Loading...
HomeMy WebLinkAboutMINUTES - 05181999 - C113 FHS #1 TO: BOARD OF SUPERVISORS � -_ ;� CONTRA Collk�� COSTA FROM: Familyand Human Services Committee ,t ; COUNTY DATE: May 18a '1999 SUBJECT: Child Care Affordability Fund SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION REC!DMMENDATION(S . ACCEPT the report of the Family and Human Services Committee on disbursement of Child Care Affordability Funds for FY 99-00. BACKGROUISID/REASONS FOR RECOMMENDATIONS: Can May 10, 1999, the Family and Human Services Committee reviewed the attached report from John Cullen, Social Service Director, and Mary Kay Miller, Family and Children's Trust Committee (FACT) staff, on the Child Care Affordability Fund. Ms. Miller reported that FACT is recommending projects that meet the two priorities approved by the Family and Human Services Committee and the Board of Supervisors: child care for low income at-risk families not eligible under CalWORKs and planning for the development of subsidized center-based child care in family oriented multi-service settings. FACT is recommending approval of two contracts in each priority area: $163,135 to the Contra Costa Child Care Council and $46,865 to the Pittsburg Preschool Coordinating Council for child care subsidies. Two planning grants of$40,090 each would be given to support collaborative proposals for planning in the North Richmond, Bay Point and Monument Corridor areas. CONTINUED ON ATTACHMENT: YES SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR—RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER { 14 SIGNATURE(S): MARIA CIESAULNIER GAYLE B. UILKEMA ACTION OF BOARD ON ray s APPROVED AS RECOMMENDS OTHER VOTE OF SUPERVISORS X UNANIMOUS(ABSENT – I HEREBY CERTIFY THAT THIS IS A – -- ) TRUE AND CORRECT COPY OF AN AYES: NOES: — ACTION TAKEN AND ENTERED ABSENT:® ABSTAIN: ON MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE SHOWN. Contact:Sara Hoffman,335-7090 ATTESTED May 18 999 PHIL BATCHELOR,CLERK OF THE ARD OF SUPERVISORS cc: GAO 9 AN O TY ADMF,' TOR john Cullen,Social Service Mary Kay Miller,Social Service BY4114144110xii-Vt,l ,DEPUTY FACT(via Social Service) FHS #1 BAMRQUND/REASONS FOR RECOMMENDATIONS (cdnt'd)e Supervisor Gayle Uilkema expressed her support for the recommendations, but questioned how the County could expand its inventory of child care facilities. Ms. Miller responded that facilities' development was obviously important, but they also need a greater array of child care alternatives. Both Kathy Lafferty and Kate Ertz-Berger concurred with the complexity of the issue around child care capacity. Ms. Lafferty reported that her agency is involved in a $1.4 million construction project; however, not all of the funds are secured. She noted that many foundations do not give grants for capital. Ms. Ertz-Berger reported that, for subsidized child care, often is it necessary to first get the capital funds in order to receive operational grants, while the operational grants are dependent upon capital financing. This puts agencies in a catch-22 situation. Ms. Lafferty also suggested that a revolving trust fund for capital projects would be very helpful. Supervisor Uilkema concurred with the need for focusing on subsidized child care, but stated that she is hearing most loudly from the Lamorinda area and that non-subsidized child care sites are needed as well. Ms. Ertz Berger suggested applying the incubator concept to child care centers, similar to what is being done in Concord for high tech businesses and through the Economic Partnership. Supervisor Uilkema expressed interest in this proposal. Ms. Miller suggested that FACT could look at the concept as a possible funding priority for the next year. After further discussion, it was agreed that the Family and Human Services Committee would recommend that the four contracts be approved separately by the Board of Supervisors. 2 c� CONTRA COSTA COUNTY Social Service Department �a 1s I� - �w John Cullen, Director TO: The Family and Human Services Committee DATE: May 5, 1999 FROM: John Cullen �. Mary Kay Miller (FA Staff)` th SUBJECT: Child Care Affordability Fund (Referral #1) Recommendation The Director of Social Services recommends that the Family and Hunan Services Committee accepts this report and recommendation from the Family and Children's Trust Committee (FACT) for disbursement of the Child Care Affordability Funds for FY 99-00 and authorizes a Board Order to that effect (four contracts as discussed below) be placed on the full Board's Agenda in early .Tune. Background On February 25, 1997, the Bard of Supervisors approved a report from the 1996-97 Family and Human Services Committee which requested the Family and Children's Trust Committee to establish priorities for the expenditure of the Child Care Affordability funds and to utilize a process similar to that used in recommending expenditures from the Family and Children's Trust in order to recommend Child Care Affordability fund disbursements. On June 23, 1998 the Board of Supervisors approved FACT's recommendation that three contracts be awarded for FY 98-99: (1) $125,000 to the Contra Costa Child Care Council for child care subsidies to low-income families not eligible for CalWORKs child care; (2) $75,000 to the Social Service Department's Alternative Payment Program for child care subsidies to foster parents of At-Risk CPS families; and (3) $50,000 to the Pittsburg Pre-School Coordinating Council for subsidized therapeutic 'infant/toddler child care. Page 1 of 3 ADMINISTRATIVE OFFICE: 40 Douglas Drive Martinez • CA • 94553-4068 • Voice (925) 313-1500 • FAX (9251 313-1575 On February 15, 1999, Kathy Taber, Chairperson of FACT presented the Family and Human Services Committee with recommendations on the priorities for award of the FY 99-00 Child Care Affordability Funds. The following priorities and the process for requesting proposals were approved by your Committee: (1) Child care subsidies for low-income, at-risk families not eligible for child care under CaIWORKs; and (2) Up to $40,000 for a planning grant for the development of Family Resource Centers in high need/low resource areas of the County that would integrate child care with other support services for families at a single site, (FACT also set aside additional monies from the Family and Children's Trust fund to support two more Family Resource Centers). (see Attachment 1) FY 1999 - 2000 RF1 Process and FACT Recommendations The Department of Social Services issued a Request for Interest (see Attachment 2) soliciting proposals from qualified agencies and programs. Two proposals for administering child care subsidies for low-income families not eligible for CalWORKs child care were submitted and FACT is recommending that each of them be funded at the following amounts: (1) $163,135 to the Contra Costa Child Care Council for child care subsidies to low-income, at risk families in Contra Costa County not eligible for CalWORKs child care; and (2) $46,865 to the Pittsburg Pre-School Coordinating Council for infant/toddler therapeutic child care for low-income, at risk families not eligible for CalWORKs child care in East County Additionally, two proposals were submitted for $40,000 planning grants to develop Family Resource Centers 