Loading...
HomeMy WebLinkAboutP-23-068 Agreement Shared Visions Consultants Inc_.pdf coU County of Fresno INTERNAL SERVICES DEPARTMENT Facilities• Fleet• Graphics• Purchasing •Security•Technology p� 1856�p �RV,47 PROCUREMENT AGREEMENT Agreement Number P-23-068 February 8, 2023 Shared Visions, Inc. 8054 Via Zapata Dublin, CA 94568 The County of Fresno (County) hereby contracts with Shared Visions, Inc. (Contractor)to provide consulting services in accordance with the text of this agreement and the Exhibits "A" and "B". TERM: This Agreement shall become effective February 10, 2023 and shall remain in effect through February 9, 2024. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Exhibit"A" attached, at the rates set forth in Exhibit "B". ORDERS: Orders will be placed on an as-needed basis by The County of Fresno Department of Social Services under this contract. PRICES: Prices shall be firm for the contract period. MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of One Hundred Eighty-Six Thousand Eight Hundred Fifty Dollars ($186,850.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. 333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110 *The County of Fresno is an Equal Employment Opportunity Employer* PROCUREMENT AGREEMENT NUMBER: P-23-068 Page 2 Shared Visions, Inc. February 8, 2023 INVOICE TERMS: Net forty-five (45) days from the receipt of invoice. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30)days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Col lapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00)annual aggregate. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relatinq to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only P-23-068 Agreement Shared Visions Consultants,Inc..docx PROCUREMENT AGREEMENT NUMBER: P-23-068 Page 3 Shared Visions, Inc. February 8, 2023 insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within Thirty(30)days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, DSSContractlnsurance@fresnocountyca.gov, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self- insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. Certificates of Insurance are to include the contract number at the top of the first page. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. P-23-068 Agreement Shared Visions Consultants,Inc..docx PROCUREMENT AGREEMENT NUMBER: P-23-068 Page 4 Shared Visions, Inc. February 8, 2023 AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the text of this Agreement(excluding the Exhibits "A" and "B"); (2) Exhibits "A" and "B". GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1) a digital signature; (2)a faxed version of an original handwritten signature; or(3)an electronically scanned and transmitted (for example by PDF document) of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement(1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning all pages of this Agreement to my office via email. Please refer any inquiries in this matter to Crystal Nino, Purchasing Technician, at 559-600-7113 or cnino@fresnocountyca.gov. FOR THE COUNTY OF FRESNO Digitally signed by Gary Cornuelle Gary Cornuelle Date:2023.02.13 10:12:06-08'00' Gary E. Cornuelle Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 GEC:cn P-23-068 Agreement Shared Visions Consultants,Inc..docx PROCUREMENT AGREEMENT NUMBER: P-23-068 Page 5 Shared Visions, Inc. February 8, 2023 CONTRACTOR TO COMPLETE: Company: Shakl-e-d Type of Entity: ❑ Individual ❑ Limited Liability Company ❑ Sole Proprietorship ❑ Limited Liability Partnership Corporation S—� O AO ❑ General Partnership A dress City State Zip /) s 51 Q IS//fit Aaexd TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS C zIlj Print Name 8 Title: �, �(--�/�/�,p Mu� / c O /�.Print Name & Title: Signature: p (� ignature: �Vpa ACCOUNTING USE ONLY ORG No.: 56107001 Account No.: 7295 Requisition No.: 5612300872 (08/2022) P-23-068 Agreement Shared Visions Consultants,Inc:.docx P-23-068 Exhibit A SUMMARY OF SERVICES ORGANIZATION: Shared Visions Consultants, Inc. SERVICES: Consultation Services for Family First Prevention Services — Comprehensive Prevention Plan TELEPHONE: (925) 519-8811 CONTACT: Lisa Molinar, President EMAIL: Lisa@Sharedvisionconsultants.com A. OVERVIEW Fresno County Department of Social Services (DSS) and Fresno County Probation Department have opted into the Families First Prevention Services (FFPS) Program and are required to submit a Comprehensive Prevention Plan (CPP) by July 31, 2023. The CPP is a three (3) year plan that outlines the services that DSS will provide that addresses a continuum of primary, secondary, and tertiary prevention, intervention strategies and services that include Title IV-E eligible services pursuant to the FFPS Program outlined in WIC § 16585 through 16589. Interventions and strategies must include culturally appropriate and responsive services that are tailored to meet the needs of local families who are disproportionately represented in the child welfare system. The overall goal of the CPP is to create a prevention system which is measurable, impactful, and sustainable. To implement a sustainable prevention system, the development of the CPP requires in- depth capacity and readiness assessments that include the collaboration of local Title IV-E agencies, community partners, stakeholders, children and families. Additionally, county asset mapping and needs assessment must be conducted to assist in the selection of prevention strategies and Evidence Based Practices (EBPs). The CPP currently consists of fourteen (14) components that are required to be included and additional elements