SHEBOYGAN COUNTY HEALTH AND HUMAN SERVICES REQUEST FOR PROPOSALS FOR AGGRESSION REPLACEMENT TRAINING

Similar documents
MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS

Request for Proposal. Parenting Education

Request for Proposal. Independent Living

Let s TALK about... Patient Rights and Responsibilities

Request for Proposal. Interpretation/Translation Services

TITLE VI/NONDISCRIMINATION POLICY

GOODWILL YOUTHBUILD GED/High School Education Instruction

Mental Health Services In the Detention Center Project~ Request For Proposal (RFP)

REQUEST FOR PROPOSAL

RFP. Professional Services (As Needed) To Whom it May Concern:

Non-Time Limited Supportive Housing Program for Youth Request for Proposals for Supportive Housing Providers (RFP)

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL. From interested parties to lease or purchase the PORTLAND AVENUE COMMUNITY CENTER and provide community programs and services

Muskegon Community College Request for Proposal General Contractor for Remodel of Planetarium

CITY OF GLENDALE APPLICATION FOR POLICE OFFICER CHECK LIST

WEDC REQUEST FOR PROPOSALS:

Water Filtration Plant Motor Control Center Upgrade Engineering and Design Services City of Bristol Tennessee RFP 16009

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

Application for MSD Shakamak Superintendent of Schools Home of the Lakers

NOTICE TO BIDDERS. In case of tie bids, Warren County, Tennessee reserves the right to negotiate with bidders.

Denton County MHMR Center. Notice For REQUEST FOR APPLICATION - DRAFT

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

Mecklenburg County Juvenile Crime Prevention Council Request for Proposals - Fiscal Year

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

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

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

2017 Statewide On-Call Design Request for Proposal

!!! Program Referral Checklist. Assessment for Determining Eligibility. Vocational Rehabilitation Needs. Medical and Psychological Reports

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Caledonia Park Playground Equipment

REQUEST FOR PROPOSALS FOR CONCERT PRODUCTION SERVICES. SUBMITTAL DUE DATE: Tuesday, April 26, 2016 at 4:00pm Central Standard Time.

NON-TEACHING APPLICATION

RE: Request for Proposal Number GCHP081517

Mecklenburg County Juvenile Crime Prevention Council Request for Proposals - Fiscal Year

Request For Qualifications (RFQ) for Rural Economic Opportunities Professional

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

2016 Bridge Inspections Border Bridges

City of Madison Community Development Division

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

Provider Rights and Responsibilities

Contract Compliance Program

SECTION I - BACKGROUND

Department of Defense INSTRUCTION

National Industry Standards Code of Ethics and Conduct for Homeownership Professionals

Request for Proposal # SIM LPHA Stigma Reduction Messaging For Tri-County Health Department

MAGNOLIA BOARD OF EDUCATION 131 Elm Ave Woodlynne, New Jersey 08107

AGREEMENT BETWEEN: LA CLÍNICA DE LA RAZA, INC. AND MOUNT DIABLO UNIFIED SCHOOL DISTRICT

INDEPENDENT AUDITING SERVICES

REQUEST FOR INFORMATION FOR SEASONS OF HOPE A SAFE HOUSE WITH OUTREACH PROGRAM. Re-released: August 8, 2011

Request for Proposal: Grant Writing Services

Ethical Principles for Abortion Care

FLOYD Patient Rights & Responsibilities Nondiscrimination and Accessibility Derechos y Responsabilidades de los Pacientes

3 Year On-Call Contract Vibration Services

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSAL City of Middletown, Middletown, CT. RFP # DECD Brownfield Assessment Program

CHAPTER 63D-9 ASSESSMENT

TITLE VI OF THE CIVIL RIGHTS ACT OF Presented by Crystal Jones Macon-Bibb County Attorney s Office

REQUEST FOR APPLICATIONS

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

Request for Proposal Project Based Housing and Urban Development Vouchers that Serve the Homeless

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

City of Malibu Request for Proposal

DOMESTIC VIOLENCE ACCOUNTABILITY PROGRAM (DVAP) 16-Week Program Guidelines Adopted February 16, 2016

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

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

3-Year On-Call Contract Vibration Studies

Hennepin County Community Development Block Grant 2018 Public Services Request for Proposals Guide

REQUEST FOR PROPOSALS & QUALIFICATIONS TO PROVIDE Foreign Investment Compliance Analysis

Legal Aid Workshop Trainer

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

UNITED TOWNSHIP HIGH SCHOOL DISTRICT #30. - Yearbook Services - REQUEST FOR PROPOSAL

Contract No Project No C

EMPLOYMENT PROCEDURES FOR SUBSTITUTE TEACHING STAFF

GEORGIA DEPARTMENT OF JUVENILE JUSTICE Applicability: {x} All DJJ Staff {x} Administration {x} Community Services {x} Secure Facilities I.

