Community Reintegration Initiative

expired opportunity(Expired)
From: Laramie(County)
P23-03

Basic Details

started - 15 Feb, 2023 (14 months ago)

Start Date

15 Feb, 2023 (14 months ago)
due - 21 Apr, 2023 (12 months ago)

Due Date

21 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
P23-03

Identifier

P23-03
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 PROPOSAL (RFP) PROPOSAL NUMBER: P23-03 DESCRIPTION: Community Reintegration Initiative QUESTION DUE DATE: March 31, 2023 QUESTION DUE TIME: 10:00 A.M. (MT) RECORDING DATE: April 21, 2023 RECORDING TIME: 2:00 p.m. (MT) The Board of Larimer County Commissioners will only be accepting proposals electronically submitted via the Rocky Mountain E-Purchasing System (Bidnet) portal, at https://www.bidnetdirect.com/colorado/larimer-county/, up to the RECORDING DATE and TIME referenced above, at which time they will be recorded, but not publicly opened, to consider entering into an agreement with a Contractor to provide a Community Reintegration Initiative (hereinafter “The Initiative”) program designed to reduce recidivism. Prices and terms will remain in effect until a contract has been executed. RFP documents are officially available only at Bidnet at
href="https://www.bidnetdirect.com/colorado/larimer-county/," target="_blank">https://www.bidnetdirect.com/colorado/larimer-county/, and are also shared on Larimer County Purchasing’s Bids and Proposals web site at www.larimer.org/bids. See Instructions to Proposers below for more information. 1. QUESTIONS: All questions regarding this proposal must be emailed to Purchasing Agent Les Brown, at brownxld@larimer.org. Questions are due no later than the QUESTION DUE DATE & TIME referenced above. No questions will be accepted after the date and time referenced above. All questions received will be answered via Addendum only. Addenda will be officially published at Bidnet at https://www.bidnetdirect.com/colorado/larimer-county/, and will also be shared on Larimer County Purchasing’s Bids and Proposals web site at www.larimer.org/bids NOTE: Unauthorized contact with any Larimer County employee other than Purchasing Agent Les Brown or the Purchasing Manager regarding this RFP may result in disqualification of your Proposal. 2. INSTRUCTIONS TO PROPOSERS: Starting March 30, 2020, Larimer County only accepts Proposals submitted via the Rocky Mountain E- Purchasing System (Bidnet). Proposals submitted by any other means will not be accepted. Proposers must be registered with Bidnet in advance in order to submit a proposal; registration is free. Larimer County strongly recommends each Proposer register with Bidnet well in advance of the submittal deadline to ensure they have adequate time to upload and submit their proposal. Proposers will not be compensated for generating, producing, or duplicating any proposal materials associated with this RFP, and it is the sole responsibility of the Proposer to ensure all required documents are submitted LARIMER COUNTY | PURCHASING DIVISION P.O. Box 1190, Fort Collins, Colorado 80523-1190, 970.498.5955, Larimer.org https://www.bidnetdirect.com/colorado/larimer-county/ https://www.bidnetdirect.com/colorado/larimer-county/ http://www.larimer.org/bids https://www.bidnetdirect.com/colorado/larimer-county/ http://www.larimer.org/bids https://www.bidnetdirect.com/colorado/larimer-county/ https://www.bidnetdirect.com/colorado/larimer-county/ 2 through Bidnet by the submission deadline. Proposals will be time-stamped by Bidnet upon receipt; Bidnet does not allow for uploading or submitting documents after the Proposal due date and time has passed, so please allow adequate time to upload and submit your Proposal prior to the deadline. After uploading proposal documents, Proposers must click the SUBMIT button. Larimer County will not accept uploads that are “saved” but not “submitted”. To verify that a Proposal has been submitted successfully, Proposers may contact Bidnet Support or verify, via the Proposal Management tab in the Proposer’s account, that the documents are not in “Draft” status. Larimer County does not have access to, or control of, the vendor side of Bidnet. Please contact Bidnet at 1- 800-835-4603 for vendor support. Proposers are required to submit one (1) non-redacted proposal. All parts of the proposal should be combined and submitted as one (1) single .pdf file; proposals comprised of multiple separate files are not acceptable and your proposal may be rejected. Proposers may choose to also provide one (1) redacted .pdf proposal (as one single file), excluding any information that is not subject to disclosure under the Colorado Open Records Act (“CORA”), such as trade secrets, privileged information and confidential commercial, financial, geological or geophysical data exempt from public disclosure under C.R.S. §§ 24-72-204(3)(a)(IV). Statements that the entire proposal is confidential will not be honored. After the Notice of Award has been issued, all