insurance as respects the County, its officers, agents, employees, elected and appointed officials, and volunteers. Any insurance or self-insurance maintained by the County, its officers, agents, employees, elected and appointed officials, and volunteers shall be excess of the Contractor's insurance and shall not contribute to it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the County, its officers, agents, employees, elected and appointed officials, and volunteers. d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. All Coverages: a. Contractor hereby releases County from any claim for recovery for any loss or damage which is insured under valid and collectible insurance policies to the extent of any recovery collectible under such insurance. It is further agreed that this waiver shall apply only when permitted by the applicable policy of insurance. b. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the County. ACCEPTABILITY OF INSURERS Unless otherwise approved by the County, insurers must be identified as authorized and eligible by the Michigan Insurance Bureau. In addition, insurance is to be placed with insurers with a Best's rating of A or better. CERTIFICATES/ENDORSEMENTS OF INSURANCE Contractor shall furnish the County with certificates of insurance and with any and all original endorsements affecting coverage required by this contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by the County before work commences. The County reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. The said certificates and endorsements shall be forwarded with the contract number to the individual identified below: CONTRACT NUMBER James A. Kent, Risk Manager 234 West Baraga Avenue Marquette, MI 49855 (906) 225-8165 or Fax (906) 225-8155 ACCEPTANCE OF CERTIFICATE Acceptance of any certificate(s) and/or endorsement(s) of insurance by the County does not waive the insurance requirements provided in the foregoing paragraphs. Should the County sustain any loss or be required to pay any claim as a result of the Contractor's failure to obtain or maintain insurance as is required by this contract, the Contractor shall indemnify the County for any such loss. This indemnification shall occur regardless of whether or not the County has accepted any certificate(s) and/or endorsement(s) of insurance provided by the Contractor or its carrier. ADDITIONAL INSURED ENDORSEMENT 8

It is understood and agreed that the County of Marquette shall be Additional Insureds, which shall include all elected and appointed officials, all employees, agents, and volunteers, all boards, commissions and/or authorities and their board members, employees, and volunteers. This coverage shall be primary to the Additional Insureds, and not contributing with any other insurance or similar protection available to the Additional Insureds, whether said other available coverage be primary, contributing or excess. 9