may be forthcoming based on the state's approved Five (5) Year Title IV-E Prevention Plan. Shared Vision Consultants, Inc. will assist DSS with the facilitation of the FFPS planning process, and the development and writing of the CPP, including the identification of strengths and gaps in services for the children and families of Fresno County. Shared Vision Consultants Inc. (SVC) is a long-standing consulting firm, which has provided a wide variety of innovative services including, systems change through strategic planning; facilitation; subject matter expertise; curriculum development; training; team building; project coordination; and organizational development since 2005. SVC has extensive experience consulting with Child Welfare Services agencies and is providing FFPSA consultation with other neighboring counties. SVC is comprised of a team of child welfare subject matter experts who ensure the most recent research and evidence-based practices are incorporated into their work. 11Page P-23-068 Exhibit A B. SERVICE DESCRIPTION AND DELIVERABLES 1. Develop a strategic process and timeline for: a. The Prevention Planning Capacity Assessment b. The Readiness Assessment C. Asset Mapping and Needs Assessment and Gap Analysis d. Primary, Secondary and Tertiary Prevention Services Identification e. Identification of and connection with County Patners, community stakeholders, and other community members. f. Development of the required components of the CPP 2. Organize meetings, engaging, and inviting partners and facilitation of virtual and/or in person meetings, including but not limited to: a. Meetings with County Partners, Community-based services Providers/Stakeholders, Neighborhood Resource Centers, CAPC, local Native American Tribe(s), Parents and Youth to collaborate on prevention services, data gathering for required assessments, and development of the CPP. b. Initial meeting with identified partners to introduce the project and outline a timeline, process, and plan. C. Meeting agenda development and dissemination d. Writing and dissemination of the meeting minutes e. Dissemination of written and/or electronic materials/tools provided at the meeting f. Scheduled presentations such as, project initiation meetings, formal project update meetings, and data analysis or assessment report out meetings will be delivered in a professional, organized manner where the content can be distributed, clearly understood and the process, timeline, plan and associated tasks/needs are clearly defined and provided to the participants. 3. Facilitate the development and writing of the required assessments for the CPP: a. The Prevention Planning Capacity Assessment that summarizes the key assessment findings and highlights the following: • Strengths • Areas to Develop • Key Challenges • Strategies • Priorities b. The Readiness Assessment comprised of the following domains: • Funding and Fiscal Models 2 Page P-23-068 Exhibit A • Program and Implementation Governance • Cross-Sector Stakeholder Collaboration • Prevention Services Program Design • Policy Regulations and Rules • Workforce • Service Quality Outcomes • Information Systems and Automation • Reporting Requirements C. Asset Mapping and Needs Assessment • Should include researching and identifying current services available in the community, a review of relevant demographics and other data or information that will help the County to understand the service needs of the county. • A description of the completed analysis and how the information was used to help identify the candidate groups and/or priority populations and prevention strategies that will be included in the CPP. • The selected EBPs and rationale for their inclusion that will be included in the CPP. 4. Facilitate the Identification of the Primary, Secondary and Tertiary Prevention Services to be included in the CPP. a. Including how identified prevention services will prioritize the disproportionately represented populations in the system. 5. Cross Sector Collaboration a. Engagement of county partners and community stakeholders, to be included in the development of the CPP. Will include required partners and suggested partners consistent with State guidance and County approval. Required representation must include: • Child Welfare • Probation Department • Department of Behavioral Health • Mental Health Plan Coordination • County Office of Education • Community-based service providers • Neighborhood Resource Centers • Child Abuse Prevention Council (CAPC) • Parents and Youth with Lived in Experience • Foster Family Agencies b. Collaboration in the engagement of local Native American Tribe(s) 6. Identification of the need for joint written protocols for determining which program is responsible for payment, in part or whole, for a prevention service provided. 