information submitted in response to this request for proposal (RFP) may be publicly disclosed if required under the CORA. If provided, the redacted electronic copy will be used to satisfy CORA requests. Proposers that do not provide a redacted electronic copy will have their non-redacted electronic copy used to satisfy CORA requests. Larimer County will endeavor to keep the non-redacted proposal, separate and apart from the redacted proposal subject to the provisions of CORA or Order of Court. By submitting a proposal, the proposer agrees they may not rescind their proposal on or after the closing date and time identified in the RFP or as modified by addendum. No delivery will become due or be accepted until an agreement has been completed either in the form of a formal executed contract, or a purchase order issued by the Purchasing Manager of Larimer County. Proposals must be furnished exclusive of any Federal, State, or Local taxes; Larimer County is tax exempt. No work will commence, nor will any invoices be paid before the contracted vendor provides the requested proof of insurance as outlined in the “Insurance Requirements”, and before such verification is approved by Larimer County Risk Management. Unless otherwise specified by contract, payment for work performed or goods sold to Larimer County can be expected within 30 days after receipt of the invoice and satisfactory acceptance from the Department receiving the service or goods. Larimer County reserves the right to reject any and or all proposals, to further negotiate with any and/or qualified proposers and to waive informalities and irregularities in proposals received, and to accept any portion of the proposal if deemed to be in the best interest of Larimer County to do so. If, in the sole judgment of the Board of County Commissioners, the proposals are substantially equal, the Board may grant the contract to companies located in Larimer County, however this is not applicable in the case that Federal funds are used. Larimer County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notified all proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises (including minority-owned or women-owned) will be afforded full and fair opportunity to submit a proposal in response to https://www.sos.state.co.us/pubs/info_center/laws/Title24/Title24Article72Part2.html 3 this Request for Proposal and will not be discriminated against on the grounds of race, color, religion or religious affiliation, sex, familial status, age, genetics, disability, or national origin in consideration for an award. 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. No vendor awarded a solicitation will be federally debarred. The proposer certifies that by signing the contract, neither the proposer nor subcontractors, the organization nor its principals are suspended or debarred or otherwise excluded from procurement by the Federal government. Such debarment will be checked through the System for Award Management, at https://sam.gov/content/exclusions. 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 will deal directly with the award vendor concerning the placement of Purchase Orders, freight charges, contracting and disputes, invoicing, and payment. Larimer County will 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. 3. PROJECT OVERVIEW: The Larimer County Jail (hereinafter “Jail”) manages an Inmate Welfare Fund. The purpose of the Inmate Welfare Fund is to provide goods and services which benefit inmates at the Jail. Larimer County is seeking proposals for the Community Reintegration Initiative (hereinafter “The Initiative”) designed to reduce recidivism. The Initiative envisions a holistic community care approach to reentry. Through a holistic rehabilitation approach, inmates are viewed as whole persons who seek a fulfilling meaning for their lives. The physical, emotional, social, financial, spiritual, behavioral, and other needs of the inmate must be addressed by The Initiative’s design. Moreover, reentry programming and services must begin during incarceration and continue seamlessly into the community. The Initiative proposed must include strong collaboration across the criminal justice system and the community. This Initiative framework is designed around research about what interventions reduce recidivism. Fidelity to The Initiative design is critical to its success. The Initiative takes a triage approach to reentry. Given the diversity of the Jail population, unpredictable lengths of stay, limited resources, and principles of evidence-based practices, it is not possible or desirable to provide the same level of intervention to everyone who enters the Jail setting. In fact, to obtain an optimum level of efficiency and effectiveness, quick screening tools should be used to separate low-risk individuals from medium-risk and high-risk counterparts; ‘risk’ refers to the risk to recidivate. The key is to match the right person to the right