HomeMy WebLinkAboutMINUTES - 06092015 - C.125RECOMMENDATION(S):
APPROVE and AUTHORIZE the County Administrator, or designee, to enter into contracts, in the amount of
$50,000 each with Reach Fellowship International, John F. Kennedy University School of Law, Rubicon Programs,
Bay Area Community Resources and RYSE Center, for an aggregate amount not to exceed $250,000, as part of the
Community Recidivism Reduction Grant program to provide community recidivism and crime reduction services for
the period July 1, 2015 through June 30, 2016.
FISCAL IMPACT:
$250,000 in FY 2015/16 (100% State); $50,000 per contract.
BACKGROUND:
In August 2014, the CAO’s office was notified by the Board of State and Community Corrections (BSCC) that the
Budget Act of 2014 had allocated $8 million to the BSCC for the Community Recidivism Reduction Grant, as
described in Penal Code section 1233.10. Counties are eligible to receive funds if the Board of Supervisors, in
collaboration with the Community Corrections Partnership (CCP), agrees to develop a competitive grant program
intended to fund community recidivism and crime reduction services.On September 16, 2014, the Board of
Supervisors approved item C. 51, confirming to the BSCC the County’s interest in receiving the funding, of which
$250,000 was allocated to Contra Costa County.
The County Administrator's Office, in collaboration with the County Reentry Coordinator, developed an RFP to
solicit interest in a contract award for the provision of recidivism reduction services. 14 proposals in total were
received; 7 proposing services for juveniles and 7 proposing services for adults. Review Panels convened April 14,
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 06/09/2015 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
AYE:John Gioia, District I
Supervisor
Candace Andersen, District II
Supervisor
Mary N. Piepho, District III
Supervisor
Karen Mitchoff, District IV
Supervisor
ABSENT:Federal D. Glover, District V
Supervisor
Contact: L. DeLaney, 925-335-1097
I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the
Board of Supervisors on the date shown.
ATTESTED: June 9, 2015
David Twa, County Administrator and Clerk of the Board of Supervisors
By: Chris Heck, Deputy
cc:
C.125
To:Board of Supervisors
From:PUBLIC PROTECTION COMMITTEE
Date:June 9, 2015
Contra
Costa
County
Subject:BSCC Community Recidivism Reduction Grant awards
15, and 16, 2015 to review and score all proposals and to conduct interviews. For the Juvenile-related proposals, four
of the seven proposers were invited to an interview. For the Adult-related proposals, three of the four West proposers
were invited to an interview. Each proposer for the Central/East and East region were interviewed. Scores for all of
the proposals are included on
BACKGROUND: (CONT'D)
Attachment B.
At their May 11, 2015, the Public Protection Committee received the staff report on the Requests for Proposals (RFP), review process and
award recommendations. The Committee accepted the recommendations and unanimously voted to forward the recommendations to the
Board of Supervisors.
Today's action accepts the recommendations and acknowledges contract execution by the County Administrator's Office (upon contract form
approval by County Counsel) for the following contractors, in the amount of $50,000 each, for the period July 1, 2015 to June 30, 2016:
CONSEQUENCE OF NEGATIVE ACTION:
The Board of Supervisors does not acknowledge the awards and execution of contracts.
ATTACHMENTS
Staff Report
Attachment A - Request for Proposals
Attachment B - Scoring of Proposals
JUVENILE SERVICESScoring ElementPointsRYSE BACRCongress of NeutralsRenaissance YINMonument Crisis Ctr.SIT2aRelevancy of Services/History5.0 5.0 4.0 4.0 3.0 4.0 3.0 3.02bQualifications of Org.10.09.08.57.56.06.56.03.02cData Mgmt.5.04.04.02.53.01.04.02.02dStaff Expertise/Experience10.0 8.0 6.0 6.0 6.0 6.5 6.0 4.0Sub 30.0 26.0 22.5 20.0 18.0 18.0 19.0 12.03aProgram Goals/Outcomes, Need20.0 17.0 17.0 13.0 13.0 13.5 11.0 5.53bTarget Pop. Meets Goals5.0 3.5 4.0 3.0 2.0 3.0 2.0 2.03cActivities10.08.58.04.04.55.04.03.03dImpact & Outcomes10.08.57.05.54.52.03.03.03eInnovative Elements5.04.04.03.02.52.52.02.0Sub50.0 41.5 40.0 28.5 26.5 26.0 22.0 15.54aReasonable Costs10.09.08.04.05.04.53.53.54bCost explanations, staffing demonstration5.0 4.0 4.0 2.5 2.5 2.5 2.0 1.04cLeveraging5.05.05.02.04.02.02.01.0Sub20.0 18.0 17.0 8.5 11.5 9.0 7.5 5.5Total100.085.579.557.056.053.048.533.0Attachment B--Scoring Sheet
ADULT SERVICESCENTRAL EAST CENTRAL/EAST WEST WEST WEST WESTJFKU Rubicon COPE Bay LegalContra Costa Crisis CenterReachSan Pablo EDC3.0 4.0254547.08.0698874.55.02.554438 34.59 7.5 87.522.5 20.0 1528 23.5 25 21.515.5 17.5 1015 14 16.5 164 3.533.5 45278.55.587.57677.55686643.53144.5537.5 40.5 26.5 33.5 37.5 39 3598.068.57884 4.0 2.5 4.5 3.5 33552.5505518.0 17.0 1118 10.5 16 1678.077.552.579.571.58072.5Attachment B--Scoring Sheet
County of Contra Costa
OFFICE OF THE COUNTY ADMINISTRATOR
MEMORANDUM
DATE: May 7, 2015
TO: PUBLIC PROTECTION COMMITTEE
FROM: LARA DeLANEY, Senior Deputy County Administrator
SUBJECT: Results of RFP Process for the Community Recidivism Reduction Grants
______________________________________________________________________________
RECOMMENDATION:
1. ACCEPT the recommendations of the Review Panels with regard to contract awards from
the Requests for Proposals (RFP) issued for the Community Recidivism Reduction
Grants.
2. RECOMMEND contract authorization by the Board of Supervisors for the following
contractors, in the amount of $50,000 each, for the period July 1, 2015 to June 30, 2016:
BACKGROUND:
In August 2014, the CAO’s office was notified by the Board of State and Community
Corrections (BSCC) that the Budget Act of 2014 had allocated $8 million to the BSCC for the
Community Recidivism Reduction Grant, as described in Penal Code section 1233.10. Counties
are eligible to receive funds if the Board of Supervisors, in collaboration with the CCP, agrees to
develop a competitive grant program intended to fund community recidivism and crime
reduction services. On September 16, 2014, the Board of Supervisors passed item C. 51,
confirming to the BSCC the County’s interest in receiving the funding, of which $250,000 was
allocated to Contra Costa County.
Other requirements of the statute include:
Adult Region Contractor Partners
West Reach Fellowship International
Central John F. Kennedy University School of Law
East Rubicon Programs Alma House, Destiny House
Juveniles Bay Area Community Resources (BACR)
RYSE Center
Public Protection Committee – May 11, 2015 Meeting May 7, 2015
Agenda Item No. 5 Page 3
“The board of supervisors, in collaboration with the county's Community Corrections Partnership,
shall establish minimum requirements, funding criteria, and procedures for the counties to award
grants consistent with the criteria established in this section.
