REQUEST FOR PROPOSAL FP SPANISH SPEAKING FACILITATOR FOR THE WICHITA INTERVENTION PROGRAM

Similar documents
Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

Legal Aid Workshop Trainer

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Londonderry Finance Department

Request for Proposal

City of Malibu Request for Proposal

Hamilton County Municipal and Common Pleas Court Guide

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

Request for Proposal for: Financial Audit Services

Request for Proposal for: Financial Audit Services

COUNTY OF SAN DIEGO AGENDA ITEM IMPLEMENTATION OF SAN DIEGO COUNTY REENTRY COURT PROGRAM (DISTRICT: ALL)

WINDSOR COUNTY, VERMONT DUI TREATMENT DOCKET (WCDTD) FOR REPEAT OFFENSE IMPAIRED DRIVING CASES

REQUEST FOR PROPOSALS STRATEGIC INITIATIVES FINANCIAL ADVISORY SERVICES CITY OF JACKSONVILLE, FLORIDA

Town of Windham Request for Proposals (RFP s) for Animal Control Services

TOWN AUDITING SERVICES

West Central Texas Municipal Water District REQUEST FOR PROPOSALS TO CONDUCT AN INDEPENDENT MANAGEMENT AUDIT

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

CHILD START, INC. REQUEST FOR PROPOSAL FOR AUDIT SERVICES AND TAX RETURN PREPARATION FOR THE PERIOD MAY 1, APRIL 30, 2016

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Statewide Misdemeanant Confinement Program Annual Report Fiscal Year North Carolina Sheriffs' Association

REQUEST FOR PROPOSALS FOR YOUTH SERVICES COORDINATOR TOWN OF AVON, CONNECTICUT RFP 09/10-26

REQUEST FOR PROPOSALS (RFP): D2D LOCAL SUPPLIER CAPACITY BUILDING PROGRAM

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

BOSTON PUBLIC HEALTH COMMISSION. Boston Emergency Medical Services REQUEST FOR PROPOSAL. for the procurement of

GEORGIA DEPARTMENT OF CORRECTIONS Standard Operating Procedures (210.03) Authority: Effective Date: Page 1 of Bryson/Ward 07/15/15 5

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSAL PSYCHIATRIC SERVICES. For Cayuga Addiction Recovery Services Residential Rehabilitation Unit

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

REQUEST FOR PROPOSAL

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSAL COVER SHEET

Contra Costa Behavioral Health Division Request for Qualifications Alcohol and Other Drug Services (AODS)

CITY OF BROOKLYN PARK, MINNESOTA REQUEST FOR PROPOSALS FOR PROSECUTION LEGAL SERVICES. September 26, 2016

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

Request for Proposals (RFP) for Accounting Services Community Futures West Yellowhead

REQUEST FOR PROPOSAL (RFP) PROFESSIONAL AUDITING SERVICES

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

STATE OF MAINE Department of Economic and Community Development Office of Community Development

REQUEST FOR QUALIFICATIONS

SUPPLEMENTAL NOTE ON SENATE BILL NO. 449

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

County of Santa Clara, California Social Services Agency Request for Proposals For Supportive and Therapeutic Options Program (STOP)

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

CITY OF LYNWOOD REQUEST FOR PROPOSALS For BUSINESS LICENSE SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL ARCHITECTURAL FIRM FOR DESIGN & CONSTRUCTION MANAGEMENT SERVICES

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS: NON-PROFIT GRANT WRITING SERVICES

SUPPLEMENTAL NOTE ON SENATE BILL NO. 449

Request for Proposals (RFP) for: Food Waste Curbside Collection Pilot Program. City of South Portland, ME

Request for Proposal. Parenting Education

SPOKANE INDIAN HOUSING AUTHORITY 6403 Sherwood Addition, P.O. Box 195 Wellpinit, WA (509) Fax: (509)

REQUEST FOR PROPOSALS

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

WEDC REQUEST FOR PROPOSALS:

REQUEST FOR QUALIFICATIONS AND PROPOSALS

REQUEST FOR QUALIFICATIONS

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Request for Proposal Crisis Intervention Services

INVITATION TO BID (Request for Proposal)

Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole. (520)

REQUEST FOR QUALIFICATIONS for ENGINEERING SERVICES

IC Chapter 2. State Grants to Counties for Community Corrections and Charges to Participating Counties for Confined Offenders

Housing Rehabilitation Program Administration

353 Water Street Augusta, ME Request for Proposal (RFP) For Economic Impact Analysis and Technical Assistance

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University

REQUEST FOR PROPOSAL TO PROVIDE AUDIT SERVICES FOR OAKLAND TOWNSHIP OAKLAND COUNTY, MICHIGAN November 13, 2013

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm

Office of Criminal Justice System Improvements Pretrial Drug and Alcohol Initiative. Fiscal Year 2015/2016 Solicitation

