request for proposal issued by the city of los angeles mayor's office gang...

43
Attachment 1 REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG REDUCTION AND YOUTH DEVELOPMENT

Upload: others

Post on 26-Sep-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

Attachment 1

REQUEST FOR PROPOSAL

ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICEGANG REDUCTION AND YOUTH DEVELOPMENT

Page 2: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

DATE ISSUED: April 22, 2014

TITLE:

DESCRIPTION:

Los Angeles Violence Intervention Training Academy

The City of Los Angeles (City) is seeking a contractor to prepare, coordinate andimplement the Los Angeles Violence Intervention Training Academy (LAVITA) on behalf ofthe Mayor's Office of Gang Reduction and Youth Development (GRYD). The purpose ofLAVITA is to design and provide effective training and certification for gang interventionworkers in City communities impacted by high levels of violence.

The contractor shall provide instructors with expertise and experience in gang interventionto provide professional development to Community Intervention Workers (CIWs) and CaseManagers throughout the City, in line with the GRYD Comprehensive Strategy, includingthe GRYD Gang Intervention Model. CIWs hired to work in designated GRYD zones andother GRYD communities will be required to participate in this training.

The GRYD zones and other communities include:

GRYD Zones77th Division IIBaldwin Village/SouthwestBoyle Heights/HollenbeckCypress Park/NortheastFlorence-Graham/77thNewton

Pacoima/FoothillPanorama City/MissionNorth HollenbeckRampart/Pico Union Regional StrategySouthwest IIWatts Regional Strate•

kaheliG

San Pedro/WilmingtonVenice/Mar VistaBelmont/Rampart

PRELIMINARY SCHEDULE:

Event

Request for Proposal Released

Sun ValleyCanoga Park

Pre-Proposal Conference (MANDATORY)City of Los Angeles Mayor's OfficeGang Reduction & Youth Development22nd Floor200 North Spring St.Los Angeles, CA 90012(Please RSVP to [email protected])

Date

April 22, 2014

May 1, 2014 at 10:00 a.m.

2

Page 3: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

Business Inclusion Program (BIP) Outreachis due on: May 20, 2014 at 11:59 p.m.

Deadline to Submit Proposal June 3, 2014 at 3:00 p.m.

Proposal Delivery Address

Technical Assistance

Gabriela V. JassoContracts SpecialistMayor's Office200 N. Spring Street Room 303Los Angeles, CA [email protected]

Requests should be made in writing,using the attached from (Exhibit N)by email no later than 3:00 p.m.Pacific Time on May 6, 2014 to:Email: [email protected]

3

Page 4: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

REQUEST FOR PROPOSAL

TABLE OF CONTENTS

I. BACKGROUND 6

A. Administrative Entity 6

B. Project Overview 6

C. Regional Collaboration 8

II. SPECIFICATIONS 8

A. Services Solicited and Project Objectives 8

B. Specific Requirements and Scope of Work 8

III. ELIGIBLE PROPOSERS 17

A. Proposer Checklist: 17

IV. SOURCE OF FUNDS AND FUNDS AVAILABLE 18

V. BUDGET 18

VI. CONTRACT TERM 18

VII. TECHNICAL ASSISTANCE 18

VIII ATTENDANCE AT PRE-PROPOSAL CONFERENCE 18

IX. DEADLINE FOR SUBMISSION OF PROPOSALS 19

X. EVALUATION CRITERIA 20

XI. PROPOSAL REVIEW PROCESS 22

XII. CONTRACT AWARD 23

XIII. PROPOSAL APPEAL PROCESS 23

XIV. GENERAL RFP INFORMATION 24

A. General Proposal Conditions: 24

B. Documents Required With Proposal: 33

C. Contract Execution Requirements 33

D. Contractor Evaluation 35

XV. PROPOSAL PACKAGE 35

A. General Preparation Guidelines 35

B. Narratives 37

C. Documents to be Completed 43

XVI. PROPOSAL CHECKLIST — DOCUMENTS TO BE SUBMITTED WITH PROPOSAL 43

Page 5: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

EXHIBITS

1 Exhibit A Exhibit BExhibit C

Insurance RequirementsProposers Workforce InformationStatement of Non-Collusion

Exhibit DExhibit EExhibit FExhibit GExhibit H

Exhibit IExhibit JExhibit KExhibit L

Exhibit MExhibit N

Contractor Responsibility Questionnaire Pledge of Compliance with Contractor Responsibility OrdinanceBusiness Inclusion Program (BIP) Policy and BAVN BIP Walk-ThruCertification and Disclosure Regarding Lobbying Certification Regarding Debarment