'integrating subsidized center-based child care in family-oriented, multi- service settings. The FACT Committee is also recommending both of these programs be funded as follows: (1) $40,000 to the Family Wellness Center/Contra Costa Office of Education/Opportunity West to develop a Community Challenge Family Resource Center in North Richmond; and (2) $40,000 to the Center for Human Development/Monument Corridor and Bay Point Community Projects to establish Family Resource Centers in Bay Point and the Monument Corridor areas. Page 2 of 3 The Child Care Affordability fund will support one of these planning grants and the Family and Children's Trust fund will support the other. All of the proposals received were reviewed and rated by FACT Committee Members, and by the Fiscal Office of the Social Service Department for their adherence to RFP[RFI requirements, relevance of prior experience, fiscal accountability and overall management/administrative capability. The FACT Committee is pleased to be able to recommend funding for all four of these worthwhile projects which will support low-income families' needs for child care and also pilot a strategy of integrating child care with other support services in multi-service Family Resource Centers and hopes the Family and Human Service Committee concurs and forwards these recommendations to the full Board for approval. Page 3 of 3 ATTACHMENT 1 Request for Interest for Administration of Child Care Subsidies For Low Income, At Disk Families Title: Child Care Affordability Funds Child Care Subsidies Administration Funding: Approximately $210,000 from the Child Care Affordability Fund is available to enhance child care subsidy funds for low income, at riskfamilies not currently eligible for CalWORKs. Contract(s) for administration and distribution of subsidies to eligible recipient families will be awarded to qualified agency(ies) through an RFl process. Funding is for one year only, beginning July 1, 1990, and ending June 30, 2000. Applications will be reviewed and selected by the Family and Children's Trust Committee. Contract recommndations will be made to the County Board of Supervisors. Purpose: To increase the availability of child care subsidies for low income, at-risk families not currently eligible for childcare under Ca1WORKs, especially those referred by CPS and other health and social services agencies. Where possible, priority shall be given to families transitioning off CaIWORKs. Low income is defined as having a monthly income at or below 84% of the state median income adjusted for family size. Application Requirements: 1. Public or private, not-for-profit agencies or organizations are eligible. 2. Organizational qualifications must include all of the following: a. Current or past experience administering subsidies for child care services b. Experience with eligibility screening for clients and providers c. Extensive knowledge of child care resources and availability in Contra Costa County d. Systems or skills to identify at-risk families Document Submission Requirements: If interested please submit the following to: FACT, Social Service Department, Attention: Mary Kay Miller, 40 Douglas Drive, Martinez, CA 94553, not later than 12 noon, March 11, 1999. 1 A. A detailed plan that fully explains how the proposer intends to operate this program, including the following: 1. How will eligibility of families and providers be determined? 2. How will "at risk" families be identified? 3. How will geographic distribution of funds be assured? 4. How will the quality of child care be monitored? 5. Based on the amount of funds requested, how many families will be able to be served? Indicate how this figure was calculated and the varying rates for infant, toddler, school-age children as well as center-based, family day care and/or exempt providers. (3 pages maximum) B. A proposed line item budget with narrative justification. C. Evidence of experience including current or past administration of child care subsidies and staff qualifications. D. Audited financial statement, annual operating budget and proof of 501c3. Restrictions Administrative overhead, including staff, shall not exceed 20% of grant amount. Not less than 80% of total grant shall be allocated for child care subsidies. Administering agency should develop a plan whereby subsidies are paid directly to the child care provider of the eligible recipient. Collaborative applications are acceptable. Requests for full award must describe how geographic distribution will be assured. The existing sliding family fee schedule and reimbursement ceiling which is being used by federally and state-funded subsidized child care programs will constitute the reimbursement standard. Subsidies may not be paid for child care where religious instructinor worship occurs during child care provision. Application Selection: Application materials will be reviewed by representatives of the' Social Services Department, Contracts Unit, and reviewed and selected by the Family and Children's Trust Committee. Selection for contract negotiation will be based on demonstrated experience with similar projects, clarity of proposed plan and cost-effectiveness of services. 2 Timeline: Request for interest Distributed............................................................FebruarylO, 1999 Deadline for Submission of Letter of Interest..............................5pm, March 11, 1999 FACT Committee Selection..............................................................April 14, 1999 Contracts Submitted to Board of Supervisors...........................................June, 1999 Initiation of Contract....................................................................--july 1, 1999 ATTACHMENT 2 Contra Costa County Family And Children ' s Trust Fund Request For Proposal (RFP) No. 1062 For Ann Adler Family And Children's Trust Fund, AB 1733, AB 2994, And Community-Based Family Resource Funds For Family And Children's Services And Child Care Affordability Funds Application Due: Tuesday, March 23, 1999 {5 :00 P. M .} REQUEST FOR PROPOSAL (RFP} NO. 1052 FOR ANN ADLER FAMILY AND CHILDREN'S TRUST FUND, AB 1733, AB 2994 AND COMMUNITY-BASED FAMILY RESOURCE FUNDS FOR FAMILY AND CHILDREN'S SERVICES AND CHILD CARE AFFORDABILITY FUNDS DATE OF NOTICE ® February, 1999 The Contra Costa County Social Service Department (SSD) announces Request for Proposal (RFP) No. 1052 to private, non-profit agencies for services contracted to the Department under the auspices of the Family and Children's Trust Committee (FACT). The FACT Committee, composed of community volunteers appointed by the Board of Supervisors, is charged with establishing priorities for funding, seeking and reviewing proposals, and recommending successful bidders to the Board of Supervisors for approval. The County Social Service Department has the responsibility for administering this Request for Proposal and the related contracting and fiscal policies and procedures. The total amount of funds available for awards for the period July 1959 through June 2000 is estimated to be at least $500,000.00. These funds derive from contributions to the County's Family and Children's Trust Fund in memory of Ann Adler, dedicated child advocate; AB 1733 (State Office