3 1 P a g e P-23-068 Exhibit A 7. Facilitate and assist in the development and writing of the CPP, including evaluation recommendations for all required components, to include but not be limited to: a. A description of the outcome of Asset Mapping and Needs Assessment and any Capacity and Readiness assessment completed that inform the plan's content. b. A description and rationale for the selection of the candidacy population(s)to be prioritized and the services to be included in the plan. c. The theory or change or logic model which describes the activities and intended outcomes for children, youth, parents, caregivers, and families. The logic model helps to connect the goals of the cross-sector partnership to align with the intent of both the state and federal legislation. d. A description of the county's governance structure or engagement strategies to ensure that the required cross sector collaboration was utilized in decision making for the CPP e. A description of efforts to invite and engage the local Native American Tribe in cross sector collaboration and input into the CPP. f. Assurance and plans for meeting the workforce and training requirements established under the state plan. g. A description of how agencies will ensure that required cross sector collaboration is engaged in ongoing monitoring of the FFPS Program and how their input will be incorporated into strategies for continuous improvement of the local FFPS Program. h. A description of how the county will ensure that all EBPs, whether delivered via contracted entity or by the local Title IV-E agency staff, will adhere to model fidelity protocols and an assurance that the local Title IV-E agency will participate in state level fidelity oversight and coordination. i. Assurance that the agency will monitor child safety, including conducting periodic risk assessments. Local Title IV-E agencies that contract with community-based organizations for services will also describe the process for how safety monitoring and periodic risk assessments will be overseen. Agencies must include language within service contracts that describe this process to ensure that roles and responsibilities are clear. j. Strategies for use of the Integrated Core Practice Model (ICPM). k. Inclusion of the Agency's spending plan which describes how the State FFPS Program Block Grant will be used for prevention activities and services and the extent to which additional funds are leveraged for comprehensive planning. I. A description of the coordination with the local Mental Health Plan to ensure adherence to federal requirements that the Title IV-E remains the payer of last resort. m. Description of plans to ensure the sustainability of services in the CPP and/or barriers and needs to ensure sustainability. n. Assurances of all other requirements under the state Title IV-E Prevention Program Plan approved by the federal Administration for Children and Families (ACF). 8. Assistance in linking the CPP with the County Self-Assessment (CSA) and System Improvement Plan (SIP). 9. Development of an orientation and training plan related to components in the CPP. 4 1 P a g e P-23-068 Exhibit A 10. Facilitation of the dissemination and presentation of the plan to the California Department of Social Services (CDSS). Submission of the CPP to CDSS will occur no later than July 31, 2023. 11. Timelines for this project will follow state requirements determined by CDSS. 12. Writing, submitting, and editing reports- Contractor shall utilize electronic submission of drafts and written findings and recommendations and will accept edits and requests for changes both virtually and electronically. The Contractor will utilize virtual technology to present findings, questions, responses, etc. 13. Surveys, Focus and Stakeholder meetings and phone calls- The Contractor will do outreach to participants identified by the County. The meetings will be held on a virtual platform. The Contractor will ensure participants have the tools, feel engaged, understand, and can utilize the technology to fully participate in meetings. 14. In the wake of COVID-19 pandemic, the Contractor shall conduct the services described in the scope of work, within a consistent, safe, and healthy process. The contractor will maintain program flow over the life of the contract and provide consistent leadership and facilitation, virtual consultation, meetings, and coaching. 15. Cultural Competency- The Contractor will incorporate cultural competence considerations throughout the life of the contract. The Contractor's subject matter experts shall be experienced on cultural competence programming in child welfare and be versed in communication styles and all trainings and facilitation to ensure that different communication styles are respected. County will: Assistance required from the County to complete the work and services within the given timeframes includes: 1. Information Access- the County will provide data from CWS/CMS, Safe Measures, and other potential data sources for this project. 2. County staff will review data analysis, assessments, reports, and any other material related to the required assessments, mapping and CPP documentation within the timeframes set forth in the agreed upon timeframes of this project. 3. County staff will provide the Contractor with requested/required information within the timeframes set forth in the agreed upon timeframes of this project. 4. County staff will attend all consultation meetings, stakeholder meetings and other collaborative meetings as set forth and agreed upon throughout the life of the contract. 5. County staff will assist in the identification of community partners, stakeholders, service providers, resource centers, parents and youth and will provide contact information for ongoing groups and/or agencies that can contribute to the planning process, provide data or information for this project. 5 1 P a g e P-23-068 Exhibit B Compensation Cost All consultation and travel hours billed at $185. / Hour. Estimated number of hours is included below. Deliverables Hours Cost Consultation, planning, facilitation, communication 1010 $186,850 strategies and comprehensive prevention plan development. See phase detailed deliverables above. Meetings, organization, invitation process, planning, virtual process conferences and online communication with staff, management, and community partners. Total $ 186,850