VOLUNTEER APPLICATION

REQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION

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

Network Security Specialist Course Selections (Grant Funded Tuition)

Pawling Central School District 515 Route 22 Pawling, NY (845) (845) Fax

REQUEST FOR PROPOSAL

THE COUNSELING PLACE ADULT INTAKE FORM Yearly Family Income:

Nonprofit Grant Program

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

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

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

Southwest Garden Neighborhood Association 4950 Southwest Avenue St. Louis, MO (314)

CURRENT FEDERAL LAWS PROTECTING CONSCIENCE RIGHTS

Department of Defense DIRECTIVE

This RfP is also available on the CEMCO website under the Community Tab:

Department of Defense DIRECTIVE

UCLA HEALTH SYSTEM CODE OF CONDUCT

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

Compliance Program And Code of Conduct. United Regional Health Care System

Arizona Department of Education

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

STANDARDS OF CONDUCT A MESSAGE FROM THE CHANCELLOR INTRODUCTION COMPLIANCE WITH THE LAW RESEARCH AND SCIENTIFIC INTEGRITY CONFLICTS OF INTEREST

Outline of Residents' Rights, Residential Care Facilities for the Elderly

EMPLOYMENT PROCEDURES FOR PARAPROFESSIONAL STAFF

Transcription:

SHEBOYGAN COUNTY HEALTH AND HUMAN SERVICES REQUEST FOR PROPOSALS FOR AGGRESSION REPLACEMENT TRAINING Sheboygan County Health & Human Service Department Division of Social Services 1011 North 8 th Street, Sheboygan, WI 53081 (920) 459-6418 TIME TABLE May 22, 2015 June 10, 2015 June 26, 2015 Request for Proposals (RFP) available to the prospective applicants Proposals due at the Sheboygan County Health and Human Service Department by 4:00 PM (seven copies) Announcement of Contract Award June 29-July 10, 2015 Contract Review and Signing July 20, 2015 Program Start-Up

BACKGROUND The Sheboygan County Health & Human Service Department received an Early Intervention Funding Award for 2015. These funds are to be used for early intervention services for juvenile at risk of serious delinquency in accordance with the requirements of Section 301.26(3)(e) of the Wisconsin Statutes. With these funds it would be planned to offer Aggression Replacement Training (ART) to youth at risk of becoming serious offenders. This programming is not currently offered in Sheboygan County. The goal would be to serve at least 18 youth during the course of the two 10-week sessions. DESIRED OUTCOME The implementation of this program should result in reduced aggression and violence among youth by providing them with pro-social learning opportunities to replace aggression; decreased delinquency referrals among those youth served; and improved decision-making ability of the youth in the program, resulting in better compliance with court orders. Auxiliary benefits include better performance and behavior of the youth in school, home, and community settings. Program Goals Goal #1: Goal #2: Goal #3: Two 10-week sessions of ART will be offered during 2015. 18 youth will successfully complete ART during the course of the two sessions. Program participants will demonstrate safer and more appropriate responses to triggers and in social situations. This will be measured by using pre- and post-skillstreaming Checklists with program participants and their caregivers. Program participants will reduce or extinguish the number of Law Enforcement Referrals they receive. Recidivism rates for youth completing the program would be measured by counting the number of referrals received for each youth prior to participating in ART, during participation in ART, and at 3, 6, and 12 months following participation in ART. CLIENT QUALIFICATION There will be a screening process for all youth who are referred to the ART through requests by Sheboygan County Health and Human Service Department Social Workers to the Juvenile Justice Supervisors. Targeted youth would have a history of serious aggression and antisocial behavior and substantial deficiencies in pro-social skills, anger control, and moral reasoning 2

