Community Health Improvement Plan Evaluation Services

expired opportunity(Expired)
From: Laramie(County)
Q22-19

Basic Details

started - 05 Dec, 2022 (16 months ago)

Start Date

05 Dec, 2022 (16 months ago)
due - 10 Jan, 2023 (15 months ago)

Due Date

10 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
Q22-19

Identifier

Q22-19
County Of Laramie

Customer / Agency

County Of Laramie
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 REQUEST FOR QUOTATION (RFQ) RFQ NUMBER: Q22-19 DESCRIPTION: Community Health Improvement Plan Evaluation Services QUESTION DUE DATE & TIME: January 4, 2023 @ 10:00 A.M. (MT) QUOTE DUE DATE & TIME: January 10, 2023 @ 10:00 A.M. (MT) Please bid DELIVERED PRICES on the following Services. No bid is contingent on the purchase of all items listed. The right is reserved to reject any and all bids or parts thereof. Prices and terms shall remain in effect until a contract has been executed. EMAIL QUOTE SUBMITTALS/SIGNATURE PAGE TO: Purchasing Agent, Christal Bateman, at cbateman@larimer.org Quotes must be received by email no later than the Tuesday, January 10, 2023 @ 10:00 A.M. (MT). Responsibility for timely submittal of quotations prior to the quote due date and time lies solely with the vendor. QUESTIONS?: All questions regarding this quote must be in writing and should go to Christal Bateman, Purchasing Agent, at
rel="no-follow" href="mailto:cbateman@larimer.org">cbateman@larimer.org. Questions are due no later than 10:00 a.m. (MT) on Wednesday, January 4, 2023. No questions will be accepted after the date and time referenced above. All questions received will be answered via Addendum only. Addenda will be published at both Rocky Mountain e-Purchasing at www.bidnetdirect.com/colorado and on the Larimer County Purchasing’s Bids and Proposals web site at www.larimer.org/bids. NOTE: Unauthorized contact with a County employee other than a Larimer County Purchasing Agent regarding this RFQ may result in disqualification of your quote. Notes: Larimer County strongly encourages the use of small and minority firms, women's business enterprises, and labor surplus area firm services. In accordance with Federal and State laws, Larimer County does not discriminate. Additionally, all businesses, organizations, and individuals contracting with Larimer County must comply with Title II of the Americans with Disabilities Act of 1990, as amended. For more information on these requirements and to read the full Title II text, please go to the following web page: https://www.ada.gov/ada_title_II.htm. 1. INTENT The Larimer County Purchasing Division is requesting quotations on behalf of the Department of Health and Environment with the intention of contracting with a well-qualified firm (Consultant) to develop a feasible and sustainable evaluation plan focused on measuring the impact of Health Department staffing and resources within the Community Health Improvement Plan (CHIP) process. The CHIP is a community-wide strategic plan directed at improving health outcomes and implemented in collaboration with multi-sectoral partners. The award vendor will develop strategies, ideas, and tactics for measuring the impact of our role as a convener in moving these community health efforts forward and connecting it to our priorities of providing access to quality childcare and promoting mental and emotional wellbeing across the lifespan. LARIMER COUNTY | PURCHASING DIVISION P.O. Box 1190, Fort Collins, Colorado 80522-1190, 970.498.5955, Larimer.org mailto:em@il@larimer.org mailto:cbateman@larimer.org http://www.bidnetdirect.com/colorado http://www.larimer.org/bids https://www.ada.gov/ada_title_II.htm 2 Services solicited in this RFQ may be eligible for Federal and/or State Funding. Larimer County requires compliance with all federal and state rules and regulations related to such funding for these services. Clauses and important supplements for Federal funds are included in Attachment A – Sample Professional Services Agreement. 2.BACKGROUND In 2008, Colorado passed the Public Health Reauthorization Act, which requires local public health agencies to create a health improvement plan based on a community health assessment and with community input. Larimer County’s health improvement plan is developed every five years and is entitled the Community Health Improvement Plan or CHIP for short. This community-driven and action-oriented collaborative plan focuses on select priority issues that require multiple sectors all working together to make a significant change in the community. It serves as a strategic framework that organizations, collaborations, and coalitions can plug into to assist with partnership development, promotion of across sector strategic planning, applying for grants, and deduplication of efforts. It is intended to serve as a community vision for health and a resource for organizations to ensure collaboration, promote across-sector strategic planning, and deduplicate efforts. In Larimer County, the CHIP Team and the Healthy Larimer Committee support the