resources so that high-risk individuals receive more intensive interventions in the Jail and in the community. This research-driven practice of targeting the needs of higher risk individuals is often controversial. There is a tendency to “over-program” low-risk individuals and use valuable resources to change their behavior. This intensive programming of low-risk individuals is likely to make them worse rather than better and valuable treatment opportunities are missed for higher risk individuals who are likely to recidivate at a much higher rate and frequency than their lower-risk counterparts. Awards are to be used to create a new service or to expand an existing effort. Programs must include, but are not limited to, risk assessment, targeted interventions, case management, evidence-based programs and therapy in the Jail, and opportunity to continue those services with the same provider after release. Services should be targeted to the individual following the Risk-Need-Responsivity (RNR) model while considering the holistic needs of the individual. Researchers have spent decades formulating the principles of effective intervention strategies for correctional populations. Research supports the RNR model, which states https://www.ada.gov/ada_title_II.htm https://sam.gov/content/exclusions 4 that the risk and needs of the incarcerated individual should determine the strategies appropriate for addressing the individual's criminogenic factors before and after release. The RNR model is based on the following three principles: 1. Risk principle Match the level of service to the individual's risk to recidivate, based on static factors (e.g., age at first arrest, history of arrest, current age) and dynamic factors (e.g., substance abuse, antisocial attitudes). Higher risk individuals should receive more intensive intervention. 2. Need principle Assess criminogenic needs and target them in treatment. High-risk individuals should receive intensive treatment, while low-risk individuals should receive minimal or no treatment. 3. Responsivity principle Maximize the individual's ability to learn from a rehabilitative intervention by providing cognitive behavioral treatment and tailoring the intervention to the learning style, motivation, abilities, and strengths of the individual. Funds are intended to support community recidivism and reentry services, including but not limited to, services designed to reduce crime by addressing the target population’s criminogenic needs through evidence-based programming and treatment. Criminogenic needs are dynamic (changeable) risk factors that are proven through research to affect recidivism. These factors include: • Antisocial values, beliefs, and cognitive-emotional states • Rage, anger, defiance, and criminal identity • Antisocial friends • Isolation from prosocial others • Substance abuse • Lack of empathy • Impulsive behavior • Family dysfunction, such as criminality, psychological problems, abuse, and neglect • Low levels of personal education In order to provide a holistic approach to treatment, factors such as mental health, physical health, prosocial leisure activities, financial well-being, spiritual fitness, intrinsic motivation, housing, employment, food insecurity, clothing needs, and documentation (e.g., birth certificates) should also be addressed in the case plan. Criminogenic, responsivity, and other needs should be assessed using a validated assessment tool that informs the appropriate case management, treatment, and dosage of treatment for the individual. Efforts should be targeted to individuals identified as high-risk for recidivism. Programming and services should begin while the individual is incarcerated and continue after release. As much as possible, individuals should see the same providers both in and out of custody. The holistic nature of The Initiative necessitates case management both during and after incarceration. Case managers should take a strengths-based approach when creating case plans with a client. Case managers are to maintain their clients after release. Below are examples of the types of programs and services the Initiative may include Evidence-based programs designed to address criminogenic needs: o Cognitive behavioral therapy o Peer support programs o Anger management o Substance abuse programs o Education programs such as GED o Parenting programs 5 o Job training skills and employment • Programs and services designed to address responsivity needs: o Literacy programs o Health, wellness, fitness, and nutrition programs and services o Family stabilization needs o Homelessness prevention and housing assistance o Transportation assistance o Life Skills programs and services ▪ Financial literacy programs ▪ Interpersonal communication • Programs and services to address other needs: o Behavioral health interventions o Medical issues and connection to healthcare o Dental issues o Spiritual wellness o Insurance • Comprehensive care plans