of Child Abuse Prevention funds); AB 2994 (Birth Certificate funds); Community-Based Family Resource Funds and the Child Care Affordability Fund. The largest share of these monies are allocated for the support of prevention and intervention services to abused and neglected children or to children at-risk of abuse and neglect, and their families. The maximum award for any one prevention or intervention services project to a single agency shall not exceed $50,000.00 for the contract year. Up to three planning grants are available with a maximum award possible of$40,000 to any single group. Contract extensions of one year may be granted depending on the availability of funds, compliance with requirements, provision of quality services and the achievement of successful outcomes. Joint proposals from two or more agencies which promote collaboration and cooperation among providers serving the same clients are strongly encouraged. While there is no stated limit to the amount awarded for a collaborative proposal, we would anticipate that some cost savings would accrue through agency collaboration. The total amount will be determined by the number of agencies involved and their relative level of participation. Planning grants require collaboration and are limited to $40,000 each. To be eligible to bid on this RFP, an applicant must be a private non-profit agency tax exempt under IRS ruling 501(c)(3). Other public entities may respond to this RFP but only in association with a 501(c)(3) organization that will serve as the lead agency and assume responsibility for the contract and the delivery of specified services. 2 Although no eligible proposal will be rejected at the outset, significant priority will be _-- given to proposals from agencies incorporated in Contra Costa County whose majority of clients, directors and volunteers reside in the County. Successful bidders are expected to enter into a standard Contra Costa County Purchase of Service contract for the period July 1, '1999, through June 30, 2000. Contractors may receive an extension through June 30, 2001. however, the subsequent effective date of the renewed contract and the funding amount is dependent upon the availability of funds at the time the extension is to go into effect. This RFP includes a schedule for application procedures and deadlines, describes the services required, provides instructions and forms for the preparation and submittal of the proposal, outlines the review process and contains administrative and program information useful to prospective bidders. The RFP consists of Sections A through H. Review all RFP sections prior to submitting your proposal package: Section A: Strategies To Be Funded.......................................................5 Section B: RFP Requirements For Bidders...............................................8 Section C: Application Instructions and Proposal (outline...........................'11 Section D: Budget Information..............................................................18 Section E: Required Submission Forms..................................................22 Section F: Proposal Review and Selection..............................................29 Section G: Monitoring And Evaluation Of Contract Services........................32 Section H: County Contract Specifications and General Conditions..............33 Address all correspondence and submit the completed proposal to: Contra Costa County Social Service Department Contracts Administrator: ATTN: RFP No. 1052 40 Douglas Drive Martinez, CA 94553 Proposals must be received at the above address no later than 5:00 P.M. on Tuesday, March 23, 1999. Proposal received via mail or hand delivery after 5:00 P.M. on March 23, 9999, will not be considered. Faxed proposals will not be accepted. A mandatory bidder's conference has been scheduled for Monday, February 22, 9999, at 90:00 a.m., 50 Douglas strive, Martinez, Second Floor Conference Room, to provide further clarification on this RFP and answer questions by prospective bidders. Any agency wishing to respond to this RFP must have a representative attend this meeting. 3 APPLICATION SCHEDULE 1. RFP mailed: February 90, 1999 2. Mandatory Bidder's Conference: 10 a.m. - 12 Noon, Monday, February 22, 1999 50 Douglas Drive, Martinez, Second Floor Conference Room (Sequoia) 3. Proposal Submission Deadline: 5:00 P.M., Tuesday, March 23, 1999 No proposals will be accepted after this date and time. 4. Proposal Review and Funding Recommendations FACT, 1 p.m. -7 p.m., Monday, April 19, '1999 40 Douglas Drive, Martinez Conference Boom 101-102 5. Bidders receive notification of FACT Recommendations: Tuesday, April 20, 1999 6. Deadline to Submit Appeal Letters: 5:00 P.M., Tuesday, May 4, 9999 7. FACT Submits Funding Recommendations to guard of Supervisors: Mid-May 8. Approval by Board of Supervisors: Not later than dune 15. 4 RFP SECTION A STRATEGIES T4 BE FUNDED 1. Background Contra Costa County Department of Social Services is seeking applications from qualified nonprofit agencies to develop and provide intervention and prevention services to abused and neglected children, or to children at risk of abuse or neglect and their families, and, to encourage development of neighborhood-based family resources. Through the support of prevention and intervention programs in the community, the County seeks to protect children, stabilize families, break the generational cycle of violence and promote and maintain more healthy and productive family and community environments. The FACT Committee, created by the Board of Supervisors in 1985, is responsible for. • identifying priority service needs, • developing and distributing Requests for Proposal, • reviewing and rating submitted proposals, and • recommending to the Social Services Director and the Board of Supervisors the award of contracts for family and children's services, including the level of funding for each contract. Throughout the next funding cycle, the Family and Children's Trust will make targeted investments to improve the systems and services for abused and neglected children and their families and to support and develop services to prevent child abuse and neglect in Contra Costa County. The largest share of these investments will be granted in a request for proposal process targeting two strategies and focusing on several priority areas detailed below. Concurrent with this request for proposal, an additional RFI will be issued to qualified agencies to administer the provision of child care subsidies to low income, at-risk families not eligible for childcare subsidies under CaIWORKs. As additional funds become available, other investments, including, but not limited to, enhancement of existing programs, will be made during this period based on specific needs and opportunities identified by the FACT Committee. Strategies and priorities for funding were identified through a needs assessment process conducted by the FACT Committee which included a mailed survey, public comment, interviews of key informants and a review of current needs assessment data and literature. The following strategies and services are determined to be of the highest priority and greatest degree of potential success in preventing and ameliorating child abuse and neglect in Contra Costa County and are being requested through RFP No. 1052. 