EXHIBIT A

ATTACHMENT NO. 1

RFP NO. WENCS1516

FOR

CALWORKS WORK EXPERIENCE AND

COMMUNITY SERVICE PROGRAM

Bid Response PackET
Check the box belowthat represents the Alameda County Region for which the proposed services in this Bid Response are tailored
[ ]Region 1 (Northern Alameda County)
[ ]Region 2 (Central Alameda County)
[ ]Region 3 (Southern/Eastern Alameda County)
Note: Bidders must submit separate proposals and Bid Response Packets for each Alameda County Region in which they desire to provide WEN/CS Program services. Any proposal received with more than one region selected will be rejected and the bidder disqualified from this RFP process.

THE DEADLINE FOR SUBMITTAL

IS:

Friday, August 14, 2015

1:00 P.M.

AT

Alameda County Social Services Agency

Finance Department / Contracts Office

2000 San Pablo Avenue, 4th Floor

Oakland, CA 94612

ATTN: Tim Roberts or Marcia Mayberry

EXHIBIT A

BID RESPONSE PACKET

RFP NO. WENCS1516 – CalWORKs Work Experience and Community Service Program

To:The County of Alameda

From:

(Official Name of Bidder)

  • AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFP, BIDDERS ARE TO SUBMIT ONE (1) ORIGINAL HARDCOPY BID (EXHIBIT A – BID RESPONSE PACKET), INCLUDING ADDITIONAL REQUIRED DOCUMENTATION), WITH ORIGINAL INK SIGNATURES, PLUS FIVE (5) COPIES AND ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred)
  • ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED “N/A”
  • BIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT
  • ALL PRICES AND NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID
  • BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFP
  • BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN TOTAL
  • IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFP, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE
    BIDDER INFORMATION AND ACCEPTANCE

1.The undersigned declares that the Bid Documents, including, without limitation, the RFP, Addenda, and Exhibits have been read.

2.The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in accordance with the Specifications, Terms & Conditions of the Bid Documents of RFP No. WENCS1516– CalWORKs Work Experience and Community Service Program.

3.The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid including, but not limited to, the requirements under the County Provisions, and that each Bidder who is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in accordance with the intent of the Bid Documents.

4.The undersigned acknowledges receipt and acceptance of all addenda.

5.The undersigned agrees to the following terms, conditions, certifications, and requirements found on the County’s website:

  • Bid Protests / Appeals Process

The County prides itself on the establishment of fair and competitive contracting procedures and the commitment made to follow those procedures. The following is provided in the event that bidders wish to protest the bid process or appeal the recommendation to award a contract for this project once the Notices of Intent to Award/Non-Award have been issued. Bid protests submitted prior to issuance of the Notices of Intent to Award/Non-Award will not be accepted by the County.

1.Any Bid protest by any Bidder regarding any other Bid must be submitted in writing to the County’s SSA Finance Director, located at 2000 San Pablo Ave., 4th Floor, Oakland, CA 94612, Fax: (510) 267-9428, before 5:00 p.m. of the FIFTH (5th) business day following the date of issuance of the Notice of Intent to Award, not the date received by the Bidder. A Bid protest received after 5:00 p.m. is considered received as of the next business day.

a.The Bid protest must contain a complete statement of the reasons and facts for the protest.

b.The protest must refer to the specific portions of all documents that form the basis for the protest.

c.The protest must include the name, address, email address, fax number and telephone number of the person representing the protesting party.

d.The County Agency/Department will transmit a copy of the bid protest to all bidders as soon as possible after receipt of the protest.

2.Upon receipt of written protest, SSA Finance Director, or designee, will review and evaluate the protest and issue a written decision. The Finance Director or designee, may, at her or his discretion, investigate the protest, obtain additional information, provide anopportunity to settle the protest by mutual agreement, and/or schedule a meeting(s) with the protesting Bidder and others (as appropriate) to discuss the protest. The decision on the bid protest will be issued at least ten (10) business days prior to the Board hearing date.

3.The decision will be communicated by e-mail or fax, and certified mail, and will inform the bidder whether or not the recommendation to the Board of Supervisors in the Notice of Intent to Award is going to change. A copy of the decision will be furnished to all Bidders affected by the decision. As used in this paragraph, a Bidder is affected by the decision on a Bid protest if a decision on the protest could have resulted in the Bidder not being the apparent successful Bidder on the RFP.