A community recidivism and crime reduction service provider that receives a grant under this section
shall report to the county board of supervisors or the Community Corrections Partnership on the
number of individuals served and the types of services provided. The board of supervisors or the
Community Corrections Partnership shall report to the Board of State and Community Corrections
any information received under this subdivision from grant recipients.”
The Public Protection Committee directed the CAO’s office to develop a competitive process for
distribution of the funding set at $50,000 per region for adult reentry services and $100,000 for
juvenile programs. The County Administrator’s Office, in collaboration with the Reentry
Coordinator, the Probation Department, the East-Central Reentry Network Manager, and the
then-director of the West County Reentry Resource Center, developed the RFP and the process
timeline.
RFP PROCESS
The RFP for the Community Recidivism Reduction Grant made available up to $250,000
($50,000 per grant) to provide Community Recidivism Reduction Grants to nongovernmental
entities or a consortium or coalition of nongovernmental entities to provide community
recidivism, crime reduction and other reentry-related services to persons who have been released
from state prison, a county jail, or a juvenile detention facility, who are under the supervision of
a parole or probation department, or any other person at risk of becoming involved in criminal
activities, in Contra Costa County, for the period July 1, 2015 through June 30, 2016.
The RFP was posted on BidSync, the website the County utilizes for contracting opportunities,
and distributed directly via email to contacts developed by the County’s Reentry Coordinator and
staff of the CAO’s office. A Press Release was issued as well.
Review Panels were assembled by the CAO’s office, comprised of the following members:
Facilitator Donte Blue County Reentry Coordinator
1 Todd Billeci Assistant Chief of Probation
2 Lara DeLaney CAO, Sr. Deputy
3 Kathy Narasaki East-Central Reentry Network Manager
4 Rebecca Brown CEO, Further The Work; WCRRC Steering
Committee Chair
5 DeVonn Powers Goodwill Director of Contract Services; CAB
member; WCRRC Steering Committee;
Substitute for ADULT-WEST Michele Wells CEO, Run On Productions LLC; CAB Member;
Substitute for ADULT-WEST Angelene Musawwir Social Work Supervisor II, Public Defender; CAB
Member
Public Protection Committee – May 11, 2015 Meeting May 7, 2015
Agenda Item No. 5 Page 4
The substitutes for the review of the Adult-West proposals were required because two of the
Panel members, Rebecca Brown and DeVonn Powers, were members of the West County
Reentry Resource Center Steering Committee. This Committee membership may have posed a
conflict of interest, given that one of the proposals was intending to provide service at the
WCRRC. In the interest of avoiding even the appearance of a conflict of interest, the substitutes
were recruited and provided excellent service. All Review Panel members were required to
provide an Impartiality Statement, the Reentry Coordinator acted as Facilitator (no participation
in development of scores), and a Consensus Scoring Method was utilized throughout the process.
Proposals were received from the following organizations:
Adult Region Responder
West 1 Bay Area Legal Aid
West 2 Contra Costa Crisis Center
West 3 Reach Fellowship International
West 4 San Pablo Economic Development Corporation
Central 1 John F. Kennedy University School of Law
East 1 Rubicon Programs
Central/East 1
Counseling Options and Parent Education Support Center,
Inc.
Juveniles 1 Bay Area Community Resources (BACR)
2 Contra Costa County Service Integration Team
3 Monument Crisis Center
4 Renaissance Entrepreneurship Center
5 RYSE Center
6 The Congress of Neutrals
7 The Youth Intervention Network
Review Panels’ Recommendations
Review Panels convened April 14, 15, and 16, 2015 to review and score all proposals and to
conduct interviews. For the Juvenile-related proposals, four of the seven proposers were invited
to an interview. For the Adult-related proposals, three of the four West proposers were invited to
an interview. Each proposer for the Central/East and East region were interviewed. Scores for
all of the proposals are included on Attachment B.
Public Protection Committee – May 11, 2015 Meeting May 7, 2015
Agenda Item No. 5 Page 5
The Committee will note that there was only a 0.5 point difference in the top two proposals for
West-Adult services between Reach Fellowship and Bay Area Legal Aid. The Panel had the
most difficulty in scoring the proposals for West County, as they were all of very high quality.
Ultimately the decision reflected consideration of the need for housing resources in West
County, particularly for women with children.
The Review Panel recommendations for contract award were issued on April 17, 2015 and
included:
Adult Services
Central County, $50,000: John F. Kennedy University
College of Law—Establishment of a
Probation Assistance Clinic in
conjunction with the Contra Costa
County Homeless Court, centered on
driver’s license restoration.
West County, $50,000: Reach Fellowship International—
Residential and Job Training
Program for women of West County.
East County, $50,000: Rubicon Programs—Rental
assistance in a Sober Living
Environment (SLE) with career and
financial coaching.
Juvenile Services
Bay Area Community Resources (BACR)—$50,000: A program to engage juveniles in
east Contra Costa County in a comprehensive program utilizing employment training and
leadership development.
RYSE Center—$50,000: Pre-release transition planning, technical skills training, and the
creation of a social media application focused on youth reentry for justice-involved youth at
the RYSE Center.
The Review Panels made the following additional recommendations.
1. With respect to RYSE Center, the contractor should be encouraged to collaborate with
Bay Area Community Resources and the Youth Justice Initiative (YJI). In addition, the
institution access issues should be addressed with Probation prior to contract
authorization and development, so that pre-release services may be considered.
2. With respect to the proposal from BACR, the Review Panel recommended that services
be focused on East County juveniles. (The proposal included services in both East and
Public Protection Committee – May 11, 2015 Meeting May 7, 2015
Agenda Item No. 5 Page 6
West County; however, the need was identified by the Panel for East County services.)
Collaboration with the YJI was also encouraged.
3. Regarding Adult services, the Panel recommended that JFKU College of Law develop an
MOU with Bay Area Legal Aid regarding the referral of cases dealing with driver’s
licenses and DMV related issues and that program design be further refined during
contract development, with input from Panel members.
Attachments
Attachment A – RFP for Community Recidivism Reduction Grant
Attachment B – CRRG Scoring Sheet
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
The Contra Costa County Administrator’s Office is pleased to announce, on behalf of the Board
of Supervisors, the availability of up to $250,000 ($50,000 per grant) to provide Community
Recidivism Reduction Grants to nongovernmental entities or a consortium or coalition of
nongovernmental entities to provide community recidivism, crime reduction and other reentry-
related services to persons who have been released from state prison, a county jail, or a juvenile
detention facility, who are under the supervision of a parole or probation department, or any
other person at risk of becoming involved in criminal activities, in Contra Costa County, for the
period July 1, 2015 through June 30, 2016.
This RFP is a process by which the County solicits proposals of qualified responders who may
be selected to enter into a contract with the County.
Please read this entire packet carefully.
Final proposals will be due at 651 Pine Street, 10th floor, Martinez, CA 94553
by 5:00 p.m. on Wednesday, April 8, 2015.
Written questions about the RFP can be submitted to lara.delaney@cao.cccounty.us
by 5:00 p.m. on Thursday, March 26, 2015.
Thank you in advance for your efforts in preparing your proposal.