that are supported by: o Interagency collaboration and information sharing o Staff training o Screening and assessment o Case conference procedures o Participant engagement o Prioritized needs and goals o Responsivity o Legal information o Participants strengths o Demographic considerations ▪ Gender ▪ Pregnancy ▪ Sexual orientation ▪ Race ▪ Religion ▪ National origin ▪ Age ▪ Disability ▪ Immigration status ▪ Language 4. QUALIFICATIONS: Qualifications, at a minimum, include the following and is required to be documented explicitly in your proposal: 1. Contractor must have three (3) years of experience providing evidence-based community recidivism and reentry services similar to those described in this RFP. 1.1. Contractor’s may meet this requirement through a subcontracting relationship with an organization that meets the requirement. 1.2. The organization meeting the experience requirement must agree to be the “lead” and provide day to day oversight ensuring that all service providers are following the standards, policies, and procedures, including data collection and reporting as set forth in the agreement. 1.3. The Contractor must be able to provide evidence-based programming in the Jail and in the community that targets criminogenic needs. These are minimum (pass/fail) qualifications; proposals that do not meet these qualifications will be deemed NONRESPONSIVE and rejected5. SCOPE OF WORK: Contractor’s Employees 6 Employees of the Contractor who provide programming, case management, therapeutic, and assessment services will go through the Larimer County Sheriff’s office background investigation process. • The ability of the employees to pass a background check will dictate the level of service and their independence in the Jail. • Employees or volunteers of the Contractor unable to pass the full background investigation who are providing services within the Larimer County Jail will be evaluated on a case-by-case basis. • Employees of the Contractor required to pass the background investigation must also complete designated civilian training which may include attending portions of a mini academy. • Employees of the Contractor not required to pass a full background investigation may be required to complete a volunteer civilian orientation. • Employees of the Contractor providing evidence-based programming must supply proof of all relevant training in the curriculum. • Employees of the Contractor providing therapeutic services must supply proof of necessary licenses and certifications. Design and Implementation The Contractor will design and implement a comprehensive reentry initiative based on the holistic community care philosophy which includes the following: • Triage approach to reentry • Validated assessment tools • Prioritize high-risk individuals • Targeted interventions • Holistic approach • Comprehensive case management • Evidence-based programs • Continuity of care • Community in-reach • Gift shop of services • Collaboration • Data collection • Quality assurance measures Further explanation below: A triage approach to reentry A Jail setting is a busy and sometimes chaotic environment. Decisions still have to be made upon arrival at the Jail to determine each individual's risk and needs. This is a particularly acute problem within a Jail facility because of the rapid rate of turnover and short length of stay of most individuals. A triage matrix is tailored to the needs, resources, and timelines of the Jail population. A triage matrix determines the appropriate allocation of services by categorizing individuals and identifying the appropriate mix of targeted interventions. Level of intervention(s) will be based on risk to recidivate and length of stay. The target population will include both pretrial and sentenced individuals. Resource referral will be provided to every individual by creating a resource guide that is provided at release. The resource guide is reviewed and updated quarterly. Use of validated screening and assessment tools to identify and prioritize medium to high-risk individuals The Contractor will collaborate with pretrial services in the Jail to obtain a daily list of individuals scoring medium to high risk on the Colorado Pretrial Assessment Tool Revised (CPAT-R) as well as a list of individuals pretrial services was not able to meet with. All individuals in the identified groups will then be administered a validated assessment within 72 hours. The assessment tool will be agreed upon by the Contractor and the Larimer County Sheriff’s Office designee. The chosen assessment tool will identify criminogenic needs and a proposed treatment and case management plan. Additional assessments will be conducted if the individual has behavioral health problems and/or substance use disorder. These assessments determine if the individual is 7 appropriate for The Initiative and target treatment. For behavioral health concerns an assessment such as the Brief Jail Mental Health Screen (BJMHS) will be used. For substance use disorder an assessment such as the Simple Screening Instrument for Substance Abuse (SSI) will be used. When behavioral health and/or substance use disorder are identified, consultation with the appropriate Jail providers must be conducted before the individual may continue in The Initiative. Targeted Interventions based on information derived from assessments, the RNR model, and holistic treatment of the individual A treatment plan for criminogenic and other identified needs will be created within one calendar week of assessment. The plan recommends treatment, programming, and dosage based on the RNR model and the holistic community care philosophy. Interventions should be culturally responsive when possible, to address the cultural, racial, spiritual, gender, language, and ethnic differences at the system and individual level. Comprehensive case management A case manager will be assigned to an individual in The Initiative. The case manager will design treatment plans, provide the individual a single point of contact for multiple health and social services systems, advocate for the individual, be flexible, community-based, and client-oriented, and assist the individual with needs generally thought to be outside the realm of those involved with the criminal justice system. Case managers will collaborate and share information between agencies as needed. They will ensure Release of Information (ROI) is signed as appropriate. Case managers will provide links to family and/or culture and non-treatment supports. After release case managers will seek to increase client stability and compliance with court, treatment, appointments, etc. Case managers will make every effort to secure and continue funding/services for clients once benefits and eligibility for services have been established. The gender, race, first language, sexual orientation, and other demographic features of the client should be taken into consideration when assigning the case manager. Case plans co-created with the individual A treatment and transition case plan will be created with the individual. This will include an in-custody plan, a discharge plan, and a post release plan. Evidence-based programming and therapeutic treatment that address criminogenic needs The Contractor will provide evidence-based programming and therapeutic services in the Jail and in the community that address dynamic criminogenic needs. Programming that addresses each dynamic need must be available, but programming may address more than one need at a time. Programming must be targeted to the individual and delivered in the correct dosage for the individual. Programming can be individual or conducted in a group setting. Program facilitators must provide proof of credentials to administer the program. Program curriculum must be approved by the Jail. Programming that addresses other identified needs of the individual The Contractor will provide programming that addresses the other identified needs of the individual such as life skills training, creative outlets, and prosocial leisure activities. Programming will be provided in the Jail and available in the community. Connection to services in the community The Contractor will establish a system of community “in-reach” to connect individuals with available resources prior to release. In-reach can be conducted by any community organization that signs a memorandum of understanding (MOU) stating they will offer services to the individual upon release. The Contractor will offer and provide requesting individuals with transportation from the Jail to a community resource provider the individual is familiar with or a stable living environment. Transportation is only required when the Contractor has at least 24 hours’ notice of the individual’s release date and time. Transportation may be provided with less notice but is not required. Staffing of the “Gift Shop” 8 The “Gift Shop” is a space located near the exit of the Jail intended to aid individuals’ transition back into the community by providing a comfortable space to relax, connect with services, await transportation, and gather supplies they may need. The Contractor will designate employees and/or volunteers to staff the “Gift Shop” seven days a week between 7am and 5pm. Contractor will also help arrange transportation for individuals. Collaboration with Community Justice Alternatives and Specialty Courts when shared clients are identified It is anticipated that some individuals in The Initiative will be sentenced to programs within the purview of Community Justice Alternatives and/or Specialty Courts. This includes programs such as Alternative Sentencing, Community Corrections, and Wellness Court. When these individuals are identified, Community Justice Alternatives will take the lead role in the treatment and transition of the individual. The Contractor will provide any support deemed appropriate by Community Justice