REVIEW OF THE ATHENS-CLARKE COUNTY OFFICE. Report to the Mayor and Commission OF PROBATION SERVICES. October Prepared by:

Request for Proposal: NETWORK FIREWALL

OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

FORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES

REQUEST FOR PROPOSAL. FOR Insurance Brokerage Services

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

MEMORANDUM OF UNDERSTANDING (MOU) INTERGOVERNMENTAL AGREEMENT

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Applications Seniors to Sophomores Early Adopters Program

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Request for Proposal/Quotation for the. Emergency Medical Services Administrators Association of California

STATEMENT OF PRINCIPAL REASONS FOR ADOPTION OF RULES

CALIFORNIA DEPARTMENT OF JUSTICE SPOUSAL ABUSER PROSECUTION PROGRAM PROGRAM GUIDELINES

Transcription:

REQUEST FOR PROPOSAL FP800019 SPANISH SPEAKING FACILITATOR FOR THE WICHITA INTERVENTION PROGRAM I. INTRODUCTION The City of Wichita is issuing a Request for Proposal (RFP) to qualified vendors to provide instructor services in Spanish for the Wichita Intervention Program (WIP). The Wichita Intervention Program (WIP) was designed and utilized by the City of Wichita Municipal Court for defendants convicted of a first offense Driving Under the Influence (DUI) crime. Kansas law and City of Wichita ordinance, require that those convicted of DUI be incarcerated for at least 48 hours on a first offense. Additionally, the Court orders that the person convicted must participate in an alcohol/drug rehabilitation program. The purpose of the WIP program is to provide a rehabilitative, educational program, which also serves as an alternative to mandatory incarceration in the county jail. The desired results are alleviation of jail overcrowding through incarceration outside the confines of the Sedgwick County Jail and rehabilitation directed at decreasing recidivism rates in this class of offenders. Spanish speaking participants present a challenge to the WIP program due to language barriers. It is the desire of the Municipal Court to offer a similar quality program directed at defendants in the same situation, whose primary language is Spanish. II. BACKGROUND The Wichita Intervention Program was commenced in1984. Defendants convicted of DUI, first offense, may be ordered by a Judge of the Municipal Court to participate in the WIP program as a condition of their sentence. WIP is held at a local hotel. Defendants are ordered to check in at 4:30 p.m. on a designated Friday evening. Security guards conduct a pat down search of all defendant participants. Additionally, all luggage is searched for contraband. Defendant participants are responsible for attending all education classes offered, which are from 6:00 p.m. to 10:00 p.m. on Friday, 8:30 a.m. to 5:30 p.m. on Saturday, and from 8:00 a.m. to 5:00 p.m. on Sunday, the final day of the program. The host hotel provides meals, lodging and a meeting room for defendant participants. Two security guards are on duty continuously throughout the weekend to prevent defendant participants from leaving the premises, dissuade the introduction of contraband, and insure that defendant participants conduct themselves in an orderly manner. The defendant participants are not allowed to leave the premises during the 48-hour weekend program, thus satisfying the custodial mandate of city ordinance. The class size varies from 15 20 defendant participants. Class schedules are planned according to the volume of defendant participants that enroll in the Wichita Intervention Program. Defendant participants pay the fees associated with attendance 1

at this program. The Probation Office supervisor is responsible for creating the agenda and topics to be covered. The Probation Office supervisor is also responsible for oversight of program content, lectures and speakers presented during the program. The Wichita Intervention program for Spanish speaking individuals is scheduled for one weekend each quarter of the year. The Probation Office supervisor will provide direction to the Spanish-speaking instructor on all matters related to the curriculum, agenda, lectures, and speakers. III. SCOPE OF SERVICES The selected vendor must be able to provide a facilitator for the Wichita Intervention Program that: Speaks and understands the colloquial Spanish language fluently, as well as the colloquial English language. Is able to fluently write in the Spanish language as well as the English language. Must be a Kansas or National drug/alcohol Certified Alcoholism Counselor. A copy of counselor certifications with Kansas Association of Addiction Professionals (KAAP) or registration with Behavioral Science Regulatory Board (BSRB) shall be enclosed with the proposal. Must be able to act as liaison between the hotel/motel staff, guards, the guest speakers and coordinate all activities related to the facilitation of the Wichita Intervention Program. Must resolve any conflicts or issues encountered during the Weekend Intervention Program, provide direction to the staff and court guards, and coordinate hotel/motel services during the Program. Must be able to effectively communicate with the Probation Office Supervisor and provide documentation on any issues that impact the Wichita Intervention Program. Must be able to exhibit effective teaching techniques, and be able to teach the course by lectures and small group activities. Must be able to refer defendant participants to other services when appropriate. Must provide the Probation Office supervisor with all signed time sheets submitted by the guest speakers, as well as the course evaluations completed by defendant participants the next business day following the program. Must be able to testify in Court as needed or when commanded. IV. TERMS OF PAYMENT The vendor must submit a cost proposal, based upon the number of hours necessary for providing services during each weekend Program. This Program will be scheduled for one weekend per quarter of the year. The Weekend Intervention Program commences at 5:00 p.m. on Friday, and ends at 5:00 p.m. on Sunday. The 2