Contra
Costa
County
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 2 of 27 Final RFP
Table of Contents
RFP TIMELINE………………………………………………………………………….. 3
PROJECT DESCRIPTION……………………………………………………………… 4
RFP REQUIREMENTS AND INSTRUCTIONS FOR RESPONDERS……………... 9
RESPONSE INSTRUCTIONS AND OUTLINE………………………………………. 12
RESPONSE REVIEW AND SELECTION…………………………………………….. 15
RATING SHEET…………………………………………………………………………. 16
FORM #1: RESPONSE COVER STATEMENT………………………………………. 17
FORM #2: RESPONDER'S STATEMENT OF QUALIFICATIONS……………….. 18
GENERAL CONDITIONS OF COUNTY CONTRACT……………………………… 20
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 3 of 27 Final RFP
RFP Timeline
1. RFP announced Mon., March 16, 2015
2. Written Questions Due from Responders 5:00 p.m., Thurs., March 26, 2015
3. Addendum Issued (as needed) Mon., March 30, 2015
4. Response Submission Deadline 5:00 p.m., Wed., April 8, 2015
County Administrator’s Office
651 Pine Street, 10th Floor
Martinez, CA 94553
No response will be accepted after this date and time.
Postmarked, facsimiled, or e-mailed submissions will not be accepted.
5. Review, rating, and interview process Mon.-Thurs., April 13-16, 2015
6. Notification of award recommendations Fri., April 17, 2015
7. Appeal period Mon.-Thurs., April 20-23, 2015
8. Deadline to submit appeal letters 5:00 p.m., Thurs., April 23, 2015
9. Community Corrections Partnership Review Fri., May 1, 2015
10. Public Protection Committee Review Mon., May 11, 2015
Board of Supervisors approval and authorization to award contracts
is tentatively scheduled for the May 19, 2015 Board of Supervisors’ agenda
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 4 of 27 Final RFP
Project Description
I. Introduction
The Contra Costa County Administrator’s Office (CAO), in collaboration with the County
Probation Department, on behalf of the Board of Supervisors, is issuing this Request for
Proposals (RFP) #1503-125 to receive proposals from nongovernmental entities or a consortium
or coalition of nongovernmental entities to provide community recidivism, crime reduction and
other reentry-related services to persons residing in Contra Costa County who have been
released from the state prison, a county jail, a juvenile detention facility, who are under the
supervision of a parole or probation department, or any other person at risk of becoming
involved in criminal activities.
Community recidivism and crime reduction services include, but are not limited to, delinquency
prevention, homelessness prevention, and reentry services.
Based on the response to this solicitation for proposals, Contra Costa County (County) plans to
contract with service providers for the period July 1, 2015 to June 30, 2016. The County will
retain the discretion to renew any contract issued, contingent on availability of funding and
demonstrated successful performance by funded entities during the initial contract period.
If your organization is interested in and capable of providing the requested services by contract
with the County, please carefully review the Request for Proposals and submit your proposal as
directed. This solicitation is not in any way to be construed as an agreement, obligation, or
contract between the County and any party submitting a response, nor will the County pay for
any costs associated with the preparation of any response.
II. Synonymous Terms
As used throughout this RFP and its attachments, the following terms are synonymous:
a. Supplier, Vendor, Contractor, Successful Responder
b. Contract, Agreement
c. Services, Work, Scope, and Project
d. Proposer, Responder
e. “The County” refers to the County of Contra Costa, California.
III. Background
The state Budget Act of 2014 (Chapter 25, Statutes of 2014) allocates $8 million to the Board of
State and Community Corrections for the Community Recidivism Reduction Grant described in
Penal Code section 1233.10. Counties are eligible to receive funds if the Board of Supervisors,
in collaboration with the county’s Community Corrections Partnership, agrees to develop a
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 5 of 27 Final RFP
competitive grant program intended to fund community recidivism and crime reduction
services.
On September 16, 2014, the Contra Costa County Board of Supervisors approved a letter of
interest agreeing to develop a competitive grant program intended to fund community
recidivism and crime reduction services. On October 3, 2014, the Community Corrections
Partnership voted unanimously to acknowledge the intent of the County to participate in the
grant program. On October 27, 2014, the Public Protection Committee voted unanimously that
the $250,000 grant from the state should be competitively bid in the following increments:
Two (2) $50,000 grants to entities that propose to provide services to juveniles;
Three (3) $50,000 grants to entities that propose to provide services to adults.
Funding for the three adult programs will be awarded to entities that propose to serve
residents in the West, Central, and East County regions distinctly--meaning one (1)
$50,000 grant directed to programming in each region of the County. The grants to
entities proposing to serve juveniles will be for countywide services (no regional
restrictions). Per State statute, the amount awarded to each service provider shall not
exceed $50,000.
IV. Funding
Up to $250,000 is allocated in Contra Costa County to fund community recidivism, crime
reduction and other reentry-related services for the period July 1, 2015 to June 30, 2016.
The amount that can be awarded per successful entity is $50,000. Agencies are encouraged to
provide a minimum 20% match of the funds, with consideration given to agencies with more
leveraging.
The Contra Costa County Administrator’s Office will administer the contracts for the adult
programs, and the Probation Department will administer the contracts for the juvenile programs.
V. Purpose, Services and Outcomes
A. Purpose:
The Contra Costa Board of Supervisors has directed the County Administrator’s Office to
issue this Request for Proposals to identify nongovernmental agencies to provide
community recidivism, crime reduction and other reentry-related services to juvenile and
adult populations in the county. The client population includes persons residing in Contra
Costa County who have been released from state prison, a county jail, a juvenile detention
facility, who are under the supervision of a parole or probation department, or any other
person at risk of becoming involved in criminal activities.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 6 of 27 Final RFP
For the purposes of this proposal, program services may focus on any of the following
categories: juveniles (ages 12-18) or adults (ages 18 or over).
B. Services and Desired Outcomes:
Community recidivism and crime reduction services may include any of the following:
1. Self-help groups
2. Individual or group assistance with basic life skills
3. Mentoring programs
4. Academic and educational services, including, but not limited to, services to enable
the recipient to earn his or her high school diploma
5. Job training skills and employment placement services
6. Housing placement services
7. Behavioral health services, including alcohol and drug treatment, intensive case
management services for people with serious behavioral health issues, especially for
those whose serious mental illness or cognitive disabilities preclude their successful
access to services
8. Family support services, including reunification, custody, domestic violence services
9. Healthcare enrollment services
10. Legal services
11. Financial services, including benefits enrollment, banking services, budgeting, credit
restoration
12. Post-detention services for youth after release from juvenile detention
13. Truancy prevention and school retention services
14. Literacy programs
15. Any other service that advances community recidivism reduction and crime
reduction efforts, as identified by the county Board of Supervisors in the County’s
Reentry Strategic Plan and the Community Corrections Partnership.
Through this RFP process, the County is seeking agencies to provide services that are designed
to enable persons to whom the services are provided to establish or maintain a law-abiding life,
reconnect with their family members, build self-sufficiency, and contribute to their
communities.
VI. Organizational Requirements
A. Service History: A documented history of service delivery to individuals at moderate to
high-risk of recidivism during the five years immediately prior to the application and in
the service area for which funding is sought, including successful completion of contract
deliverables and participation in outcome evaluation.
B. Staff Training: Bidder’s staff must be qualified, adequately trained to provide services,
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 7 of 27 Final RFP
and able to maintain confidential offender record information (CORI). Staff must
commit to full participation in trainings provided through the County, including trauma-
informed practices, among other topics.
County has the discretion to approve or disapprove the qualifications/training level of
bidder’s staff working with Probation clients.
C. Responsivity: Demonstrated understanding and capacity to deliver responsive services,
including cultural and linguistic competency, ties to the local community, community-
based service delivery, targeting multiple learning styles at varied literacy levels and
relevant client engagement and retention strategies.