Alternatives. Collaboration with existing Jail services, departments, and programs The Contractor will coordinate with Jail Based Behavioral Service (JBBS) and providers for the Medication Assisted Treatment (MAT) program to identify shared clients and determine who will provide what services in order to avoid duplication of services. It is the responsibility of the Contractor to ensure all necessary ROIs are in place. If there is an existing program in the Jail that meets the identified needs of the individual, the Contractor will coordinate with the program facilitator to incorporate the program into the individual’s treatment plan and collect needed data. The Contractor will collaborate with booking to develop a system of notification of when an individual in The Initiative is to be released. The Contractor will work closely with the Jail designee to ensure all programs and services are delivered in accordance with the agreement, employees are able to fulfill their duties, and resolve issues as they arise. Collaboration with Stone Soup Group The Jail currently hosts periodic meetings with a coalition of community organizations called the Stone Soup Group. The Contractor will be required to attend these meetings and report on The Initiative as directed by the Jail designee. If a member of the Stone Soup Group wishes to collaborate with the Contractor, every effort will be made to include them in The Initiative. Continuity of care All programming, services, and case management provided by the Contractor in the Jail must also be available in the community from the same provider. Hours of operation The Contractor will determine their hours of operation but must meet the needs and timelines set forth above. Programming can be delivered seven days a week on the following schedule: • 8:30am to 10:30am • 1:00pm to 4:00pm • 6:30pm to 8:30pm Case management and one-on-one in-reach services can be provided seven (7) days a week at the following times: • 7:00am to 12:00pm • 1:00pm to 4:00pm • 6:30pm to 10:00pm Preference will be given to organizations with the capacity to provide services in the evenings and on weekends. Data collection and reporting The Contractor will create an easily shareable data collection system and maintain a minimum of the following data: https://www.larimer.gov/cja/comcor 9 • Individual characteristics of Initiative participants: age, name, race/ethnicity, education, employment history, criminal justice history, physical and mental health needs, length of stay, risk and needs factors, treatment plan, and geographic area to which the individual returns post-release. • Subsets of the population that consume disproportionate criminal justice and program resources (e.g., frequent users, the severely mentally ill, and those with chronic diseases). • Individual outcomes such as recidivism, employment, homelessness, health care access, and engagement with programs and services in the community. • Program attendance, engagement in treatment, progress toward current treatment goals. • Service referrals and individuals’ follow through. Data will be shared monthly and upon request with the Jail designee(s). Initiative evaluation and quality assurance measures The Contractor will develop policies and procedures to conduct periodic internal audits of Initiative outcomes and fidelity. The Jail designee(s) will also conduct periodic reviews of The Initiative. The Contractor and Jail designee(s) will determine necessary adjustments that need to be made to ensure Initiative success. Award and Available Funding Available funding for The Initiative is estimated to be up to $200,000. Any funds allocated to a Contractor will be available for reimbursement of expenditures for a period of one (1) year. In-Kind Match Preference will be given to organizations providing an in-kind match (see Evaluation Criteria). If providing in- kind match of funds, applicants must identify the source and how these funds will be utilized to contribute goods or services that are directly related to the purpose of The Initiative. Eligible Project Expenditures The information outlined below applies to the Contractor’s expenditures and subsequent reimbursement of funds as well as eligible use of in-kind match of funds. • Salaries and Fringe benefits: The salaries and fringe benefits of the Contractor’s employees that are directly involved in the project’s activities. • Services and Supplies: Services and supplies necessary for the operation of the project (e.g., lease payments for office space, office supplies) and/or services and supplies provided to participants as part of the project’s design (e.g., basic necessities such as food, clothing, shelter/housing, transportation, and related expenditures). • Other Costs: Any other costs necessary for the success of the project (e.g., travel costs, training, etc.) • Indirect Costs: Includes operational overhead and administrative costs. Funds dedicated to this line item must not