5 2.1. Component One: Child Abuse Prevention and Intervention Services • Crisis intervention and case management to support abused, neglected and/or homeless children. • Support programs for pregnant and/or parenting teens. • Perinatal and postnatal (0-3) home visiting programs focused on family support, resource and referral, early child development and parenting education and mentoring. • Parent education and public information programs focused on effective parenting skills, child development, child safety, and development of nurturing family environments. • Family support services and intervention programs where adverse family conditions, especially substance abuse, poverty and language barriers may contribute to child abuse and family dysfunction. 2.2. Component Two. Planner for Neighborhood-based Multi-service, Family Resource Centers • Strategic and site development plans for implementation of neighborhood-based, family resource centers. Plans should include coordinated family services, child care and other resources designed to improve family and community conditions and prevent child abuse and neglect. Preference will be given to collaborative planning groups (community-based organizations, faith groups, local business, public and private agencies, and community residents) from neighborhoods which are characterized by high levels of child poverty and other risk factors in the following areas of the County: Monument Corridor, Pittsburg, gay point, North Richmond, Richmond, San Pablo, and Rural Fast County. Planning Grant Year 1 {:objectives. During the one-year planning process, grantees will be expected to meet the following objectives: • develop a governance structure for the coalition/collaborative, including a process by which its leadership, process and community participation is defined and operationalized; • engage a broad cross-section of the neighborhood and provider community to produce a shared vision and well-articulated mission for the proposed center; 6 • produce a neighborhood/community assessment which allows comparison between the vision for the center and the current reality; • develop a strategic plan with goals, objectives, strategies, timelines and assessment that includes site identification and preliminary design, proposed on- site services and activities, service coordination plan, on-going governance and management (including continued involvement of community residents), and resource development and sustainability. In the case of proposals for either Component One or Component Two, additional consideration will be given to proposals which: a. Adopt a strong family-focused centered approach in the design and delivery of children's services. b. Demonstrate planning and coordination with other public and private agencies serving the same client population. C. Provide access to culturally appropriate, client-driven services relevant to individual communities, neighborhoods and specific ethnic populations. d. Systematically encourage client and community resident participation in planning, developing and assessing services. e. Demonstrate fresh approaches to program design, particularly in the delivery of parent and community education programs. f. Facilitate accessibility of services (location, transportation, hours of operation, availability of child care, etc.). g. Leverage FACT funds with funding from other sources. 7 RFP SECTION B RFP REQUIREMENTS AND INSTRUCTIONS FOR BIDDERS The bidder requirements in this section are mandatory. The County reserves the right to waive any nonmaterial variation. 1. All bidders shall submit one original proposal package and sixteen complete copies for each proposal, under sealed cover, by mail or hand-delivery to the address shown on the Request For Proposal (RFP #1052) Notice so as to be received no later than Tuesday, March 23, 1999, at 5:00 P.M.. Each submission must be marked on the outside with the Agency's name and the RFP No. 1052. Proposals received via mail or hand delivery later than 5:00 P.M. on Tuesday, March 23, 1999, will be unacceptable for consideration. Postmarks are not acceptable, nor are faxed submissions. An individual agency may apply under both Component One and Component Two of this RFP. However, proposals must be submitted separately. 2. Proposals and required attachments shall be submitted as specified and must be signed by officials authorized to bind the bidder to the provisions. All costs incurred in the preparation of a proposal will be the responsibility of the bidder and will not be reimbursed by the County. 3. A proposal may be withdrawn in person by a bidder's authorized representative prior to March 23, 1999, at 5:00 P.M., if the bidder provides appropriate identification and signs a receipt attesting to his/her receipt of the proposal. 4. A Mandatory RFP Conference for prospective bidders will be held on Monday, February 22, 1999 at 10:00 a.m. at 50 Douglas Drive, Martinez, in the Second Floor Conference Room, to answer questions about the RFP process. In order to submit a proposal, bidders must attend this Bidder's Conference. 5. The Social Services Department may issue an RFP amendment to make changes or corrections to specifications or provide additional data. Amendments will be sent to each bidder to whom the RFP has been furnished. The Department may extend the RFP submission date, if necessary, to allow bidders adequate time to consider such additional information and submit required data. 6. The RFP process may be canceled in writing by the Social Service Department prior to awards if the County Board of Supervisors determines that cancellation is in the best interest of the County. s 7. With respect to this Request for Proposal, the County reserves the right to reject any, some, or all bids and proposals. The County also reserves the right to negotiate separately in any manner to serve the best interests of the County. It is understood that all proposals will become a part of the official file on this matter without obligation to any bidder. 5. Proposals will be judged on the overall quality of content and .responsiveness to the purpose and specifications in this RFP. Proposals should be without expensive art work, unusual printing, or other materials not essential to the utility and clarity of the proposal. Evaluation criteria and weight factors are described in Section E. 9. A review panel consisting of all FACT Committee members will evaluate the proposals received. After that panel has made funding recommendations to the Social Service Department Director and the Board of Supervisors, bidders are notified of the decision in writing. Award of a contract by the Board of Supervisors will constitute acceptance of a proposal. 10. Only bidders who have submitted a proposal in accordance with RFP No. 1052 may appeal the RFP process. Any appeal must be submitted in writing to the address shown on the Request for Proposal (RFP) Notice, no later than 5:00 P.M. on Tuesday, May 4, 1999. Notification of the final decision on the appeal shall be mane in writing to the bidder. 