Demonstrated knowledge of and commitment to implement evidence-based practices
related to successful engagement and recidivism reduction with people at moderate to
high-risk of recidivism.
D. Interagency Collaboration: Demonstrated ability and intent to collaborate with local
service providers to obtain multi-disciplinary service delivery. A history of successful
collaboration including shared case management and blended funding is preferred.
E. Data Collection and Reporting: Demonstrated capacity and commitment to collecting
and reporting all required data including service delivery statistics (number served, units
of service, dosage by client), and program-related impact and outcome measures.
F. Matching Resources: Current or potential sources of matching resources to supplement
direct funding leveraged funding or services and volunteer hours. Since the available
funding is not adequate to meet the anticipated level of need, qualified organizations that
demonstrate the capacity to access additional funding may be prioritized. Applicants are
encouraged to provide a minimum of 20% of matching resources.
G. Licensing/Certification Requirements: Successful bidders must have and maintain all
appropriate licenses, permits, and certifications as required by the laws of the United
States, State of California, Contra Costa County, and all other appropriate governmental
agencies.
VII. Contract Monitoring and Evaluation
The County Administrator’s Office and the Probation Department will actively monitor services
provided through these contracts.
At a minimum, contractors will be expected to:
a. Be able to enter into contract and begin service delivery within 3 months of award.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 8 of 27 Final RFP
b. Perform all services without material deviation from an agreed-upon Service Plan.
c. Complete progress report forms supplied by County.
d. Maintain adequate records of service provision to document compliance with Service
Plan and complete forms supplied.
e. Cooperate with the collection of other fiscal/administrative/service data as requested by
the County.
The CAO (for adult service contracts) and County Probation (for juvenile service contracts)
will:
a. Monitor subcontracts written by and entered into by the contractor;
b. Provide information to contractors concerning additional State or County data
requirements not provided herein.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 9 of 27 Final RFP
RFP Requirements and Instructions for Responders
The responder requirements in this section are mandatory. Contra Costa County reserves the
right to waive any nonmaterial variation.
1. All responders shall submit one (1) original response package and six (6) complete
copies of the response, under sealed cover, by mail or hand-delivery to the CAO at 651
Pine Street, 10th Floor, Martinez, CA 94553 to be received no later than 5:00 p.m. on
Wednesday, April 8, 2015. Any response received after the deadline will be rejected.
Postmarks, faxed and e-mailed submissions are not acceptable.
2. A copy of a recent audit (within 12 months) or audited financial statement must be
attached to the original copy of the proposal.
3. The CAO will review all received responses to make sure they are technically compliant
with submission guidelines as per the RFP. Responders that are non-compliant with
technical requirements will not move forward to the Review Panel.
4. Responses and required attachments shall be submitted as specified and must be signed
by officials authorized to bind the responder to the provisions of the RFP. All costs
incurred in the preparation of a response will be the responsibility of the responder and
will not be reimbursed by the County.
5. Any questions regarding this RFP should be emailed to Lara.DeLaney@cao.cccounty.us
on or before 5:00 p.m. on March 26, 2015.
6. The CAO may amend this RFP, if needed, to make changes or corrections to
specifications or provide additional data. Amendments will be posted at
http://www.co.contra-costa.ca.us/2366/Services-Programs. The CAO may extend the
RFP submission date, if necessary, to allow responders adequate time to consider
additional information and submit required data.
7. The RFP process may be canceled in writing by the CAO prior to awards if the Contra
Costa County Board of Supervisors determines that cancellation is in the best interest of
the County.
8. With respect to this RFP, the County reserves the right to reject any, some, or all
responses. The County reserves the right to negotiate separately in any manner to serve
the best interests of the County. All responses become property of the County, without
obligation to any responder.
9. Responses will be judged on overall quality of content and responsiveness to the
purpose and specifications of this RFP. Responses should be without expensive artwork,
unusual printing, or other materials not essential to the utility and clarity of the response.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 10 of 27 Final RFP
Evaluation criteria and weight factors are described below.
10. A Review Panel will evaluate all compliant responses received. The panel will be
comprised of CAO staff, Probation staff, a representative from West County, a
representative from East and Central County, and a subject-matter expert. (Panel
composition subject to change based on participant availability.) On the basis of panel
ratings recommendations, the Community Corrections Partnership and/or Public
Protection Committee will make recommendations to the Contra Costa County Board of
Supervisors. Responders will be notified of this recommendation in writing. Award of a
contract by the Board of Supervisors will constitute acceptance of a response.
11. Prior to making an award recommendation, the Review Panel may choose to conduct
interviews with responders. The purpose of the interviews would be to ask follow-up
questions that may arise from the Review Panel and to collect any additional
information necessary to determine the responder’s ability to perform on schedule or any
other relevant information to make the award recommendation.
12. Once a decision is made by the Review Panel to make award recommendations, a notice
will be mailed to all responders evaluated by the Review Panel.
13. Only responders submitting a response may appeal the RFP process. Appeals must be
submitted in writing and should be addressed to Lara DeLaney, Senior Deputy County
Administrator; County Administrator’s Office and received at 651 Pine Street, 10th
Floor, Martinez, CA 94553, no later than 5:00 p.m. on Thursday, April 23, 2015.
Notification of a final decision on the appeal shall be made in writing to the responder.
When submitting, an appellant must clearly state the action appealed, the harm to the
appellant, and the action sought. Appeals shall be limited to the following grounds:
Failure of the County to follow the selection procedures and adhere to requirements
specified in the RFP or any addenda or amendments.
There has been a violation of conflict of interest as provided by California
Government Code Section 87100 et seq.
A violation of State or Federal law.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 11 of 27 Final RFP
14. Notification of a final decision on the appeal by the CAO shall be made in writing to the
responder within five (5) days, and the decision of the CAO shall be final and not
subject to further review.
15. Successful responders will be expected to promptly enter contract negotiation with the
CAO. This may result in mutually agreed upon changes in plans or activities identified
in the response. As a result of this negotiation, actual contract(s) may include other
agreements and clarifications of activities, consistent with the intent of this RFP.
16. Services will begin upon the signing of a contract according to a mutually agreed upon
start-up schedule. The County is not liable for any cost incurred by the contractor prior
to the effective date of any contract.
17. Selected contractor(s) will be responsible for all services offered in their response,
whether or not contractor(s) perform them directly or through subcontractors in multiple
agency collaboration.
18. The CAO will actively monitor service implementation and delivery and provide
contract monitoring. Any material breach of contract requirements will constitute
grounds for terminating the contract.
19. Contracts from this RFP will be for the period July 1, 2015 through June 30, 2016, with
satisfactory performance as a condition of any future contract renewal. The contract(s)
resulting from this RFP may potentially be renewable at the sole discretion the Board of
Supervisors.
20. All contracted parties must agree to implement the County's alcohol/drug abuse
prevention/treatment policy and comply with related monitoring and evaluation
procedures.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 12 of 27 Final RFP
Response Instructions and Outline
RESPONSE INSTRUCTIONS
1. Responses must be in the form of a package containing a complete response and all
required supporting information and documents. Each response to this RFP will be a
public record that will be subject to disclosure under the California Public Records Act
(Government Code, § 6250, et seq.) and the County’s Better Government Ordinance
(County Ordinance Code, Title 2, Division 25).
2. Each responder must submit one (1) original package and six (6) complete copies with
attachments included, unless otherwise noted. (If responding to both requests for
juvenile and adult services, two complete and separate responses are required. Note that
only one proposal, however, may be funded.)