Drug-Free Workforce Form Bidder Certification (CEC Form 50)Bidder Contributions (CEC Form 55)BAVN Document Submission Guide - EBO, Non-Discrimination/AffirmativeAction and SDOStatutes and Regulations Applicable To All Grant ContractsTechnical Assistance Request Form

5

Page 6: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

I. BACKGROUND

A. Administrative Entity

The Mayor's Office of Gang Reduction and Youth Development (the GRYDOffice) was established in 2007 to address the need for a comprehensive,collaborative, and community-based strategy to reduce gang-related crimeand violence within City communities that contain the highest concentrationof gang members. As part of its violence reduction mission, the GRYD Officeoversees the City's overall gang prevention, intervention, and Summer NightLights (SNL) strategies across the City (GRYD Comprehensive Strategy).

GRYD will serve as the administrative entity for this Request for Proposals(RFP). This RFP is solely funded by the City of Los Angeles General Fund.GRYD is responsible for the day-to-day coordination of this project.

B. Project Overview

The City seeks a contractor to prepare, coordinate and implement the LosAngeles Violence Intervention Training Academy (LAVITA). ThroughLAVITA, the Contractor will design and provide effective training andcertification for Community Intervention Workers (CIWs) hired to work indesignated GRYD zones and other GRYD communities. The training shallalign with the GRYD Comprehensive Strategy, including the "GRYD GangIntervention Model." The GRYD Gang Intervention Model integratesCommunity-Based Gang Intervention and Family Case Management. Eachapproach is described as follows:

1. Community-Based Gang Intervention: Violence interruption and crisisresponse activities conducted by contracted gang interventionagencies. This includes: 1) engaging with law enforcement, parents,community members, and other community stakeholders regardingspecific gang-related activities; 2) referring potential gang membersfor family case management; 3) mediating and diffusing conflict andtensions to reduce retaliation risks; and 4) actively promoting peace-keeping activities with community members, victims and their familiesand active gangs that impact the GRYD communities.

2. Family Case Management: Family Case Management is designed toreduce the levels of gang involvement among young people who arealready members of a gang and who are ready to leave the ganglifestyle. The model is designed to help link clients and their families toneeded services. This approach focuses upon gang members organg-involved youth and young adults between the ages 14-25 whoare ready to leave the gang life (target population can be lower/higherand will be determined on a case-by-case basis). Via a verticalstrategy, clients are connected to three generations of family toidentify family assets using strength-based genograms. Via ahorizontal strategy, clients are given techniques to develop problemsolving skills as they relate to specific life choices and behaviors.

6

Page 7: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

These strategies are intended to increase a client's ability to self-differentiate and separate from gangs and the gang lifestyle.

The functions of the Intervention Model are carried out by CommunityIntervention Workers (CIWs) and other assigned staff who have been hiredby GRYD intervention contractors to work in designated GRYD zones andother GRYD communities, which include:

GRYD Zones77th Division IIBaldwin Village/SouthwestBoyle Heights/HollenbeckCypress Park/NortheastFlorence-Graham/77thNewton

',other GRYD Communiftes.A",San Pedro/WilmingtonVenice/Mar VistaCanoga Park

Pacoima/FoothillPanorama City/MissionNorth HollenbeckRampart/Pico Union Regional StrategySouthwest IIWatts Regional Strategy

Sun ValleyBelmont/Rampart

1*L

The City identified these communities based on several factors, includinghigh levels of gang crime and activity, number of youth on probation/parole,high-school dropout rates, truancy rates, poverty levels, unemploymentstatistics, and population density.

The selected organization will function as the fiscal, administrative, andaccreditation body for the Academy. It will manage the registration process,secure space for live course instruction, maintain attendance records, andestablish guidelines for instructor salaries. A committee selected by theGRYD Office (LAVITA Committee) will work with the selected organization todirect outreach, community engagement, and recruitment activities; selectinstructors and course materials; define the certification process; andevaluate performance. The LAVITA Committee is comprised ofrepresentatives from the following organizations:

7

Page 8: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

1. Mayor's GRYD Office,2. Los Angeles Police Department (LAPD),3. Institutions of Higher Learning, and4. Community Based Organizations (which specialize in

Gang/Intervention work).

C. Regional Collaboration

Applications will be accepted from individual organizations and/ororganizations working in collaboration.