work of other community partners and provide guidance in creating new strategies to fill gaps or create more equitable implementation of strategies to best meet the most impacted populations. In order to make a significant impact in the CHIP priority areas, the CHIP team sees their role in the following ways: Support/Monitor - The CHIP team can support efforts in our community, focused on the CHIP priority areas, that are being done in a collaborative and streamlined way. The Team connects additional partners to this work, promoting these efforts, and highlighting successes. Through participation in the CHIP process, community partners not only have the opportunity to include their role within the larger CHIP effort in their grant applications, but can utilize the CHIP framework to quickly identify partners across multiple sectors for a collaborative grant application. Additionally, the CHIP team can provide information about best practice and tools and can gather and share data to monitor progress. Convene - The CHIP Team can identify coalitions for partnership and can identify gaps in collaborative work and convene partners to assist with collaborative efforts to move the needle more effectively on identified CHIP outcomes. When there are multiple partners working on similar initiatives, the CHIP team can serve as a neutral party to convene stakeholders and discuss ways to collaborate, streamline efforts, and develop measurable strategies and outcomes. The CHIP framework organizes community efforts to be able to easily identify duplicative efforts so that community partners can streamline and collaborate to create efficient partnerships. Additionally, the CHIP team can provide information about best practice and tools and can gather and share data help facilitate the identification of collaboration opportunities. Expand - The CHIP team can take a leading role in expanding efforts to fill gaps in our communities related to the priority areas. This includes utilizing best practice and tools, gathering and sharing data, developing partnerships to create collaborative efforts, identifying backbone organizations, seeking out funding opportunities, and identifying best practices. To build momentum, the CHIP team may develop initial workgroups to expand efforts that lead to the development of strategies within CHIP priority areas. 3. SCOPE OF WORK The successful Consultant at a minimum, will provide, perform, and/or furnish the following: Work with key staff and stakeholders, utilizing our current CHIP document and best practice to develop a feasible and sustainable evaluation plan in order to measure the impact of the Health Department staffing and resources within the CHIP process on the outcomes of the CHIP goals for both our current CHIP and our upcoming CHIP. https://www.larimer.gov/health/health-department-general-info/community-health-improvement-plan https://www.larimer.gov/health/health-department-general-info/community-health-improvement-plan 3 All work shall be completed no later than July 14, 2023. 4. QUALIFICATIONS The successful Consultant will have developed an evaluation plan for a collaborative systems level project for a minimum of three (3) government clients over the past five (5) years? 5. EVALUATION CRITERIA Quote submittals will be individually evaluated and scored by each Evaluation Committee Member. The criteria below will be the basis for review of the written proposals. The rating scale shall be from 1 to 100 points for each criteria provided, with applicable weighting factors as identified below applied to final scores for each criteria. CRITERIA STANDARD WEIGHTING FACTOR Background, Experience, and Qualifications ● Does the Consultant have the resources and capacity to successfully provide the services on-time and within budget? ● Does the Consultant possess the qualifications? ● Does the Consultant have the background and demonstrated experience to meet the needs of the County? 40% Approach/Statement of Work ● Did the Consultant clearly describe their approach, methods, and specific steps for addressing the County’s needs? ● Is the approach written like a Statement of Work with a detail list of all the services the Contractor plans to provide? ● Does the Consultant demonstrate an understanding of existing conditions, requirements, program objectives, sequence of work and methodology, and the desired results? 30% Pricing/Fee Schedule ● Is the Consultant’s pricing structure competitive, reasonable, and advantageous to Larimer County? • Is the fee structure based on the services to be provided? 20% Overall quality and responsiveness of quote ● Does the submitted quote meet the following characteristics: clarity, conciseness, organization, responsiveness, and adherence to submittal requirements? 