3. Response materials are to be double-spaced on 8 1/2" x 11" paper (recycled preferred)
with no less than 1" margins on all sides using an easy-to-read 12-point font. Total
proposal should not exceed 10 pages excluding cover sheet and required attachments.
4. Pages must be stapled together and numbered consecutively. Sections must be identified
with an appropriate header.
5. Documents and materials are to be fully completed and attached in the order indicated in
the Response Outline below.
6. All information in the response package must be presented in the following sequence.
RESPONSE OUTLINE
I. Response Cover Statement (Form #1)
A. The Cover Statement with original signatures, in blue ink, of the responder's Authorized
Representative attached to the original of the response must precede the narrative.
Copies of the form must also serve as a cover page to the remaining six (6) response
copies submitted.
II. Proposal (not to exceed 10 pages)
A. Responder Overview (not to exceed 3 pages)
1. Your organization’s history, years in operation, and number of years providing
services described herein. Also indicate your organization’s form of business (non-
profit, other—specify).
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 13 of 27 Final RFP
2. Your organization’s primary areas of expertise and current core services.
3. Your organization’s qualifications (including resources and capabilities) as they
relate to the scope of services and organization requirements described herein.
Specifically detail experience with serving the target population and working in
collaboration with other stakeholders.
4. Your organization’s data management systems, including client record-keeping and
financial record-keeping.
5. Proposed staffing (FTEs) for this project, including their roles on this project, their
qualifications and their credentials. (CVs, résumés, job descriptions should be
included as an attachment and will not count against the page limit.)
B. Approach to the Scope of Work (not to exceed 5 pages)
1. Please identify your program model, including:
a. Program goals and outcomes, including how services will be designed to assist
participants in refraining from engaging in criminal activity, reconnecting with
their families and contributing to their communities. Also provide justification
for the proposed approach, including research demonstrating that this approach is
recognized as effective with the proposed population.
b. Target population (including gender, age, criminogenic factors), indicating why
and how this population was selected.
c. Specific need to be addressed, including evidence documenting this need within
Contra Costa County.
d. Activities and services to be provided, including the specific locations within the
County where services will be provided. Include duration, dosage, and frequency
of activities and services.
e. Innovative elements that are not currently funded by the County’s AB 109 Public
Safety Realignment program.
f. If applicable, describe formal collaboration or integration with other services
within the agency or provided by other agencies. If the applicant program plans
to collaborate, attach a signed MOU with the partner agency or program
identifying the specific methods of collaboration, calculation of monetary or in-
kind agreements, and shared goals and metrics.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 14 of 27 Final RFP
2. Outcomes, including:
a. Estimated number of participants in each individual program component.
b. The plan for tracking participant progress as it relates to individual and collective
outcomes.
c. The plan to document the services provided to each participant.
d. The plan to document activities performed by staff funded by the program.
C. Proposed Budget (not to exceed 2 pages)
1. Provide the budget for the program. Identify both one-time and ongoing costs. If you
anticipate supporting your operations through additional funds (in-kind or hard-
dollar), identify the sources and uses of those funds within the budget.
2. Provide a budget narrative, including supporting detail to ensure clear understanding
of funding uses, including administrative staff, start-up costs, and in-kind service
providers.
III. Attachments
A. Job Descriptions and Résumés of Executive Director and key program staff
B. Timeline of major project activities for the entire project period that is reasonable given
the nature and scope of the project
C. Responder’s Statement of Qualifications (Form #2), completed and signed by
Agency Executive Director and President of Agency Board of Directors.
D. Fiscal Attachments
1. One copy of bidder's IRS 501(c)(3) determination letter and/or Articles of
Incorporation attached to original proposal copy.
2. One copy of bidder's last audit or audited financial statement attached to original
proposal.
3. One copy of current Agency Operating Budget with revenues and expenses.
E. Agency Brochure (as available)
F. City of Antioch Ordinance Compliance
Note: Contractors seeking to provide services located in the City of Antioch must
demonstrate compliance with Ordinance No. 2066-C-S amending Section 9-5.203 and
adding Section 9-5.3836 to the Antioch Municipal Code, including providing proof of a
valid use permit issued by the City of Antioch.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 15 of 27 Final RFP
Response Review and Selection
All responses submitted in compliance with the RFP requirements will be eligible for review
and selection.
Response Selection Methodology:
A. CAO staff will review each response's adherence to RFP specifications, including:
1. Response Cover Statement
2. Response
3. Agency Information (including required attachments)
B. All responses deemed responsive will be referred to the RFP Review Panel.
1. The panel will be comprised of CAO staff, Probation staff, a representative from
West County, a representative from East and Central County, and a subject-matter
expert. (Panel composition subject to change based on participant availability.)
2. The Review Panel will review all qualified responses and evaluate and score all
service elements utilizing the evaluation criteria outlined.
C. The Community Corrections Partnership and/or Public Protection Committee will make
recommendations for contract awards to the Board of Supervisors after considering the
recommendations of the Review Panel.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 16 of 27 Final RFP
Rating Sheet
Program elements will be rated as follows with a maximum score of 100:
Program Elements and Possible Score
I. Response Cover Statement (required but not weighted)
II. Responder Overview (0-30 points total)
A. Relevancy of responder’s overall services/history (5 pts.)
B. Responder’s qualifications as they relate to scope of work and organization requirements
(10 pts.)
C. Responder’s data management systems (5 pts.)
D. Relevant experience and expertise of proposed staff (10 pts.)
III. Approach to the Scope of Work (0-50 points total)
A. Proposal includes clear description of program goals and outcomes, justification for
proposed approach, specific need to be addressed and evidence of need. (20 pts.)
B. Target population meets program goals (5 pts.)
C. Proposal includes clear description of activities that are consistent with program goals.
Proposal includes details on duration of activities. Level of activity is appropriate to
level of funding provided. (10 pts.)
D. Proposal clearly identifies intended impacts/outcomes on target population and how
those impacts will be measured. (10 pts.)
E. Proposal includes innovative elements that are not currently funded by the County’s AB
109 Public Safety Realignment program. (5 pts.)
IV. Cost Estimate (0-20 points total)
A. Project costs are reasonable. (10 pts.)
B. Cost explanations are clear and demonstrate roles of proposed staffing. (5 pts.)
C. Leveraging of the available grant funds is provided at a min. of 20% (5 pts.)
Total: 100 pts.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 17 of 27 Final RFP
Form #1: Response Cover Statement
Proposal: ____Juvenile ____Adult – Select region: West / East / Central
Responder:
Business Address:
Phone/Email: / Year Founded:
Contact Name & Title:
501(c)(3)? Yes No Exemption Expiration Date:
Other Form of Business? (explain):
Federal Employer Number:
List Collaborative Partners, if applicable:
We submit the attached response and attachments in response to Contra Costa County’s
Request for Proposals #1503-125 and declare that:
If the Board of Supervisors of Contra Costa County accepts this response, we will enter into a
standard contract with Contra Costa County to provide all work specified herein as proposed or in
accordance with modifications required by Contra Costa County. Funds obtained through this
contract will not be used for other programs operated by the responder/contractor unless stipulated
within the response and accepted by the County.