exceed 5% of the award. Diversity, Equity, and Inclusion To address issues of implicit bias, discrimination, systemic racism, and disparate outcomes for marginalized populations, The Initiative places an emphasis on diversity, equity, and inclusion (DEI) at all levels. The Contractor should have a demonstrated commitment to DEI at the organizational and service levels. Objectives The following key objectives are to be strongly considered. • Implement a comprehensive, research driven, evidence-based reentry initiative targeting high-risk individuals. • Strengthen partnerships between criminal justice and community organizations. Strong partnerships are essential to initiative success and long-term sustainability. Partnerships between law enforcement, the court, prosecutors, defense counsel, Jail, and Community Justice Alternatives with community organizations are preferred. • Fill unmet needs and complement, not compete with, the existing service environment. • Focus on delivering evidence-based programming and reducing barriers to access existing services. 10 • Assist in generating long-term savings by reducing recidivism and avoiding future victimizations. • Emphasize diversity, equity, and inclusion in all aspects of The Initiative. 6. INSURANCE: Larimer County is diligent about enforcing insurance requirements listed in all contracts. This diligence means that the County expects that all submitted proposals will include an Evidence of Coverage Certificate (EOC) that most closely meets the insurance coverage requirements listed (see example EOC below). 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 they are delivered by a common carrier (i.e., private shipper or freight forwarder, etc.). BEFORE submitting your company proposal, 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 who 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. CERTIFICATE EXAMPLES: Evidence of Coverage EXAMPLE certificate - EOC.pdf Certificate of Insurance EXAMPLE - COI.pdf Failure to provide a properly formatted and valid Certificate of Insurance (COI) may create a delay in starting work or negate any award of business. Let's work together to get work done! 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 https://www.larimer.org/sites/default/files/uploads/2021/evidence_of_coverage_example_certificate_-_eoc.pdf https://www.larimer.org/sites/default/files/uploads/2021/certificate_of_insurance_example_-_coi.pdf 11 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. 1. Workers' Compensation and Employers' Liability (waiver available if no employees) 1.1. State of Colorado: Statutory 1.2. Applicable Federal: Statutory 1.3. Employer's Liability: $100,000 Each Accident $500,000 Disease-Policy Limit $100,000 Disease-Each Employee 1.4. Waiver of Subrogation 1.5. 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). 2. 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: 2.1. General Aggregate Limit $2,000,000 2.2. Products & Completed Operations Aggregate Limit $2,000,000 2.3. Personal & Advertising Injury Limit $1,000,000 2.4. 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. 3. Commercial Automobile Liability insurance including coverage for all owned, non-owned, & hired autos. Limits to be as follows: 3.1. Bodily Injury & Property Damage Combined Single Limit $1,000,000 4. Professional Liability/Errors & Omissions $1,000,000 5. 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. 6. 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. 7. 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. 8. 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. 12 9. 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 VI. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE APPROVED BY THE LARIMER COUNTY RISK MANAGEMENT DIVISION. 7. EVALUATION CRITERIA: Proposal 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 will be for available points, receiving the maximum points available per criteria would be considered an outstanding rating. CRITERIA STANDARD POINTS AVAILABLE Initiative Design and Qualifications • Does The Initiative design meet or exceed the needs of the Jail? • Does the Contractor have the required qualifications? • Does the Contractor have the needed level of expertise? • Does the Contractor have a plan to mitigate issues arising from the background check requirement? 35 Collaboration • Does the Contractor have a demonstrated ability to collaborate across systems and services? • Does this proposal complement and not compete with existing services? 30 Diversity, Equity, and Inclusion (DEI) • Does the Contractor's DEI practices and values align with the County? • Will the proposed initiative meet or exceed expectations for service to marginalized populations? 20 Pricing • Is the Contractor’s pricing, fee structure, and rates competitive, responsible, responsive, reasonable, and are deemed advantageous to Larimer County? 10 In-Kind Match • Is there in-kind match and if so is it advantageous to Larimer County? 