10% 6. AWARD AND CONTRACT This solicitation will be awarded to the vendor with the most responsive, responsible, reasonable quotation meeting all specifications and deemed the best fit and most advantageous to Larimer County. To assist in the decision for award: interviews may be held, background checks may be performed, references may be contacted, and other inquiries may be taken to determine the abilities of the Consultant. A Sample of Larimer County’s “Professional Services Agreement” is included with this Request for Quote as Attachment A - Professional Services Agreement. Any exceptions or requested additions to the attached agreement must be stated and submitted with your Quote; these requests will not be accepted after the Quote has closed. The County makes no guarantee of any changes or concessions but will review and consider all requests submitted. This project is funded, in whole or in part, with Federal and/or State Funds and Consultant must comply with all applicable federal and state laws, regulations, and requirements. See Exhibit D, Contract Provisions for Non- Federal Entity Contracts Under Federal Awards (pgs. 11-24), included in Attachment A – Sample Professional Services Agreement, which will become part of the fully executed contract. 6.1 INSURANCE Larimer County is diligent about enforcing insurance requirements listed in all contracts. This diligence means that the County expects that all submitted bids will include an Evidence of Coverage Certificate (EOC) that most closely meets the insurance coverage requirements listed (see example EOC below). 4 Proof of Auto Liability and Workers’ Compensation insurance is waived if goods/products are not delivered to a County facility (delivery is made to roadway or private staging area), or are delivered by a common carrier (i.e. private shipper or freight forwarder, etc.). BEFORE submitting your company bid, confirm with your insurance carrier that your company can meet the insurance requirements published in the solicitation. Your company insurance coverages should be correctly noted in the most current EOC. NOTE: All Larimer County contracts require that the Award Vendor possess appropriate insurance at all times during the contract; these coverages are purchased at the company's expense. The County’s insurance requirements may necessitate a company adding or increasing coverage/limits, and those changes may impact pricing for the proposed project. These costs must be included in your pricing at the time of submission and will not be permitted to be added later. Upon Notice of Award, the Award Vendor will be required to submit a valid Certificate of Insurance (COI) that meets, at a minimum, the Insurance Requirements published in the solicitation (see example COI below). This valid COI must be received by Larimer County within 10 calendar days of the Notice of Award and must include Larimer County listed as Additional Insured and Certificate Holder. Work may begin after the COI has been approved by Risk Management. What Is An EOC/COI & How To Obtain A Copy An Evidence of Coverage (EOC) certificate is a statement that shows a company's insurance coverage, limits, and effective dates in addition to policy verification information. A Certificate of Insurance (COI) shows the same information BUT is created specifically for the contracted company with whom the named insured is doing business. A COI also differs from an EOC in that it can provide Additional Insured coverage. An Additional Insured endorsement protects the named Additional Insured (Larimer County) under the named insured's (Awarded Company) policy - allowing the named Additional Insured to file a claim directly with the carrier of the named insured. There may be several points of contact at your company for obtaining an EOC and a COI. The employee at your company who regularly interacts with the company's insurance agent/broker to purchase insurance coverages or renew coverages may be able to supply an EOC and request a specific COI. In some companies, the employee in the Legal, Risk Management, or Human Resource Department responsible for handling insurance claims may be able to obtain a copy of the current EOC or request a COI. If the company insurance agent/broker has any questions, please have them reach out to the Larimer County Risk Management Division at (970) 498-5963 or via email at Risk@larimer.org. IF YOU HAVE ANY QUESTIONS CONCERNING THE INSURANCE REQUIREMENTS, PLEASE CONTACT RISK MANAGEMENT AT (970) 498-5963 AT LEAST ONE WEEK PRIOR TO THE BID OPENING DATE. 6.1 INSURANCE REQUIREMENTS Prior to commencement of any work, contractor/vendor shall provide a Certificate of Insurance to Larimer County, 200 West Oak St., Suite 4000, Fort Collins, Colorado 80521 or InsuranceCert@larimer.org. The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be listed as Larimer County at the above address. I. Workers' Compensation and Employers' Liability (waiver available if no employees) A. State of Colorado: Statutory B. Applicable Federal: Statutory C. Employer's Liability: $100,000 Each Accident $500,000 Disease-Policy Limit $100,000 Disease-Each Employee D. Waiver of Subrogation 5 E. A signed Workers’ Compensation waiver must be provided if the contractor/vendor is not required to carry Workers’ Compensation coverage per Colorado Workers’ Compensation Act (8-40-202(2)(b). II. Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Liability Assumed under an Insured Contract; Independent Contractors. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows: A. General Aggregate Limit $2,000,000 B. Products & Completed Operations Aggregate Limit $2,000,000 C. Personal & Advertising Injury Limit $1,000,000 D. Bodily Injury & Property Damage Each Occurrence Limit $1,000,000 Other General Liability Conditions: 1. Products and Completed Operations to be maintained for one year after final payment. Contractor/Vendor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). 2. Contractor/vendor agrees that the insurance afforded the County is primary. 3. If coverage is provided on Claims Made forms, the insurance shall continue for a period of not less than 3 years following termination of the agreement. The insurance shall have a retroactive date of placement prior to or coinciding with the commencement of the Term of the Agreement. III. Commercial Automobile Liability insurance including coverage for all owned, non-owned, & hired autos. Limits to be as follows: A. Bodily Injury & Property Damage Combined Single Limit $1,000,000 IV. Privacy (Cyber) Liability Insurance includes the following minimum coverage $1,000,000 Exceptions: A. Contractors with 10 or fewer clients and/or revenues of $250,000 or less $50,000 B. Contractors with 11 to 25 clients and/or revenues of $500,000 or less $100,000 V. Professional Liability/Errors & Omissions $1,000,000 VI. Minimum required limits set forth herein may be met by utilizing a combination of excess/umbrella policies in conjunction with primary insurance policies if necessary. VII. All Insurance policies (except Auto, Workers Compensation and Professional Liability) shall include Larimer County and its elected and appointed officials and employees as additional insureds as their interests may appear. The additional insured endorsement should be at least as broad as ISO form CG2010 for General Liability coverage and similar forms for Umbrella Liability. Additional Insured endorsement(s) shall be attached to the certificate of insurance that is provided to the county. VIII. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licenses to do business in Colorado and shall have an AM Best rating of not less than A- VII. IX. Notice of Cancellation: Each insurance policy required by the insurance provision of this Contract shall provide the required coverage and shall not be suspended, voided, or canceled except after thirty (30) days prior written notice has been given to the County, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. Such notice shall be sent directly to Larimer County, 200 West Oak St., Suite 4000, Fort Collins, CO 80521 or InsuranceCert@larimer.org. If the insurance company refuses to provide the required notice, the contractor/vendor or its insurance broker shall notify the County of any cancellation, suspension, non-renewal of any insurance within seven (7) days of receipt of insurers’ notification to that effect. 6 X. Subcontractors: If subcontractors are used by contractor/vendor in the performance of contracted services, all subcontractors are required to carry coverage with limits as listed in this document and the subcontractor must include Larimer County an additional insured as described in section VII. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE APPROVED BY THE LARIMER COUNTY RISK MANAGEMENT DIVISION. 7. COOPERATIVE PURCHASING: Other governmental entities may piggyback on the award of this solicitation, assuming the award vendor is amenable, and should contact Larimer County Purchasing for any necessary procurement documents. The entity shall deal directly with the award vendor concerning the placement of Purchase Orders, freight charges, contracting and disputes, invoicing, and payment. Larimer County shall not be held liable or responsible for any liability, claims, costs, damages, demands, actions, losses, judgments or expenses incurred by the vendor or any government entity relating to such use. 8. VENDOR DEBARMENT No vendor awarded a solicitation shall be federally debarred. Such debarment shall be checked through the System for Award Management, at https://sam.gov/SAM https://sam.gov/SAM 7 SUMBITTAL REQUIREMENTS: Submit your non-redacted quote addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Incomplete quotes may be rejected. Firms are encouraged, not required, to also provide one (1) redacted .pdf quote, excluding any information that is not subject to disclosure under the Colorado Open Records Act (“CORA”). Firms that do not provide a redacted electronic copy will have their non-redacted electronic copy used to satisfy CORA requests. 1. Signed Signature Page (page 8) 2. Firm Background/Organization a. Include a brief history of your firm, date founded, and ownership of your firm. Has your firm experienced a material change in organizational structure, ownership, or management during the past three (3) years and, if so, please describe? 