Authorized representatives: (two signatures required)
Name & Title:
Signature: Date:
Executive Director (or equivalent)
Name & Title:
Signature: Date:
Board President (or equivalent)
This form must accompany the response package when submitted and should be attached to each copy. Only one
copy with original signatures is required.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 18 of 27 Final RFP
Form #2: Responder’s Statement of Qualifications
1. List any licenses or certifications held by the responder, with expiration dates.
2. Financials and Fiscal Management
A. Who administers your fiscal system?
Name:
Phone: Work Schedule:
Title:
B. What CPA firm maintains or reviews your financial records and annual audit, if
applicable?
Name:
Phone: Email:
Address:
3. Business Identity
A. Number of years responder operated under the present business name.
B. List related prior business names, if any, and timeframe for each.
4. Number of years providing services described in this response or related services
5. Has responder failed or refused to complete any contract? Yes No
If yes, briefly explain:
6. Is there any past, present, or pending litigation in connection with contracts for services
involving the responder or any principal officer of the agency? Yes No
If yes, briefly explain:
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 19 of 27 Final RFP
Responder’s Statement of Qualifications, CONTINUED
7. Does responder have a controlling interest in any other firm(s)? Yes No
If yes, please list:
8. Does responder have commitments or potential commitments that may impact assets,
lines of credit or otherwise affect agency's ability to fulfill this RFP? Yes No
If yes, please explain:
Responder attests, under penalty of perjury, that all information provided herein is complete and
accurate. Responder agrees to provide to County other information the County may request as
necessary for an accurate determination of responder's qualifications to perform proposed
services.
Name & Title:
Signature: Date:
Executive Director (or equivalent)
Name & Title:
Signature: Date:
Board President (or equivalent)
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 20 of 27 Final RFP
General Conditions of County Contract
1. Compliance with Law. Contractor is subject to and must comply with all applicable
federal, state, and local laws and regulations with respect to its performance under this
Contract, including but not limited to, licensing, employment, and purchasing practices; and
wages, hours, and conditions of employment, including nondiscrimination.
2. Inspection. Contractor's performance, place of business, and records pertaining to this
Contract are subject to monitoring, inspection, review and audit by authorized
representatives of the County, the State of California, and the United States Government.
3. Records. Contractor must keep and make available for inspection and copying by
authorized representatives of the County, the State of California, and the United States
Government, the Contractor's regular business records and such additional records
pertaining to this Contract as may be required by the County.
a. Retention of Records. Contractor must retain all documents pertaining to this Contract
for five years from the date of submission of Contractor's final payment demand or final
Cost Report; for any further period that is required by law; and until all federal/state
audits are complete and exceptions resolved for this Contract's funding period. Upon
request, Contractor must make these records available to authorized representatives of
the County, the State of California, and the United States Government.
b. Access to Books and Records of Contractor, Subcontractor. Pursuant to Section
1861(v)(1) of the Social Security Act, and any regulations promulgated thereunder,
Contractor must, upon written request and until the expiration of five years after the
furnishing of services pursuant to this Contract, make available to the County, the
Secretary of Health and Human Services, or the Comptroller General, or any of their
duly authorized representatives, this Contract and books, documents, and records of
Contractor necessary to certify the nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a subcontract
with a value or cost of $10,000 or more over a twelve-month period, such subcontract
must contain a clause to the effect that upon written request and until the expiration of
five years after the furnishing of services pursuant to such subcontract, the subcontractor
must make available to the County, the Secretary, the Comptroller General, or any of
their duly authorized representatives, the subcontract and books, documents, and records
of the subcontractor necessary to verify the nature and extent of all costs and charges
thereunder.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 21 of 27 Final RFP
This provision is in addition to any and all other terms regarding the maintenance or
retention of records under this Contract and is binding on the heirs, successors, assigns
and representatives of Contractor.
4. Reporting Requirements. Pursuant to Government Code Section 7550, Contractor must
include in all documents and written reports completed and submitted to County in
accordance with this Contract, a separate section listing the numbers and dollar amounts of
all contracts and subcontracts relating to the preparation of each such document or written
report. This section applies only if the Payment Limit of this Contract exceeds $5,000.
5. Termination and Cancellation.
a. Written Notice. This Contract may be terminated by either party, in its sole discretion,
upon thirty-day advance written notice thereof to the other, and may be cancelled
immediately by written mutual consent.
b. Failure to Perform. County, upon written notice to Contractor, may immediately
terminate this Contract should Contractor fail to perform properly any of its obligations
hereunder. In the event of such termination, County may proceed with the work in any
reasonable manner it chooses. The cost to County of completing Contractor's
performance will be deducted from any sum due Contractor under this Contract, without
prejudice to County's rights to recover damages.
c. Cessation of Funding. Notwithstanding any contrary language in Paragraphs 5 and 11,
in the event that federal, state, or other non-County funding for this Contract ceases, this
Contract is terminated without notice.
6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the
parties. Except as expressly provided herein, no other understanding, oral or otherwise,
regarding the subject matter of this Contract will be deemed to exist or to bind any of the
parties hereto.
7. Further Specifications for Operating Procedures. Detailed specifications of operating
procedures and budgets required by this Contract, including but not limited to, monitoring,
evaluating, auditing, billing, or regulatory changes, may be clarified in a written letter
signed by Contractor and the department head, or designee, of the county department on
whose behalf this Contract is made. No written clarification prepared pursuant to this
Section will operate as an amendment to, or be considered to be a part of, this Contract.
8. Modifications and Amendments.
a. General Amendments. In the event that the total Payment Limit of this Contract is less
than $100,000 and this Contract was executed by the County’s Purchasing Agent, this
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 22 of 27 Final RFP
Contract may be modified or amended by a written document executed by Contractor
and the County’s Purchasing Agent or the Contra Costa County Board of Supervisors,
subject to any required state or federal approval. In the event that the total Payment
Limit of this Contract exceeds $100,000 or this Contract was initially approved by the
Board of Supervisors, this Contract may be modified or amended only by a written
document executed by Contractor and the Contra Costa County Board of Supervisors or,
after Board approval, by its designee, subject to any required state or federal approval.
b. Minor Amendments. The Payment Provisions and the Service Plan may be amended
by a written administrative amendment executed by Contractor and the County Ad-
ministrator (or designee), subject to any required state or federal approval, provided that
such administrative amendment may not increase the Payment Limit of this Contract or
reduce the services Contractor is obligated to provide pursuant to this Contract.
9. Disputes. Disagreements between County and Contractor concerning the meaning,
requirements, or performance of this Contract shall be subject to final written determination
by the head of the county department for which this Contract is made, or his designee, or in
accordance with the applicable procedures (if any) required by the state or federal
government.
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and is governed by, and must be
construed in accordance with, the laws of the State of California.
b. Any action relating to this Contract must be instituted and prosecuted in the courts of
Contra Costa County, State of California.
11. Conformance with Federal and State Regulations and Laws. Should federal or state
regulations or laws touching upon the subject of this Contract be adopted or revised during
the term hereof, this Contract will be deemed amended to assure conformance with such
federal or state requirements.
12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions,
inspections or approvals, or statements by any officer, agent or employee of County
indicating Contractor's performance or any part thereof complies with the requirements of
this Contract, or acceptance of the whole or any part of said performance, or payments
therefor, or any combination of these acts, do not relieve Contractor's obligation to fulfill
this Contract as prescribed; nor is the County thereby prevented from bringing any actio n
for damages or enforcement arising from any failure to comply with any of the terms and
conditions of this Contract.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 23 of 27 Final RFP
13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and
representatives of Contractor. Prior written consent of the County Administrator or his
designee, subject to any required state or federal approval, is required before the Contractor
may enter into subcontracts for any work contemplated under this Contract, or before the
Contractor may assign this Contract or monies due or to become due, by operation of law or
otherwise.