II. SPECIFICATIONS

A. Services Solicited and Project Objectives

This RFP requires that funds be spent on developing, coordinating, andimplementing LAVITA, an academy that guides the lifelong learning of CIWsin the five identified areas of competency and to create and maintain acertification process that allows for the professionalization of CIWs. LAVITAwill teach CIWs gang intervention through proactive, culturally specificrelationship-building, community engagement, and professional collaborationwith city agencies. All curriculums, teaching methodologies, and expectationsof the CIWs will be guided by this principle.

LAVITA shall be implemented by a contracted 501(c)(3) organization("Contractor"). The Contractor must use the mission of the GRYD Office andthe GRYD Gang Intervention Model as guiding principles for all training andcertification. Contractor must establish a comprehensive curriculum andtraining schedule. Contractor must also establish protocols for certificationthat consider attendance, participation, and increased understanding of thepresented curriculum. Contractor must also establish policies for maintainingcertification (e.g., continuing education courses, continued professionaldevelopment, code of conduct, expiration date for certification, etc.). Eachsuccessful proposer will be required to participate in a thorough evaluation toensure measurable outcomes are met.

B. Specific Requirements and Scope of Work

PART 1 — PROGRAM DEVELOPMENT

1. Curriculum Development

Under the supervision and subject to the approval of the GRYD Office,Contractor shall assemble a committee to develop the LAVITAcurriculum (Curriculum Committee). Contractor will lead groupdiscussions and meet with individual instructors and or committeemembers to synthesize ideas and translate those ideas into acurriculum format.

The Curriculum Committee shall oversee, develop, and approve allcurriculum content used at LAVITA. The Curriculum Committee willinclude representation from ethnically diverse intervention

8

Page 9: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

practitioners serving clients in various geographic areas of the city.The Committee will also include academics and members from alliedhelping professions, including LAPD.

The LAVITA curriculum structure shall encompass Entry-LevelTraining; Continuing Education/Certification Renewal; RegionalStrategy/Specialized Initiatives; and Summer Night Lights CIWTraining. Training for each component shall emphasize all five of thefollowing Areas of Competency.

a. Direct Practice

Teaches entry-level CIWs basic skills and knowledge (includingstandards of practice) necessary, specific interventionguidelines, and skills in working with community-based andgovernment partners, including LAPD.

b. Personal Development

Enhances understanding of professionalism and the code ofconduct to be observed by entry level CIWs, and createopportunities for personal insight that will foster self-reflectionand growth. This will include the CIW's roles andresponsibilities, professionalism, personal history, and life skills.

c. Applied Theory

Enhances understanding of the theories that support theproactive peace-keeping and collaboration-oriented practice ofgang intervention, as well as the challenges to the work fromcommunity dynamics.

d. Broader Policy Issues

Connects the intervention field to broader public policy issues(e.g., gun violence reduction policy, re-entry policy, etc.) thatwill help advance violence reduction efforts.

e. Concrete Tasks

Enhances the understanding of fiscal matters, including theRequest for Proposal (RFP) process, the development andexecution of contracts, the development and approval ofbudgets, the submission and reimbursement of expenditures,the budget modification and closeout processes, developingadministrative capacity, and the importance of documentationand record-keeping. These also include governing issues

9

Page 10: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

relating to legal liability, risk management, and professionalorganizational protocols.

2. Staffing and Instructor Recruitment

In collaboration with the GRYD Office, Contractor shall solicit and hireLAVITA instructors. Instructors must have a strong understanding ofthe GRYD Intervention Model and the LAVITA curriculum structure.Additionally, instructors must have practical and applied experience inworking with gang intervention agencies, law enforcement, academicinstitutions and community based organizations. Contractor shallprovide the GRYD Office with a resume and relevant references for allcore staff members working on LAVITA.

The GRYD Office reserves the right to select, approve, evaluate,and/or remove any LAVITA instructors. As directed by the GRYDOffice, Contractor shall engage with other community organizationsand GRYD contracted agencies for input relevant to the LAVITAcurriculum.

3. Recruitment

Under the direction of the GRYD Office, Contractor shall beresponsible for recruiting, screening, and enrolling students in relevantcourses.

4. Academy Location

Contractor shall be responsible for securing and preparing the LAVITAAcademy site for instruction.