11. Successful bidders will be requested to immediately begin contract negotiation activities with SSD. These activities may result in mutually agreed upon changes in plans or activities identified in the proposal. For example, the potential contractor may be asked to serve a different geographic area than originally proposed. As a result of these negotiation activities, the actual contract(s) may also include other agreements and clarifications regarding activities consistent with the intent of this RFP. 12. Services will begin upon the signing of a contract and according to the 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. 13. The selected contractor will be required to assume responsibility for all services offered in their proposal whether or not contractor possesses them within the current organization, such as subcontracting or multiple agency submissions. 14. SSD will actively oversee service implementation and delivery and the FACT Committee will conduct periodic contract monitoring. Any violation of the stated contract requirements will constitute grounds by which to terminate the contract. 9 15. The contracting person or agency mast state that there is agreement to support implementation of the County's alcohol/drug abuse prevention/treatment policy, child care policies related to child abuse and counseling and therapy services as described within this RFP and to comply with SSC} in monitoring and evaluation procedures. 16. For the project to be supported by AB 1733 funds, no contract staff, paid or volunteer, who has been convicted or been arrested and is currently released on bail or is on his/her own recognizance pending trial for any sex crimes, drug crimes, or crimes of violence may knowingly be employed by the project. 10 RFP SECTION C APPLICATION INSTRUCTIONS AND PROPOSAL OUTLINE Application Instructions 1. Submissions in response to this RFP mint be in the form of a proposal package containing the complete proposal and all the required supporting information and documents. 2. Each bidder must submit one original proposal package and sixteen complete copies with attachments included, unless otherwise noted on Respondent's Checklist (see Wage 17). 3. All narrative materials are to be single-spaced on 8 1/2"X 11" paper with no less than 1" margins on each side of the paper. Use one side of paper only. Complete proposal may not exceed 15 pages excluding cover sheet, program summary, table of contents, budget, budget narrative, and required attachments. 4. All pages must be stapled together and numbered consecutively with each section identified by the appropriate Roman numeral. 5. Forms No. 1 - No. 5 attached to the RFP are to be completed fully and attached at the rand of the submitted proposal document (in Section IV) in the order indicated in the Respondent's Checklist, with the exception of the Proposal Cover Letter and Program Summary which must precede the proposal narrative. 6. All information in the proposal package must be presented in the following sequence: (This listing shall comprise the Proposal Table of Contents.) Please note that Component One and Two have different narrative requirements. COMPONENT ONE: Child Abuse Prevention and Intervention Services Proposal Section 1. Introduction 1.1 Proposal Cover Statement The proposal Cover Statement (Form No. 1) with original signatures of the bidder's Board of Directors' President and Executive Director attached to the original of the proposal must precede the narrative. Copies of the form must also serve as a cover page to the remaining sixteen (16) proposal copies submitted. 11 1.2 Program Summary (1 page) Attach a brief summary of not more than one page, single spaced describing the project for which FACT Funds are requested. Include overall primary goal, the population you will serve, how your program will work, and what you hope will be achieved. (Form No. 2) 1.3 Table of Contents Include a table of contents, sectioned and paginated. Proposal Section If. Proposal Narrative 11.1 Statement of Need (1-2 pages) Describe the need or problem your proposed program seeks to address. Include available data or assessment information relative to these unmet needs among the population(s) you propose to serve. 11.2 Agency Overview (1-2 pages) a) State your agency's mission and its overall service philosophy. b) Describe briefly: • Your agency's primary program components and services • Population(s) served: number of clients, demographic and geographic information • Community outreach efforts and networking relationships • Current staffing pattern (size, composition) • Extent of involvement of interns and volunteers (include training, duties, supervision) • Primary sources of financial support during the past five (5) years 11.3 Program Proposal (6 pages or fewer) a) Overall Program: Describe the program for which FACT funds are requested. Address the following, as appropriate: • Program philosophy and purpose • Program design, methodology, service components • Program goals and outcome objectives (Objectives should be specific, realistic, measurable - with a defined time frame) • Client referral, eligibility, intake, tracking, discharge 12 • Accessibility of services to families and children • Timeline for implementation of service plan • Program staff(number, responsibility, experience) Indicate any anticipated program or financial changes in second year if proposal is funded. b) Collaboration: if this proposal is a collaborative effort, describe the primary activities and responsibilities of each partner. Indicate how resources are shared and service duplication is avoided. c) Coordination: Indicate how this program will interface with other public and private agencies serving the same target populations or providing related services. d) Evaluation. Describe in detail how you will determine the success of the program. Focus on the impact of service delivery, not the amount or extent of services provided. Describe the evaluation methods and instruments to be used to assess and document achievement of program objectives. Indicate the extent to which clients will be involved in the evaluation process. 11.4 Service Units/Service Delivery Management (1-2 pages) Clearly define each type of"service unit" to be provided. Specify the length of time and the total number of each type of service unit bidder will provide to clients during the contract period, i.e., number and length of counseling sessions, home visits, parent education and support groups, child care services, etc. Indicate how the delivery of service units will be monitored. 11.5 Cultural Sensitivity (1 page) Indicate how your proposed program addresses the issues of cultural diversity and poverty. Describe the strategies and processes you will use to assure that your services are culturally sensitive and relevant to your client population. 11.5 Bidder's Experience (1 page) Describe your agency's current or past experience in providing the services you are proposing including length of time you have been providing these services. Indicate staff experience with the intervention, treatment, education methodologies to be used. Note any other aspects of your agency's service history which may be relevant in assessing its capacity to provide the proposed services. If this program was previously funded by FACT, describe specific program results including clients served and outcomes. 