14. Independent Contractor Status. The parties intend that Contractor, in performing the
services specified herein, is acting as an independent contractor and that Contractor will
control the work and the manner in which it is performed. This Contract is not to be
construed to create the relationship between the parties of agent, servant, employee,
partnership, joint venture, or association. Contractor is not a County employee. This
Contract does not give Contractor any right to participate in any pension plan, workers’
compensation plan, insurance, bonus, or similar benefits County provides to its employees.
In the event that County exercises its right to terminate this Contract, Contractor expressly
agrees that it will have no recourse or right of appeal under any rules, regulations,
ordinances, or laws applicable to employees.
15. Conflicts of Interest. Contractor covenants that it presently has no interest and that it will
not acquire any interest, direct or indirect, that represents a financial conflict of interest
under state law or that would otherwise conflict in any manner or degree with the
performance of its services hereunder. Contractor further covenants that in the performance
of this Contract, no person having any such interests will be employed by Contractor. If
requested to do so by County, Contractor will complete a “Statement of Economic Interest”
form and file it with County and will require any other person doing work under this
Contract to complete a “Statement of Economic Interest” form and file it with County.
Contractor covenants that Contractor, its employees and officials, are not now employed by
County and have not been so employed by County within twelve months immediately
preceding this Contract; or, if so employed, did not then and do not now occupy a position
that would create a conflict of interest under Government Code section 1090. In addition to
any indemnity provided by Contractor in this Contract, Contractor will indemnify, defend,
and hold the County harmless from any and all claims, investigations, liabilities, or damages
resulting from or related to any and all alleged conflicts of interest. Contractor warrants that
it has not provided, attempted to provide, or offered to provide any money, gift, gratuity,
thing of value, or compensation of any kind to obtain this Contract.
16. Confidentiality. To the extent allowed under the California Public Records Act, Contractor
agrees to comply and to require its officers, partners, associates, agents and employees to
comply with all applicable state or federal statutes or regulations respecting confidentiality,
including but not limited to, the identity of persons served under this Contract, their records,
or services provided them, and assures that no person will publish or disclose or permit or
cause to be published or disclosed, any list of persons receiving services, except as may be
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 24 of 27 Final RFP
required in the administration of such service. Contractor agrees to inform all employees,
agents and partners of the above provisions, and that any person knowingly and
intentionally disclosing such information other than as authorized by law may be guilty of a
misdemeanor.
17. Nondiscriminatory Services. Contractor agrees that all goods and services under this
Contract will be available to all qualified persons regardless of age, gender, race, religion,
color, national origin, ethnic background, disability, or sexual orientation, and that none will
be used, in whole or in part, for religious worship.
18. Indemnification. Contractor will defend, indemnify, save, and hold harmless County and
its officers and employees from any and all claims, demands, losses, costs, expenses, and
liabilities for any damages, fines, sickness, death, or injury to person(s) or property,
including any and all administrative fines, penalties or costs imposed as a result of an
administrative or quasi-judicial proceeding, arising directly or indirectly from or connected
with the services provided hereunder that are caused, or claimed or alleged to be caused, in
whole or in part, by the negligence or willful misconduct of Contractor, its officers,
employees, agents, contractors, subcontractors, or any persons under its direction or control.
If requested by County, Contractor will defend any such suits at its sole cost and expense. If
County elects to provide its own defense, Contractor will reimburse County for any
expenditures, including reasonable attorney’s fees and costs. Contractor’s obligations under
this section exist regardless of concurrent negligence or willful misconduct on the part of the
County or any other person; provided, however, that Contractor is not required to indemnify
County for the proportion of liability a court determines is attributable to the sole negligence
or willful misconduct of the County, its officers and employees. This provision will survive
the expiration or termination of this Contract.
19. Insurance. During the entire term of this Contract and any extension or modification
thereof, Contractor shall keep in effect insurance policies meeting the following insurance
requirements unless otherwise expressed in the Special Conditions:
a. Commercial General Liability Insurance. For all contracts where the total payment
limit of the contract is $500,000 or less, Contractor will provide commercial general
liability insurance, including coverage for business losses and for owned and non-owned
automobiles, with a minimum combined single limit coverage of $500,000 for all
damages, including consequential damages, due to bodily injury, sickness or disease, or
death to any person or damage to or destruction of property, including the loss of use
thereof, arising from each occurrence. Such insurance must be endorsed to include
County and its officers and employees as additional insureds as to all services performed
by Contractor under this Contract. Said policies must constitute primary insurance as to
County, the state and federal governments, and their officers, agents, and employees, so
that other insurance policies held by them or their self-insurance program(s) will not be
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 25 of 27 Final RFP
required to contribute to any loss covered under Contractor’s insurance policy or
policies. Contractor must provide County with a copy of the endorsement making the
County an additional insured on all commercial general liability policies as required
herein no later than the effective date of this Contract. For all contracts where the total
payment limit is greater than $500,000, the aforementioned insurance coverage to be
provided by Contractor must have a minimum combined single limit coverage of
$1,000,000.
b. Workers' Compensation. Contractor must provide workers' compensation insurance
coverage for its employees.
c. Certificate of Insurance. The Contractor must provide County with (a) certificate(s) of
insurance evidencing liability and worker's compensation insurance as required herein
no later than the effective date of this Contract. If Contractor should renew the
insurance policy(ies) or acquire either a new insurance policy(ies) or amend the
coverage afforded through an endorsement to the policy at any time during the term of
this Contract, then Contractor must provide (a) current certificate(s) of insurance.
d. Additional Insurance Provisions. No later than five days after Contractor’s receipt of:
(i) a notice of cancellation, a notice of an intention to cancel, or a notice of a lapse in any
of Contractor’s insurance coverage required by this Contract; or (ii) a notice of a
material change to Contractor’s insurance coverage required by this Contract, Contractor
will provide Department a copy of such notice of cancellation, notice of intention to
cancel, notice of lapse of coverage, or notice of material change. Contractor’s failure to
provide Department the notice as required by the preceding sentence is a default under
this Contract
20. Notices. All notices provided for by this Contract must be in writing and may be delivered
by deposit in the United States mail, postage prepaid. Notices to County must be addressed
to the head of the county department for which this Contract is made. Notices to Contractor
must be addressed to the Contractor's address designated herein. The effective date of
notice is the date of deposit in the mails or of other delivery, except that the effective date of
notice to County is the date of receipt by the head of the county department for which this
Contract is made.
21. Primacy of General Conditions. In the event of a conflict between the General Conditions
and the Special Conditions, the General Conditions govern unless the Special Conditions or
Service Plan expressly provide otherwise.
22. Nonrenewal. Contractor understands and agrees that there is no representation, implication,
or understanding that the services provided by Contractor under this Contract will be
purchased by County under a new contract following expiration or termination of this
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 26 of 27 Final RFP
Contract, and Contractor waives all rights or claims to notice or hearing respecting any
failure to continue purchasing all or any such services from Contractor.
23. Possessory Interest. If this Contract results in Contractor having possession of, claim or
right to the possession of land or improvements, but does not vest ownership of the land or
improvements in the same person, or if this Contract results in the placement of taxable
improvements on tax exempt land (Revenue & Taxation Code Section 107), such interest or
improvements may represent a possessory interest subject to property tax, and Contractor
may be subject to the payment of property taxes levied on such interest. Contractor agrees
that this provision complies with the notice requirements of Revenue & Taxation Code
Section 107.6, and waives all rights to further notice or to damages under that or any
comparable statute.