PART 2 - TRAINING

1. Entry-Level Training

All new and entry level CIW's employed under a GRYD contract arerequired to be trained and certified through LAVITA. Entry-leveltraining must be designed to include CIWs that have less than fiveyears of experience and those that have not been previously certifiedthrough LAVITA. All instruction should be designed within theframework of the GRYD Gang Intervention Model (described above).The entry-level training must include a minimum of 144 hours ofclassroom or on-site instruction in the five areas of CIW competencydescribed above. Contractor will be required to conduct entry-leveltraining twice per fiscal year. Training topics shall include but are notlimited to:

10

Page 11: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

a. The GRYD Strategyb. Intervention Standards of Ethics and Conductc. Professionalismd. Mediation and Conflict Resolutione. Personal Development and Direct Practicef. Proactive Community Intervention

g. Incident Responseh. Comprehensive Violence Reduction Strategiesi. Summer Violence Reduction Strategiesj. Female Responsive Violence Reduction Strategiesk. Multi-Sector Collaboration and Violence ReductionI. Genograms and Family Systemsm. Social Media and its Role in Gang Dynamics/Violencen. Prison Gangs and Incarceration Dynamicso. Changing Dynamics in Intervention (i.e., new codes vs.

old codes of the street, younger gang members vs. oldergang members, tagging crews' associations to gangs)

P. Policies Impacting Gangs (e.g., Gang Injunctions)q. Emergency Room Based Interventionr. Black/Brown Gangs and Intervention Dynamicss. Professional Supervisiont. Cease Fire Maintenanceu. Law Enforcement and Community Engagement

(including LAPD Officer Gang Intervention Training)

Contractor will develop standards for certification, subject to ultimateapproval by the LAVITA Committee and the GRYD Office.

2. Continuing Education/Certification Renewal

LAVITA was first developed and implemented in 2010, so many of theCity's contracted individuals have already been trained and certifiedthrough LAVITA. Contractor must establish a schedule andcurriculum that requires each previously certified CIW to complete atleast two continuing education modules each fiscal year forcertification renewal. Previously, continuing education modules haveincluded 48 hours of instruction within a 4-week period, consisting ofapproximately two 6-hour classes per week. This is not a mandatoryschedule; however the Contractor is encouraged to propose additionalguidelines that enhance CIW competency. Contractor will be requiredto conduct continuing education training twice per fiscal year.

Each course shall offer advanced training and refresher classes in keypersonal development and direct practice topics listed under EntryLevel Training above.

Contractor will develop standards for CIW recertification, subject toultimate approval by the GRYD Office.

11

Page 12: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

3. Regional Strategy Training/Specialized Initiatives

The Regional Strategy Initiatives are community-driven programs inwhich CIWs concentrate on specific community issues, programcoordination and client sponsored events. Currently, the GRYD Officeis responsible for implementing two specialized regional initiatives: theWatts Regional Strategy and the Rampart/Pico Union RegionalStrategy. LAVITA will train CIWs in topics specific to these initiatives.This may include location/neighborhood-specific training or discipline-specific training (such as a re-entry specific training). RFP applicantsmust demonstrate specific knowledge of these communities, theirgangs, and the impact of these gangs upon the broader community indescribing their training approach for these two initiatives.

a. Watts Regional Strategy Training

The Watts Regional Strategy is a comprehensive approach togang violence and crime designed to enhance the quality of lifeof the residents of Watts. It began in November 2011, as aresponse to an increased level of violence in the threeprominent housing developments in the Watts community. Ithas been funded jointly through the City of Los AngelesGeneral Fund and the Housing Authority City of Los Angeles(HACLA). It provides crisis response, family case management,safe passages for students and parents in and around schools,group support for youth and their families, and peacekeepingactivities through organized events. Contractor will be requiredto conduct Watts Regional Strategy Training once per fiscalyear.

b. Rampart/Pico Union Regional Strategy (Proyecto PalabraTraining)

Proyecto Palabra is a community-based violence interventiondemonstration project funded by the Office of Juvenile Justiceand Delinquency Prevention (OJJDP) — Community BasedViolence Prevention Demonstration Grant (CBVP). This grant isadministered by GRYD and follows the GRYD GangIntervention Model. Its design is to support agency capacitybuilding within the Rampart/Pico Union Regional Strategy Area;to facilitate partner organization efforts to exercise formal andinformal social controls; and to coordinate prevention,intervention, re-entry and law enforcement and communityengagement activities to reduce the levels of community-basedviolence. Contractor will be required to conduct ProyectoPalabra Training once per fiscal year.

12

Page 13: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

4. SNL Community Intervention Worker Training

a. Overview

In collaboration with the GRYD Office, Contractor shall offercomprehensive SNL CIW training to currently funded GRYDcontractors and seasonal CIWs who are hired to providecommunity intervention services at SNL sites ("SNL CIWs").Each of the 32 SNL sites will be staffed by a six-member team,comprised of one (1) lead and five (5) CIWs. The SNL CIWtraining will reflect the GRYD Comprehensive Strategy, and willembrace the underlying philosophy of the SNL program and itsfour major components.