Spanish Speaking Instructor is required to be present during approximately 26 hours of the 48-hour weekend program. V. EVALUATION CRITERIA A. The purpose of the proposal is to demonstrate the qualifications, competence and capacity of vendors to provide services specified within the requirements of this RFP for the City of Wichita Municipal Court. The proposal should demonstrate qualifications of the vendor and their staff who will provide this service. It should also specify the proposed approach that best meets the RFP requirements. B. Qualifications and Experience - The proposal should state the name, location and size of the firm that will provide the services under this proposal. Also, include the number in full time equivalents and nature of the staff to be used, as well as a resume for each person that will provide services under this proposal. Include any information regarding training that proposed staff members have received or will receive if proposal is selected. Vendors must fully describe any experience that the vendor has in providing services as it relates to this proposal. The person providing services, and the vendor, must provide proof that they have five years of professional experience counseling alcoholics/addicts. A copy of counselor certifications with Kansas Association of Addiction Professionals (KAAP) or registration with Behavioral Science Regulatory Board (BSRB) shall be enclosed with the proposal. C. Vendors must provide an instructor with at least one year of previous, documented teaching experience in the area of alcohol/drug education or alcohol/drug intervention programs. D. Other selection criteria will include any information pertaining to: a. The ability to meet or exceed all requirements listed in the scope of services. b. Adhering to the instructions of the Request for Proposal. c. The vendor identifies all subcontractor/consortiums. d. Staff qualifications and experience. e. The vendor s capabilities. f. The cost and quality of the services. g. The vendor and/or staff are licensed as mandated by the Request for Proposal. h. The vendor has no conflict of interest with regard to any officer or employee of the company involved including the City of Wichita. 3

E. Cost will not be the primary factor in the selection of a vendor. The vendor must provide an affirmative statement that it is independent of the City of Wichita and there is no direct or indirect conflict of interest present as required by federal and state law, and that it will abide by the City s nondiscrimination/equal employment opportunity policy, as described in the attached notice. F. An affirmative statement must be provided indicating the proposer and all subcontractor/joint venture partners are properly licensed by the Kansas Association of Addiction Professionals (KAAP) or registration with the Behavioral Science Regulatory Board (BSRB). G. Comments derived from references through the submission of no less than two letters of recommendation will be considered in the evaluation criteria. The name and contact number of the reference must be included. VI. FINAL SELECTION The City of Wichita will select a firm based upon the recommendation of a Selection Committee and the approval of the City Manager and City Council. The City reserves the right to reject all proposals and resubmit the RFP to additional vendors, or to negotiate with the Proposer most closely matching the selection criteria to a resolution acceptable to the City. There is no expressed or implied obligation for the City of Wichita to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. VII. POST AWARD CONDITIONS Before a contract is executed, the firms must submit to the City an approved Equal Employment Opportunity /Affirmative Action Plan. This does not have to be submitted with the proposal. Prior to execution of a contract, the firm must execute a Certification of a Drug- Free Workplace. This form is not required to be submitted with the proposal. VIII. PROPOSAL FORMS All proposals submitted must be signed by an officer or employee authorized to bind the company to the terms and conditions proposed. Any exceptions to the specifications, terms and/or other conditions concerning the proposal must be noted on the front of the Request for Proposal to be considered. 4

One (1) original and ten (10) copies of the Request for Proposal must be submitted to the attention of Melinda Walker, Purchasing Manager, Finance Department, City of Wichita, 455 N. Main, Wichita, KS 67202 on or before 3:00 P.M. Monday, February 25, 2008. IX. TERMS OF CONTRACT The terms of this contract shall be for one (1) year, with option to renew the contract under the same terms and conditions for an additional one (1) or two (2) successive one-year periods by mutual agreement of both parties. This contract is subject to cancellation by the City of Wichita, at its discretion at any time within the original contract term or within any successive renewal, upon thirty (30) days written notice to the service provider. X. AWARD The City, through its Purchasing Manager, reserves the right to accept or reject any and all Proposals and any part of parts of any proposal and to waive formalities therein to determine which is lowest and the best proposal. Any proposal that is incomplete, conditional, obscure, or which contains additions not called for or irregularities of any kind may be cause for rejection of the Proposal. Prospective service suppliers must guarantee Proposal prices for a period of ninety (90) days after the Proposal. 5