capacity and would be ages 12-15. Program participants will be selected based on information received from these community partners. The following additional considerations will be made to ensure success: The youth would not present a physical danger to self; risk to the community would be controllable; the youth is in a living environment which meets his/her basis needs; the child and his/her parents or custodians are willing to participate in and cooperate with ART. REQUIREMENTS OF CONTRACTOR The Staff providing ART must be trained in facilitating the program and must facilitate the program with fidelity. The staff providing ART will be responsible for providing two sessions of programming. Each session consists of a 10-week, 30-hour intervention to a group of 8-12 youth. The program consists of three components including the following: Structured Learning or Social Skills Training (practicing pro-social responses to difficult situations); Anger Control Training (identifying aggression triggers and practicing anger control techniques); and Moral Reasoning (learning to reason in moral and ethical dilemmas and taking others perspectives into consideration). During the program youth attend a 1- hour session each week for each of the three components. Plans to make up youths missed sessions must be included into the program plan. There will be a Skillstreaming Checklists completed with all program participants and their caregivers entering the program and completing the program. The staff providing ART will work with the Sheboygan County Health & Human Service Department, Division of Social Services, social worker who will be monitoring the juvenile s delinquency court order and/or supervising the youth on a Deferred Prosecution Agreement. The Sheboygan County Health & Human Services social worker will have regular meetings with the staff providing ART to monitor the juvenile s success in the program. In addition, weekly written feedback of sessions will be provided to parents, professionals, and others of interest (i.e. foster parents, mentors, and teachers). Additional requirements include the following: an ability to transport youth to the program; provision of a snack at the beginning of the sessions if they are scheduled after school; provision of incentives for attendance, participation, and/or completed homework, and acknowledgement of successful completion of the program with certificates and graduation ceremony. SCOPE OF WORK The primary function of the staff providing ART will be to facilitate the program. The staff providing ART will monitor the degree to which each youth is attending all scheduled sessions, monitor the degree to which each youth is participating in the sessions, and report such progress during contacts with the DSS social worker. 3

The staff providing ART shall also meet once per month with the DSS worker, child, and parent(s) or custodian(s) to review progress, program goals, and compliance with service components for each youth participating in the program. CONTRACTOR QUALIFICATIONS It is expected that the staff providing ART will have the education and training sufficient to perform the job duties of this program. The contract agency will have the ability to host ART at their agency or, as mutually agreed upon, at Sheboygan County Health and Human Services Department. The contract agency will be expected to purchase or lease equipment to meet the goals and objectives of the program. These devices will be used to assist in monitoring of the youth, communicating with parents and collateral staff, as well as documentation of case progress. ELIGIBILITY Any state or local public agency, non-profit agency, or private for profit program operator may submit a written proposal in response to this Request for Proposal. Preference may be given to agencies currently providing juvenile justice program services within or adjacent to Sheboygan County. COORDINATION All activities must be coordinated with the Sheboygan County Health and Human Services Department and its employees. REPORTS REQUIRED Completion of weekly client reports covering the contracted activities will be required. It is expected the agency awarded the contract will provide any and all information in accordance with the state grant guidelines and local program requirements. A proposal and budget for program operation, and an annual report to the State reporting on measurable goals and objectives of the program is required and is jointly prepared by the contract agency and the Division of Social Services. CONTRACTUAL OBLIGATIONS All aspects of the proposal from the successful applicant will become contractual obligations. The Sheboygan County Health and Human Services Department reserves the right to reject any or all proposals. The Sheboygan County Health and Human Services Department reserves the right to negotiate the contract amount, budget items, and programmatic content with the selected vendor prior to entering into a contract. 4

Any resulting contract may be renegotiated in the event of (1) increased or decreased volume of services; (2) changes required by federal or state laws or regulations or court action; (3) monies available affecting the substance of the Contract; or (4) increases in unit charges. All purchase of service contracts with Sheboygan County Health and Human Services are annual, calendar year, and are subject to continuous evaluation by department staff related to performance and continuing availability of funds. EQUAL OPPORTUNITY, AFFIRMATIVE ACTION, DISCRIMINATION In connection with the performance of work under this Request for Proposal, contractors agree to submit to the County a current copy of the Sub-recipient Civil Rights Compliance Action Plan for Meeting Equal Opportunity Requirements under Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, Title VI and XVI of the Public Service Health Act, the Age Discrimination Act of 1975, and Omnibus Budget Reconciliation Act of 1981, and the Americans with Disabilities Act (ADA) of 1990. The Contractor also agrees to the following provisions: 1. No otherwise qualified person will be excluded from participation in, be denied the benefits of, or otherwise be subject to discrimination in any manner on the basis of race, color, national origin, religion, sex, disability, or age. This policy covers eligibility for and access to service delivery and treatment in all programs and activities. 2. No otherwise qualified person will be excluded from employment, be denied the benefits of employment, or otherwise be subject to discrimination in employment in any manner or term of employment on the basis of age, race, religion, color, sex, national origin, ancestry, handicap (as defined in Section 504 and the Americans with Disabilities Act (ADA)), physical condition, developmental disability (as defined in s.51.05(5)), arrest or conviction record (in keeping with s.111.32), sexual orientation, marital status, or military participation. All employees are expected to support goals and programmatic activities relating to nondiscrimination in employment. 3. The contractor will post the Equal Opportunity Policy, the name of the Equal Opportunity Coordinator, and the discrimination complaint process in conspicuous places available to applicants and clients of services, applicants for employment, and employees. The complaint process will be according to County standards and made available in languages and formats understandable to applicants, clients, and employees. 4. The Contractor agrees that through its normal selection of staff, it will employ staff with special language skills or find persons who are available 5