3. Experience a. Describe, in detail, your firm’s experience providing the services described in the RFQ. b. Identify any points that make your firm uniquely qualified to provide these services such as demonstrated industry recognition, quality awards, specialized certifications/licenses, etc. 4. Qualifications/References a. Explicitly describe/explain how your firm meets or exceeds Section 4 QUALIFICATIONS. b. Provide a minimum of three (3) but not more than five (5) references that you provided similar services for, as described in this RFQ, within the past five (5) years. Include the name, point of contact, address and phone number, and date of engagement of said clients. 5. Staff Resumes Assigned to Project a. Provide summary resumes of individuals who would be providing services. Include only personnel that would play a significant role and identify the principal contact. 6. Project Approach: Your approach should be written like a Statement of Work with a detailed list of the tasks required to complete the services by July 14, 2023. Larimer County plans to take the award vendor’s approach and incorporate it into the final contract. a. Provide narrative detailing the consultant’s philosophy and the approaches to be employed to complete Section 3. Scope of Work. b. Provide any additional analysis or approaches you deem to be necessary or appropriate. c. Provide an overall project schedule, including the timing of major work tasks, progress or draft reports. d. Describe your ability to prepare and present findings and recommendations to staff and other interested parties. 7. Pricing a. Provide a project budget to include total not-to-exceed price broken out by task or deliverable. 8. Insurance Requirements a. Provide a copy of your Evidence of Coverage Certificate (EOC) or Certificate of Insurance (COI) that most closely reflects the insurance requirements described in this Request for Quotation (RFQ) document. 9. Contract Template: a. The County’s Professional Services Agreement (Attachment A) including the Contract Provisions for Non-Federal Entity Contracts Under Federal Awards (Exhibit D) will be used as the template for the contract between the County and the award vendor. State any exceptions or requested additions to the Agreement. These requests may not be accepted after the Quote has closed. The County makes no guarantee of any changes or concessions but will review and may consider requests submitted. https://www.sos.state.co.us/pubs/info_center/laws/Title24/Title24Article72Part2.html 8 SIGNATURE PAGE: ADDENDA: The firm acknowledges the receipt of the following Addenda: Addendum Number Date of Addendum Date Received ________________ ___________________ _______________ ________________ ___________________ _______________ The undersigned certifies that he/she has examined the specifications and instructions and has submitted a quote in full compliance and without collusion with any other person, individual or corporation. All employees hired to perform labor or services in the United States after November 6, 1986, will have completed Form I-9, Employment Eligibility Verification, and the undersigned certifies they participate in the E-Verify Program or Department Program to verify the employment eligibility of all new employees. SIGNED: _____________________________________ TITLE: ___________________________________ PRINTED NAME: ________________________________________________________________________ FIRM: _________________________________ UNIQUE ENTITY ID (DUNS) #________________________ ADDRESS:______________________________________________________________________________ CITY: _______________________________ STATE: ______________________ ZIP: ________________ DATE: _____________________________________ TELEPHONE NUMBER: ______________________ EMAIL ADDRESS:________________________________________________________________________ Provide the following information for the individual who will serve as the primary contact for your organization for technical and contractual clarifications during the RFQ process, if different than the signatory: PRIMARY CONTACT NAME: TITLE: ADDRESS: PHONE NUMBER: EMAIL ADDRESS: For further information regarding this Request for Quotation, Q22-19, please contact Purchasing Agent Christal Bateman, at (970) 498-5956, or cbateman@larimer.org. mailto:cbateman@larimer.org

200 W. Oak Street Fort Collins, CO 80521Location

Address: 200 W. Oak Street Fort Collins, CO 80521

Country : United StatesState : Colorado

You may also like

Professional Staffing Services for the Department of Health and Human Services

Due: 30 Jun, 2024 (in 2 months)Agency: Department of Health & Human Svcs

Contractor Health and Safety Practices Evaluation Services

Due: 30 Apr, 2024 (in 3 days)Agency: WorkSafeBC

ADDRESSING CONDITIONS TO IMPROVE POPULATION HEALTH (ACTION): PROGRAM EVALUATION

Due: 29 Sep, 2026 (in about 2 years)Agency: CENTERS FOR DISEASE CONTROL AND PREVENTION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.