24. No Third-Party Beneficiaries. Nothing in this Contract may be construed to create, and
the parties do not intend to create, any rights in third parties.
25. Copyrights, Rights in Data, and Works Made for Hire. Contractor will not publish or
transfer any materials produced or resulting from activities supported by this Contract
without the express written consent of the County Administrator. All reports, original
drawings, graphics, plans, studies and other data and documents, in whatever form or
format, assembled or prepared by Contactor or Contractor’s subcontractors, consultants, and
other agents in connection with this Contract are “works made for hire” (as defined in the
Copyright Act, 17 U.S.C. Section 101 et seq., as amended) for County, and Contractor
unconditionally and irrevocably transfers and assigns to Agency all right, title, and interest,
including all copyrights and other intellectual property rights, in or to the works made for
hire. Unless required by law, Contractor shall not publish, transfer, discuss, or disclose any
of the above-described works made for hire or any information gathered, discovered, or
generated in any way through this Agreement, without County’s prior express written
consent. If any of the works made for hire is subject to copyright protection, County
reserves the right to copyright such works and Contractor agrees not to copyright such
works. If any works made for hire are copyrighted, County reserves a royalty-free,
irrevocable license to reproduce, publish, and use the works made for hire, in whole or in
part, without restriction or limitation, and to authorize others to do so.
26. Endorsements. In its capacity as a contractor with Contra Costa County, Contractor will
not publicly endorse or oppose the use of any particular brand name or commercial product
without the prior written approval of the Board of Supervisors. In its County-contractor
capacity, Contractor will not publicly attribute qualities or lack of qualities to a particular
brand name or commercial product in the absence of a well-established and widely accepted
scientific basis for such claims or without the prior written approval of the Board of
Supervisors. In its County-contractor capacity, Contractor will not participate or appear in
any commercially produced advertisements designed to promote a particular brand name or
commercial product, even if Contractor is not publicly endorsing a product, as long as the
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/13/15 Page 27 of 27 Final RFP
Contractor's presence in the advertisement can reasonably be interpreted as an endorsement
of the product by or on behalf of Contra Costa County. Notwithstanding the foregoing,
Contractor may express its views on products to other contractors, the Board of Supervisors,
County officers, or others who may be authorized by the Board of Supervisors or by law to
receive such views.
27. Required Audit. (A) If Contractor is funded by $500,000 or more in federal grant funds in
any fiscal year from any source, Contractor must provide to County, at Contractor's expense,
an audit conforming to the requirements set forth in the most current version of Office of
Management and Budget Circular A-133. (B) If Contractor is funded by less than $500,000
in federal grant funds in any fiscal year from any source, but such grant imposes specific
audit requirements, Contractor must provide County with an audit conforming to those
requirements. (C) If Contractor is funded by less than $500,000 in federal grant funds in
any fiscal year from any source, Contractor is exempt from federal audit requirements for
that year; however, Contractor's records must be available for and an audit may be required
by, appropriate officials of the federal awarding agency, the General Accounting Office
(GAO), the pass-through entity and/or the County. If any such audit is required, Contractor
must provide County with such audit. With respect to the audits specified in (A), (B) and
(C) above, Contractor is solely responsible for arranging for the conduct of the audit, and for
its cost. County may withhold the estimated cost of the audit or 10 percent of the contract
amount, whichever is greater, or the final payment, from Contractor until County receives
the audit from Contractor.
28. Authorization. Contractor, or the representative(s) signing this Contract on behalf of
Contractor, represents and warrants that it has full power and authority to enter into this
Contract and to perform the obligations set forth herein.
29. No Implied Waiver. The waiver by County of any breach of any term or provision of this
Contract will not be deemed to be a waiver of such term or provision or of any subsequent
breach of the same or any other term or provision contained herein.
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
Addendum: Questions and Answers
1. We're interested in applying for the Community Recidivism Reduction Grant and
wanted to inquire whether we can provide services within Juvenile Hall under the RFP
guidelines.
We would propose to serve transitional youth within juvenile detention centers who are
about to exit the system with readiness skills as well as serve youth about to re-enter the
system. These transitional services would take part exclusively within the juvenile
justice transitions center versus the community at-large. Would we still be eligible to
apply?
Answer: In terms of providing services to individuals preparing to exit Juvenile Hall, that
would be an appropriate use of the funds. In regards to transition centers, however, such a
proposal wouldn’t work for Contra Costa because our juvenile system doesn’t include this
component. Traditionally, we would have the youth in custody, and if there was a transition
period needed between full custody and release back to the home we would use electronic
monitoring for a transition period of around 90 days or so. Thus if their proposal would
focus on use at a transitional center it wouldn’t likely be appropriate for our County.
2. If our agency's 2014 audit is not complete in time to attach it to the application, may we
include the 2013 audit and forward the 2014 as soon as it is complete (it is in process).
Answer: Yes.
3. Prospective applicants asked whether they can get a grant and also be a subcontractor for
another organization that gets a grant. Will the cap come into play for subcontractors of
orgs that get grants so they can't be awarded other grants as the primary applicant?
Answer: Cap of $50k to provider. So either as prime or sub-contractor, that is their cap.
4. I am writing to inquire whether you have the From #1 Cover Statement and Form #2
Responder’s Statement of Qualifications as Word documents. This would allow us to
type directly into the forms.
Answer: Yes. (Word documents sent.)
5. It is not clear from the grant announcement whether sex offenders who are released on
Post Release Community Supervision (a population to whom we provide services in
Contra
Costa
County
Attachment A--RFP for CRRG
REQUEST FOR PROPOSALS (RFP) #1503-125
Community Recidivism Reduction Grant
3/30/15 Page 2 of 2 Final RFP
other counties) would be included in the population to be served – and whether there
would be a sufficient number of such individuals – particularly in the east county area -
that they would be seen as any sort of priority population.
Answer: As you can see in the RFP, the population to be served is defined quite broadly:
“persons who have been released from state prison, a county jail, or a juvenile detention
facility, who are under the supervision of a parole or probation department, or any other
person at risk of becoming involved in criminal activities.” Based on this definition, an
organization who wishes to provide services to anyone on PRCS would be welcome to
apply. Active PRCS cases, in East County. On PRCS for a Sexual related charge : 1 Not on
PRCS for a sex charge, but is a registered sex offender : 1
6. I work for a local nonprofit with a budget of approximately $350,000 per year. Is there
any potential waiver of audited financials available for a smaller organization (with
significant experience working with juvenile populations and recidivism) to apply? We
could provide financial statements but our organizational budget is under the
requirements to submit audited financials for most foundations proposals. Please let me
know if we are ineligible or if there is any alternate fiscal documentation we might
supply with our application that might fit the guidelines.
Answer: With prior RFPs that contained the audit requirement, we have allowed that if the
organization did not have an audit, the proposer was required to submit the most recent
unaudited financial statements, a brief statement of reasons for not ever having conducted an
independent audit, and a certification from the Chair of the Board of Directors, Executive
Director, and the agency accountant that the information accurately reflects the agency’s
current financial status.
7. Is there a mandatory meeting before applying? I maybe missing it but I don't see it.
Answer: No, there is no mandatory meeting or bidders’ conference.
Attachment A--RFP for CRRG