within a reasonable time and who can communicate with non-english speaking clients, train staff in human relations techniques and sensitivity to cultural patterns, and make the programs and facilities accessible, as appropriate through outstations, authorized representatives, adjusted work hours, ramps, doorways, elevators, or ground floor rooms. RECORDS Contract agencies will maintain records and financial information as required by state and federal laws, rules, and regulations, and will allow inspection of these records by representatives of the County, the Department of Health and Family Services and its authorized agents, or federal agencies. Fiscal records must conform to state allowable cost policies. A certified annual audit will be required. The use or disclosure by any party of information concerning eligible participants for any purpose not connected with administering responsibilities under the contract is prohibited, except with informed, written consent of the participant. The Sheboygan County Health and Human Services Department reserves the right to reject any and all proposals. QUESTIONS REGARDING THIS SOLICITATION Questions regarding this solicitation are to be addressed to the Sheboygan County Health and Human Services Department, Division of Social Services, 1011 North 8 th Street, Sheboygan, WI 53081 to the attention of: Scott Shackelford, Child and Family Services Manager (920) 459-6418 or Barbara Kultgen, Juvenile Court Intake Supervisor (920) 459-6418 PROPOSAL SUBMITTAL In order to be considered, Contractors should submit to the Health and Human Services Department, Division of Social Services, 1011 North 8 th Street, Sheboygan WI 53081 at total of (7) Seven Identical copies of their proposal. Proposals should be marked to the attention of Scott Shackelford, Child and Family Services Manager. Proposals must be on file no later than 4:00 PM on Wednesday, June 10, 2015. 6

Review Criteria Proposals will be reviewed by a multi-disciplinary team comprised of staff of the Sheboygan County Health & Human Services Department. Each member of the review team will have the opportunity to review all of the proposals received and will rank them on an individual basis. In addition, each member will be asked to score the proposals utilizing the matrix below with the cumulative score of all reviewers being used as a guiding factor for award, Regardless of the scoring results, Sheboygan County still maintains the right to award the contract that is deemed to be in the best interest of the county and its clientele. Factor Proposal submitter has the experience required to provide the services as outlined in the RFP 10 Proposal submitter has demonstrated the ability to provide staffing having the proper training and credentials to complete the work as outlined in the RFP Proposed cost of the program as compared to all proposals received Proposer appears to have a strong knowledge and familiarity with the reporting requirements and has the ability to provide the reports in the format required as outlined in the RFP Proposer has indicated that they have the capacity to establish and accommodate the work to be provided as outlined in the RFP when based upon their current and future workload. Proposer has shown a willingness to work closely with Health & Human Services Department Staff through the end of the engagement. Proposer has included a proposed programming budget in a format that is acceptable to both the County and State of WI Possible Points to be awarded 10 25 20 15 10 10 TERMS AND CONDITIONS 7

1) Sheboygan County reserves the right to reject any and all proposals received, in whole or in part, cancel this solicitation at any time, waive any informality associated with the proposal process, and award the contract in a manner which best meets the needs of the county. 2) Sheboygan County reserves the right to split the contract according to the three key elements identified above and award a contract to one, two or three providers who best exemplify the ability to provide each level of programming. 3) All proposals shall remain in effect for a period of not less than sixty (60) days following the published due date of the proposal. 4) Sheboygan County shall not be responsible for any costs associated with the development or submittal of the response to this solicitation by the vendors. 5) Any proposals received after the published due date & time shall not be considered and shall be returned un-opened to the submitter. 6) The successful vendor shall be required to contract with the county for the services proposed in a period of not more than sixty (60) days following the due date of the response. 7) The provider shall be required to provide the county with a certificate of insurance as well as other required licensure documents prior to the commencement of any programs. 8) The contract document shall include language allowing the county the ability to terminate the contractual relationship, without cause, upon serving written notice to the provider of such action no less than sixty days previous to the effective date of such termination. 8