4.The decision of the SSA Finance Director, or designee, on the bid protest may be appealed to the Auditor-Controller's Office of Contract Compliance (OCC), located at 1221 Oak St., Room 249, Oakland, CA 94612, Fax: (510) 272-6502. The Bidder whose Bid is the subject of the protest, all Bidders affected by the SSA Finance Director’s or designee’s decision on the protest, and the protestor have the right to appeal if not satisfied with the SSA Finance Director’s or designee’s decision. All appeals to the Auditor-Controller's OCC shall be in writing and submitted within five (5) business days following the issuance of the decision by the Finance Director or designee, not the date received by the Bidder. An appeal received after 5:00 p.m. is considered received as of the next business day and will not be considered under any circumstances.

a.The appeal shall specify the decision being appealed and all the facts and circumstances relied upon in support of the appeal.

b.In reviewing protest appeals, the OCC will not re-judge the proposal(s). The appeal to the OCC shall be limited to review of the procurement process to determine if the contracting department materially erred in following the Bid or, where appropriate, County contracting policies or other laws and regulations.

c.The appeal to the OCC also shall be limited to the grounds raised in the original protest and the decision by the SSA Finance Director or designee. As such, a Bidder is prohibited from stating new grounds for a Bid protest in its appeal.

d.The decision of the Auditor-Controller’s OCC is the final step of the appeal process. A copy of the decision of the Auditor-Controller’s OCC will be furnished to the protestor, the Bidder whose Bid is the subject of the Bid protest, and all Bidders affected by the decision.

5.The County will complete the Bid protest/appeal procedures set forth in this paragraph before a recommendation to award the Contract is considered by the Board of Supervisors.

6.The procedures and time limits set forth in this paragraph are mandatory and are each Bidder's sole and exclusive remedy in the event of Bid Protest. A Bidder’s failure to timely complete both the Bid protest and appeal procedures shall be deemed a failure to exhaust administrative remedies. Failure to exhaust administrative remedies, or failure to comply otherwise with these procedures, shall constitute a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or legal proceedings.

  • Debarment / Suspension Policy

[

  • Iran Contracting Act (ICA) of 2010

[

  • General Environmental Requirements

[

  • First Source

[

  • General Requirements

[

  • Proprietary and Confidential Information

[

6.The undersigned acknowledges that Bidder will be in good standing in the State of California, with all the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all obligations in connection with this RFP and associated Bid Documents.

7.It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications.

8.Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.

9.Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid Response Packet, the Contractor agrees to meet the minimum insurance requirements stated in the RFP. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in the RFP.

Official Name of Bidder:

Street Address Line 1:

Street Address Line 2:

City: State: Zip Code:

Webpage:

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:

Jurisdiction of Organization Structure:

Date of Organization Structure:

Federal Tax Identification Number:

Primary Contact Information:

Name / Title:

Telephone Number: Fax Number:

E-mail Address:

SIGNATURE:

Name and Title of Signer:

Dated this day of 20

RFP No. WENCS1516—Exhibit A (Attachment No. 1)

Page 1 of 18

RFP Pre-screening Response Checklist

All of the specific documentation listed below is required to be submitted with the Exhibit A Attachment No.1 – Bid Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, in the order listed below and clearly label each section with the appropriate title (i.e., Table of Contents, Letter of Transmittal, Key Personnel, etc.).

Any material deviation from these requirements may be cause for rejection of the proposal, as determined at the County’s sole discretion. Please verify each item below that it is correctly submitted as per the RFP specifications and check () its corresponding Check Box.

Item / 
1. / One (1) original proposal marked “Original” plus five (5) copies of the proposal marked “Copy”.
2. / The “original” bid response must be signed in BLUE ink with an authorized signature.
3. / The “original” bid response is to be either loose-leaf or in a three (3)-ring binder, not bound.
4. / Proposals must be printed (double-sided preferred), on white 8 ½” by 11” paper. The font must be at least 12-point type in “Times New Roman” or equivalent font. Lines shall be single-spaced. Margins must be 1-inch from the top, bottom, left and right.
5. / Table of Contents: Bid responses shall include a table of contents listing the individual sections of the quotation/proposal and their corresponding page numbers. Tabs should separate each of the individual sections.
6. / Bidders must also submit an electronic copy of their signed proposal. The electronic copy must be a single file, scanned image of the original hard copy with all appropriate signatures, and must be on disk or USB flash drive and enclosed with the sealed hardcopy of the bid.