5 Maximum Possible Points = 100 8. AWARD AND AGREEMENT: A formal agreement will be awarded to the vendor with the most responsible, responsive, reasonable proposal, deemed the best value, 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 Contractor. The term of the agreement will be for one (1) year from the date the agreement is executed. The County, at its sole option, may offer to extend this Contract for additional one-year terms. The extension option may be exercised providing satisfactory service is given, and must be mutually agreed upon in writing, by and between the County and the Awarded Vendor. A Sample of Larimer County’s “Professional Services Agreement” is included with this Request for Proposal as Attachment B - Professional Services Agreement. Any exceptions or requested additions to the attached agreement be stated and submitted with your Proposal; these requests will not be accepted after the Proposal has closed. The County makes no guarantee of any changes or concessions but will review and consider all requests submitted. 13 9. PROPOSAL SUBMITTAL REQUIREMENTS: Following submission directions detailed starting on page one (1) of this solicitation, submit your non-redacted proposal addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Proposers should provide only the information requested below, and present it in a clear, concise manner. Incomplete proposals or proposals that do not address each of the following items in the order as outlined below may be rejected. NOTE: All parts of the proposal should be combined and submitted as one (1) single .pdf file (two (2) .pdf files if you are including a redacted version of your proposal) and one (1) single Excel file as indicated below; proposals comprised of multiple separate files or not as directed below are not acceptable and may be rejected. Proposers are encouraged, but not required, to provide one (1) redacted .pdf proposal, excluding any information that is not subject to disclosure under the Colorado Open Records Act (“CORA”), see page 2 for additional information. If we do not receive a redacted copy, the proposer’s original copy will be used to satisfy public records requests. 1. Signed Signature Page (page 14) 2. Colorado Constitution Article XI, §1 and §2 prohibit the County from pledging credit, providing aid, and accepting debt/liability of another. Because of this, the County is unlikely to accept a Limitation of Liability provision in the final agreement. Please indicate in your response if you require a Limitation of Liability provision. 3. The County anticipates that the selected vendor will sign the County’s “Professional Services Agreement” which is included as Attachment B. In this section, you must specifically address any issues with the agreement and propose solutions. 4. Explicitly describe/explain how your firm meets or exceeds the QUALIFICATIONS stated earlier in this RFP. Be specific with dates and details, as the minimum qualifications are a pass/fail and proposals that do not meet these qualifications will be deemed NONRESPONSIVE and rejected. 5. Complete and submit in both pdf and Excel format Attachment A - Larimer County Reintegration Initiative Questionnaire. (Do NOT add rows/columns or modify the format of Attachment A in any way). Failure to respond by providing both the required pdf and Excel documents, or provide the required information, may eliminate your proposal from consideration. 6. Insurance Evidence of Coverage Certificate (EOC) or Certificate of Insurance (COI) that most closely reflects the insurance requirements described in this solicitation. 6.1. Provide a copy of your EOC or COI that most closely covers the requirements as specified in this RFP. 6.2. Provide statements to answer the following questions: 6.2.1. Does coverage meet minimum project requirements? 6.2.2. Can this coverage be extended for work on this project? 6.2.3. Can coverage be increased? 6.2.4. Can the County be listed as an additional insured? https://www.sos.state.co.us/pubs/info_center/laws/Title24/Title24Article72Part2.html 14 SIGNATURE PAGE ADDENDA: The proposer 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 to proposers and has submitted a proposal 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 RFP process, if different than the signatory: PRIMARY CONTACT NAME: TITLE: ADDRESS: PHONE NUMBER: FAX NUMBER: EMAIL ADDRESS: For further information regarding this request for proposal, P23-03, please contact Purchasing Agent Les Brown, at (970) 498-5954, or brownxld@larimer.org. mailto:em@il@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

ADVISORY TASK FORCE ON RECREATIONAL MARIJUANA

Due: 08 May, 2024 (in 9 days)Agency: Commerce, Community and Economic Development

RFP 25-0625E4-001 SCHOOL CULTURE BRANDING CONSULTANT

Due: 17 May, 2024 (in 19 days)Agency: Buffalo Public Schools

IC-to conduct Community Assessment

Due: 30 Apr, 2024 (in 2 days)Agency: UNDP-ETH - ETHIOPIA