13 COMPONENT TWO: Planning for Neighborhood-Lased Multi-service, Family Resource Centers Proposal Section 1. Introduction 1.1 Proposal Cover Statement The proposal Cover Statement(Farm No. 1)with original signatures of the bidder's Board of Directors' President and Executive Director attached to the original of the proposal must precede the narrative. Copies of the farm must also serve as a cover page to the remaining sixteen (16) proposal copies submitted. I,2 Program Summary (1 page) Attach a brief summary of not more than one page, single spaced describing the project for which FACT Funds are requested. Include overall primary goal, the population you will serve, how your planning process will work, and what you hope will be achieved. (Farm No. 2) 1.3 Table of Contents Include a table of contents, sectioned and paginated. Proposal Section II. proposal Narrative 11.1 Statement of Need (1-2 panes) Demographic profile and characteristics of the community to be targeted. Describe the economic, ethnic, age and other socio-economic characteristics of your community. Provide information on the availability of family services and the barriers to services, including affordable child care. 11.2 Program Partners and the lead Applicant Organization (1-2 pages) Identify the lead organization and list public, nonprofit and private organizations, and resident groups that will be involved in the collaboration. Community partners representing a minimum of five community sectors (such as social services, child care, health, mental health, community residents and associations, schools, community-based organizations, local business, faith groups, hospitals, substance abuse services, etc.) are required. Discuss the rationale for the selection of the lead applicant organization and its capacity to carry out the responsibilities of the planning grant. Provide a minimum of five letters of support and commitment to participate from identified community partners. 14 11.3 Planning Proposal (fi pages or fewer) a.)Planning Approach and Activities. Provide a description of how your coalition will. (a) engage a Broad cross-section of the community in local planning efforts; (b) build consensus toward identifying priorities and innovative solutions; and (c) use and leverage resources to support the planning process. b.)Prior Collaborative Efforts/Attempts. .(a) For partnerships with no previous collaborative experience—describe any prior effort of individual partners to address community concerns and the impact of such efforts on families and quality of life in your neighborhood. Indicate any anticipated barriers to cooperation/collaboration and describe plans to address these during the planning year. (b) For partnerships with limited collaborative experience who may have faced obstacles (financial or otherwise) to collaboration —indicate the nature of previous barriers and describe plans to address these during the planning year. (c) If this is an existing collaborative or coalition, describe the focus of the work to date, collaborative partners, structure and accomplishments. c.)Community Participation. Describe how you will involve a broad cross-section of community residents and community-based groups in the decision-making process. Describe how the process will be responsive to the needs and cultural practices of diverse language and ethnic groups in your community. d.)Scope of Werk. Provide a workplan showing the sequence of planning activities for one year that will meet the grant program objectives. Name the key activities, individuals, major groups, organizations or agencies that will be responsible for these activities, and the time period during which these activities will take place. e.)Additional Resources. Detail additional resources available to you to support the planning and implementation of the proposed center including possible sites, matching planning funds, or likely future funding possibilities. 11.4 Lead Agency/Fiscal Agent's Experience (1 page) Describe lead agency's or fiscal agent's current or past experience in providing the services you are proposing including length of time you have been providing these services. Indicate staff experience with the role of lead agency. Dote any other aspects of your agency's service history which may be relevant in assessing its capacity to provide the proposed services. 15 Complete the following sections for Components One and Two: 11.5 Fiscal Management Information (Narrative, I page or less) a. Provide a brief description of agency's accounting system and internal controls. Include the following as appropriate: • Overall system (accrual, double-entry, automated or manual) • Timekeeping system • Inventory system • Payroll system • Cost allocation plan and Methodology • Ledger system for receivables, payables, expenses, disbursements, petty cash b. Explain how your fiscal system is administered and by wham. Include responsibilities of Board of Directors, Executive Director and fiscal staff in fiscal management. Indicate experience and qualifications of fiscalstaff. c. Describe fiscal procedures and policies or attach a manual of fiscal procedures and policies. Proposal Section Ill. Program Budget Information 111.1 Program Budget Complete line item Program Budget in the format indicated on the Budget form found in Section D of this RFP. 111.2 Program Budget Narrative Describe budget rationale and calculations as requested in Section C of the RFP. �s Proposal Section IV. Required Attachments/Respondent's Checklist Each respondent must submit the following documents with each copy of the complete proposal, unless otherwise noted. Duplicate enclosed forms as indicated. 1.1 Proposal Cover Statement (Form No. 1) attached as cover to each proposal. 1.2 Program Summary(Form No. 2) attached following Proposal Cover Statement. IV.1 List of Agency Board of Directors (Form No. 3) IV.2 Agency Organizational Chart indicating how proposed project interrelates with other agency projects and programs. IV.3 Job Descriptions and resumes of Executive Director and key program staff. IVA Program Evaluation Instruments. IV.5 Bidder's Statement of Qualifications (Form No. 4), completed and signed by Agency Executive Director and President of Agency Board of Directors. Form #4 with original signatures must accompany original proposal. IV.6 Bidder's Contracts and Grants (Form No. 5), completed and signed by the Agency Executive Director and the President of the Board of Directors. (Form No. 5 with original signatures must accompany original proposal.) IV.7 Fiscal Attachments a. 'I copy of bidder's IRS 501(c)(3) determination letter attached to original proposal copy. (Required only of lead agency if this is a collaborative project.) b. 