Response Format: Check Boxes

Response Package: Check Boxes

Item / 
1. / Bidder Information and Acceptance (page 5) of Exhibit A Response Packet (Attachment No. 1) – signed
2. / Agency Description – three pages are allowed
3. / Prior Experience – six pages are allowed
4. / Cost Efficiency/Fiscal Management – three pages are allowed
5. / Administrative/Organizational Capacity/Program Design – six pages are allowed
6. / Projected Staff – two pages and up to six employee classifications are allowed
7. / Current References – one page isallowed
8. / Bid Form – one page isallowed

Please review the Evaluation Criteria / Selection Committee section of this RFP for specific questions that will be used to evaluate and score the submitted proposal narrative composed of the following categories:

RFP No. WENCS1516—Exhibit A (Attachment No. 1)

Page 7 of 18

PROPOSAL NARRATIVE

AGENCY DESCRIPTION – Three (3) Pages are allowed:

1.Briefly describe your agency’s mission and experience in setting-up and managing a Work Experience and Community Service (WEN/CS) Program specifically tailored for California Work Opportunity and Responsibility to Kids (CalWORKs) Welfare-to-Work (WTW) Program participants within the Alameda County Social Services Agency (SSA). Briefly describe the specific services your agency proposes to provide and your program model/approach to deliver these services. Include a discussion on how your agency meets the minimum qualifications as specified in this RFP. Include the amount of your total agency budget and description of the breadth of your funding sources. If your proposal includes service delivery by subcontractors please include a brief description of the specific providers.

PRIOR EXPERIENCE - Six (6) pages are allowed:

1.Describe your prior experience and expertise in managing and operating a WEN/CS Program targeting CalWORKs Program participants or other similar populations. Your response should include the number of clients served, demographics of the clientele served, partnerships and/or collaborations with other community-based organizations. Describe the major program achievements and challenges.

2.Describe any innovative and unique methods and strategies that you used to supplement the core WEN/CS Program services.

3.Describe your past experience in meeting performance standards and assuring accountability. Include oversight and evaluation of the project.

COST EFFICIENCY/FISCAL MANAGEMENT – Three (3) pages are allowed:

1.Describe your fiscal management experience and the fiscal controls that will be used.

2.Describe your ability to leverage other resources for this program, either from in-kind and/or other external resources. Also, specify each additional “in-kind” and additional funding source associated with leveraged resources that your proposal has included for this service project.

Note: The fiscal agent must have knowledge of acceptable accounting practices and

the ability to maintain accountability for contract funds.

ADMINISTRATIVE/ORGANIZATIONAL CAPACITY/PROGRAM DESIGN – Six (6) pages are allowed:

1.Describe your organization’s capacity to administer the desired WEN/CS Program. How many individuals/families will be served? List the staff/positions assigned to this project, their experience, professional qualifications, education and a description of the tasks to be performed by each staff person. Explain who will be responsible for project oversight and supervision, and program evaluation. Include specific locations where the services will be administered within your chosen Region: 1, 2 or 3, as described in Section II, A. of the RFP.

2.Describe your organization's program design for providing the specific required services as outlined on pages 18-24, Section II, C, 12 of the RFP. Please provide as much detail in your description as space will permit.

3.Describe your methods used to tract client outcomes and the type of reports that will be generated.

REFERENCES: Complete the attached Current References for provision of services similar to those proposed that started within the last five years. Contracts cited will serve as references for this RFP. Please contact all references to verify their current telephone number and email address and their willingness to answer questions about your performance.

PROJECT STAFF: Complete the boxes below for up to 6 employee classifications (classification type, not individual employees) to be involved in the DVCA Support Services program. Two (2) pages are allowed.

Job Title: / Number of employees:
Minimum Qualifications & Licenses:
Functions on the Project:
Job Title / Number of employees:
Minimum Qualifications & Licenses:
Functions on the Project:
Job Title: / Number of employees:
Minimum Qualifications & Licenses:
Functions on the Project:
Job Title: / Number of employees:
Minimum Qualifications & Licenses:
Functions on the Project:
Job Title: / Number of employees:
Minimum Qualifications & Licenses:
Functions on the Project:
Job Title: / Number of employees:
Minimum Qualifications & Licenses:
Functions on the Project:

COUNTY OF ALAMEDA-BID FORM

RFPNO. WENCS1516

COSTS SHALL BE SUBMITTED ON EXHIBIT A AS IS. NO ALTERATIONS OR CHANGES OF ANY KIND ARE PERMITTED. Bid responses that do not comply will be subject to rejection in total. The costs quoted below shall include all taxes and all other charges, including travel expenses, and is the cost the County will pay for the three-year term of any contract that is a result of this bid. As stated in the last paragraph of page 7 of the RFP, Section II, Statement of Work, A. Intent: “Bidders must also provide a Budget Outline in their proposal that clearly identifies cost allocation methods used to delineate those administrative and program costs associated with the three month start-up implementation period, as well as the costs associated with providing full services that will start on January 4, 2016.” Bidders may use multiple pages for the Budget Outline. Please attach the Budget Outline to this Bid Form.