'I copy of bidder's manual of fiscal procedures and policies, if available, attached to original proposal copy. C. 1 copy of bidder's last audited financial statement attached to original proposal copy. d. 16 copies of current Agency Operating Budget with revenues and expenses indicated. IV.8 Agency Brochure (as available) IV.g Letters of Support or Other Relevant Attachments 17 RFP SECTION D PROJECT BUDGET AND NARRATIVE REQUIREMENTS A line item project budget complete with a budget narrative must be included with each proposal package. The budget narrative must be filed as a separate section Immediately following the actual budget. Each budget cost item must be detailed in the narrative section and should reflect the basis for the computations. Every item must be completed if applicable. Minimal narrative requirements are described below. ADM INISTRATION/SALARIESIBENEFITS Administration and Support Include supervisors, directors, clerical support staff, administrative staff who have no service delivery responsibilities. Divide the salaries of staff who have both "Service Delivery" and "Administration" responsibilities in proportion to the time allotted for each activity. List such staff in both categories. Indicate titles, rate of pay, time allotted to program and full time equivalent (FTE). Explain in narrative. Program Staff Include all staff involved in service delivery. Indicate titles, rate of pay, time allotted to program and FTE. Payroll Fringe Benefits The estimated cost of benefits, paid vacations, sick leave and training days shall be reported on the line-item budget. Narrative shall list staff by title, number(FTE), rate of pay and amount of time allocated. Include for each staff title by type (FICA, SUI, FUTA, Worker's Compensation, leave and health and other insurance), applicable rates or basis. • Administrative costs may not exceed 15% of total request. • A financial audit for the project by an outside accountant will be required at the end of the contract term and is an allowable cost. (Total audit costs should be prorated among all agency programs.) OPERATIONS Occupancy Describe all applicable factors (e.g. rent/leases) and basis for allocating costs to program. 18 Utilities Describe all applicable factors and basis for allocating casts to program. Telephone, Postage, Insurance, Equipment List by type, justification of cost and basis for allocating costs to program. Printing/Photocopying List cost by type and describe justification for costs and basis for allocating costs to program. Materials List by type and describe justification of costs. Travel Describe type, justification, and basis of costs. Include service delivery and administration mileage and transportation costs for clients. The bidder shall be allowed expenses as follows: $.31/mile. Miscellaneous Indicate kinds of anticipated miscellaneous costs such as child care for clients while receiving services. Items over$100 should be individually explained. Additional Funding If FACT funding represents only a portion of the funds designated for this program, indicate other sources and amounts received or anticipated. MATCHING FUNDS • A 10% match of FACT funds is required in either cash or in-kind. Indicate amount, type and source of match including projected revenues in the narrative. • Match may not include use of any State of California funds. Example of Match Calculation: Total Program Cost $ 55,000 Match $ 5,500 Total FACT Funds Requested $ 49,500 19 RFP No. 1052 PROGRAM BUDGET July 1, 1999 - June 30, 2000 Bidder's Name. Proposal Title: Contract Term: Cost Categories A. PERSONNEL Monthly Position Title Salary/Wage %FTE Amount (FACT) Administration Staff Subtotal $ Service Delivery Staff Subtotal 20 RFP No. 1052 Taxes and Fringe Benefits FICA SIU Worker's Compensation Other (Specify) Taxes and Benefits Subtotal $ Salaries and Benefits Total $ OPERATING COSTS Item Amount Operating Casts Total $ TOTAL GROSS COSTS $ Less 10% Match NET PROGRAM COSTS $ Prepared by: Name Title 21 REP SECTION E REQUIRED SUBMISSION FORMS 22 Application for Component One Application for Component Two FORM No. 1 AGENCY NAME: RFP No. 1052 PROPOSAL COVER STATEMENT FAMILY AND CHILDREN'S TRUST FUND Applicant Organization Business Address Phone Fax Year Organization Founded Contact Person & Title — 501(c)(3) yes no Exemption Expiration fate {ether(explain): Federal Employer Number: List Collaborative Partners and their location (city); if applicable: 1. 2. Title of Proposal Agency Prior Year Net Operating Budget $ Total Program Budget $ Program Funds Requested From FACT $ Proposed Geographic Service Area: We submit the attached proposal in response to the /Notice of bequest for Proposal No. 1052 dated February 10, 1999, and all attachments and declare that. if this Proposal is accepted by the Board of Supervisors of Contra Costa County, i will enter into a standard contract with Contra Costa County to provide all work specified herein at the costs which l have proposed or in accordance with modifications required by Contra Costa County. Funds obtained through this contract will not be used to supplant or augment funding for other programs operated by the bidder/contractor unless stipulated within the proposal and accepted by the County. Authorized representatives: (two signatures required) Name: Title: Executive Director Signature: Date: Name: Title: Board President Signature: Date: A copy of this form must accompany the proposal package when submitted. only one copy with original signatures is required. 23 FORM No. 2 AGENCY NAME: RFP No, 1052 PROGRAM SUMMARY Attach a brief summary of not more than one page, single spaced describing the program for which FACT funds are requested. Include primary purpose, target population, project design and anticipated outcomes. 24 FORM No. 3 AGENCY NAME: RFP No. 1052 CURRENT BOARD OF DIRECTORS 1. Number of Board members required by agency's bylaws: 2. Number of members on current Board: 3. When and how often does the Board meet: 4. List current Board members below (or attach Board List in this format): Name of Member& City of Residence Occupation/Affiliation Board Position 5. Describe key roles and responsibilities of the Board: Note: When more than one agency is collaborating in the services to be provided, each agency involved must attach the documents requested above unless otherwise noted. 25 FORM No. 4 AGENCY NAME: RFP No. 1052 BIDDER'S STATEMENT OF QUALIFICATIONS 1. List any licenses or certifications held by the agency, with expiration dates. 2(a) Who administers your agency's fiscal system? Name: Phone: Title: Work Schedule: 2(b) Indicate the CPA firm that prepares the agency's annual audit. Name: Phone: Address: 3. Number of years bidder has been in business under the present business name. List related prior business names, if any, and time frame for each. 4. Number of years of experience bidder has had in providing the services described in this proposal or related services. 5. Has bidder failed or refused to complete any contract? Yes No If yes, briefly explain. 6. Has there been any litigation in connection with contracts for services involving bidder or any principal officer of the agency? Yes No If yes, briefly explain. 7. Does bidder have a controlling interest in any other firms)? 26 Yes No If yes, please list below. 8. Does bidder have commitments or potential commitments which may impact assets, lines of credit or otherwise affect agency's ability to fulfill this IPP? Yes No If yes, specify below. S. Supply names, addresses, and phone numbers of two references, one each in the areas of financial/administrative management and social service delivery to substantiate experience and qualifications. Bidder specifies that all answers provided above are complete and accurate. Bidder also agrees to provide the County with any other information the County decides is necessary for an accurate determination of bidder's qualifications to perform proposed services. Name and Title Date (Executive Director or Board President) Note: When more than one agency is collaborating in the service(s) to be provided, each agency involved must complete this form. 27 FORM No. 5 AGENCY NAME: RFP No. 1052 CONTRACTS AND GRANTS 1. Current contracts and subcontracts, including government contracts and/or grants: Contact Name/Phone# Services Provided Contract Contract of Contractor/Grantor Under Contract Amount Dates 2. Key contracts/grants completed in the last five years, including government contracts/grants, (Complete same columns as above for each contractor.) 3. Bidder agrees to allow County to contact contractors for information relative to bidder's performance. Sign below. Name and Title Date Note: When more than one agency is collaborating in the service(s) to be provided, each agency involved must complete this form. 28 RFP SECTION F PROPOSAL REVIEW AND SELECTION All submitted proposals which are in compliance with the RFP requirements will be eligible for review and selection. Proposals will be evaluated in two distinct gees: 1. Service proposal and bidder's implementation capability 2. Fiscal proposal and bidder's fiscal management capability Proposal Selection Methodology: 1. Social Service Department Contracts and grants Unit staff will review each proposal's adherence to all RFP specifications, including: • Proposal Cover Statement • Proposal Narrative • Agency Information (including required attachments) • Budget forms • Other fiscal information (including required attachments) Minor irregularities in submissions may be waived. All proposals deemed to be responsive will be referred to the FACT Committee and to Social Service Department fiscal staff. 2. FACT Committee members will receive complete copies of all proposals and will independently evaluate and score all designated service and budget elements. Elements are weighted and each reviewer will score each element on a predetermined scale. During the proposal review and selection meeting, service component and fiscal scores will be discussed by the FACT Committee as a whole and will be totaled to achieve a combined score for each proposal. Proposals will then be ranked by combined scores. 3. Selection of proposals shall be guided by the requirement of geographical distribution of services. 4. The Social Service Department and the FACT Committee reserve the right to make on-site visits and/or utilize other information concerning a bidder which may come to their attention before making a final recommendation. 29 PROPOSAL REVIEW: Component One Program elements will be weighted as follows with a maximum weighted score of 150: Program Elements Weighting I. Proposal Cover Statement Required but not weighted 2. Program Summary and Statement of Need 0 - 10 3. Proposal Presentation - clarity, specificity, organization 0 - 5 4. Program Content 0 -40 �► Design Goals and Objectives • Activities Evaluation plan 5. Service Units 0 - 10 5. Bidder's interagency collaborative and/or proposed networking relationships 0 - 10 7. Soundness of program management, staffing, and implementation plans and cost-effectiveness, appropriateness of program budget 0 - 20 8. Cultural sensitivity and relevance of program to diverse client populations and application of family-centered approach in program design and service delivery 0 - 10 9. Bidders current or past experience and/or demonstrated ability of applicant to deliver services as specified 0 - 15 10. Program Budget (line-item and narrative) 0 - 15 11. Bidder's fiscal operation and administration 0 - 15 30 PROPOSAL, REVIEW: Component Two Program elements will be weighted as follows with a maximum weighted score of 125. Program dements '+IV'IVhtinq 1. Proposal Cover Statement Required but not weighted 2. Program Summary and Statement of Need 0 -10 3. Proposal Presentation—clarity, specificity, organization 0 - 5 4. Program Content 0- 35 • Planning Approach and Activities • Collaborative Experience • Community Participation Plan • Additional Resources 5. Specificity and Reasonableness of Work Scope 0 - 15 5. Quality of community support, partnership and commitment to planning 0 - 15 7. Application of family-centered approach, cultural sensitivity and relevance of planning process to diverse community populations 0 - 10 5. Appropriateness of budget, management structure and staffing to work scope 0 — 10 8. Lead Agency's current or past experience and/or demonstrated ability to deliver as specified 0 - 5 10. Planning Budget (line-item and narrative) 0 - 10 11. Lead Agency's fiscal operation: and administration 0 - 10 31 RFP SECTION G COUNTY MONITORING AND EVALUATION OF CONTRACT SERVICES The Social Service Department and FACT Committee will actively monitor the provision of services through these contracts. At a minimum, contractors will be expected to: 1. Complete any required State data collection forms as supplied by the Social Service Department; 2. Complete Program Monitoring forms supplied by the FACT Committee and participate in any scheduled site-visits by FACT Committee members (currently two site-visits are conducted in the first year, and one in the second); 3. Maintain adequate records of service provision to document compliance with service plan; 4. Cooperate with the collection of other fiscal/administrative/service data as requested on a periodic basis by either the FACT Committee or the Department of Social Services. The Social Service Department and FACT Committee will also: 1. Monitor any subcontracts written by and entered into by the contractor; 2. Identify actual or potential problems with the project and work with contractor to remedy these problems; 3. Provide information to contractors concerning additional State or County data requirements not provided herein; and 4. Provide technical assistance to the contractors, as requested, to assist them to better meet the goals of their projects. 32 RFP SECTION H COUNTY CONTRACT SPECIFICATIONS AND GENERAL- CONDITIONS Upon acceptance of a proposal and award of a contract by the Board of Supervisors, the successful bidder will eater into a standard County Contract that specifies: 1. Parties to the Contract 2. Effective Dates 3. Legal Authority 4. Signatories to the Contract 5. Service Specifications and Provisions for Reporting, Monitoring, and Evaluation 5. Fiscal Provisions a. Method of payment to contractor. Either a fee-for-services contract or a cost reimbursement contract may be negotiated with bidder at County's option. b. Program budget segregated into personnel and operating costs, indirect costs and revenue (if any) to allow determination of reasonableness and al€ocability of line items. C. Provisions for audit. 7. General Conditions Contractors must comply with standard County Contract General Conditions as attached. Note that Insurance must be procured prior to contact effective date (no contractor may be reimbursed for service until insurance conditions are met). 8. S ecial Conditions, see attached. 33