1) Extended Hours & Programming

Extended programming occurs during the summermonths, at thirty-two recreational facilities in the City thatextend their hours until 11 p.m., four nights a week(Wednesday-Saturday). Programming includes youthand adult-centered athletic, recreational, educational andartistic activities.

2) Youth Employment

Ten Youth Squad members are hired at each SNL site tostaff the extended hours and programs. The YouthSquad members, ages 17-20, are from the communityand at risk for gang involvement and engaging in gangviolence. Youth Squad members receive stipendsthroughout the summer as well as job and life skilltraining that begins two weeks before the kick-off of SNLand continues throughout the program.

3) Intervention/Cease Fire

CIWs are hired from the community to engage inproactive peace-making activities as well as violenceinterruption strategies throughout the SNL program.CIWs also assist in referring youth to the SNL program,collaborate with program partners, and assist in theimplementation of expanded programming targetinggang involved or ex-gang involved youth and adults.

4) Law Enforcement and Community Engagement

The LAPD is an active partner in the SNL programming.At SNL sites, law enforcement actively participate and

13

Page 14: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

interact with all community members in activities beyondsuppression, including sports, provision of communityresources, and presenting LAPD program opportunitiesfor youth and residents.

Additionally, Contractor will train SNL CIWs in effective pre-SNL community engagement techniques to inform gangmembers about the SNL program and its goal to reduceviolence (through proactive peace building, establishing andmaintaining dialogue and agreements, etc.).

b. CIW Training Components

Contractor must design SNL training for the following threedifferent types of CIWs that provide community interventionservices for the SNL program each summer (once per fiscalyear):

Group 1: SNL lead CIWs

SNL Lead CIWs have received previous SNL training. Theywill be expected to attend the general 16-hour training providedto seasonal CIWS. Contractor is responsible for providing themwith at least sixteen (16) hours of additional training focusing ontheir role as a Lead CIW. This training includes but is notlimited to:

1) Understanding SNL within the overall GRYDComprehensive Strategy;

2) Leadership and professionalism;3) Communicating and collaborating with SNL partners;4) Law enforcement and community engagement; and5) Proactive peace-keeping and violence reduction

programming.

As such a total of thirty-two (32) minimum hours will beadministered to each SNL Lead CIW. Contractor will work withthe GRYD Office to develop specific training components tomaximize efficient training design.

Group 2: SNL CIW-GRYD Contractors

SNL CIW-GRYD Contractors are intervention providers that areemployed by a GRYD intervention contractor year round.Contractor is responsible for ensuring that they receive aminimum of sixteen (16) hours of training. Training shall includebut is not limited to the following:

14

Page 15: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

1) SNL Model & Program Components2) Programming for Gang-Involved Youth and Adults3) SNL-Specific Scenarios4) Pre and Post SNL Community Engagement

Group 3: SNL CIW-Seasonal Hires that are NOT GRYDContractors

Contractor will provide SNL CIWs who are seasonal hires withan introductory eight (8) hour training session that will includeprofessional development, work readiness, an overview of gangintervention, an overview of the GRYD office, and SNLcomponents.

In addition, Contractor is responsible for ensuring that seasonalCIWs receive a minimum of sixteen (16) hours of training onthe same topics as the SNL CIW GRYD Contractors listedabove. As such a minimum of twenty-four (24) total hours willbe administered to the seasonal CIW.

PART 3 - REPORTING AND DOCUMENTATION

1. Monthly Reports

Contractor shall conduct monthly meetings with the GRYD Office andprovide monthly project status reports outlining accomplishments,program observations, and challenges encountered, and a scheduleof completed/upcoming trainings.

Contractor shall also attend City Council meetings as directed by theGRYD Office to provide LAVITA updates and project reports toCouncil.

2. Evaluation

The GRYD Office will contract with certain agencies to assistContractor in developing and administering a satisfaction andcompetency survey tool to assess LAVITA students (GRYDEvaluation Contractors). Contractor shall be responsible for meetingwith GRYD Evaluation Contractors to discuss evaluation componentsand data needs. Contractor will coordinate with GRYD EvaluationContractors to ensure that students are assessed at the beginning oftheir training (within two weeks of the semester commencing) and theend of their training (at least two weeks prior to the end of thesemester). Survey questions should measure comprehension of:

15

Page 16: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

a. The five core competencies addressed in the curriculumb. Knowledge of the GRYD Gang Intervention Model components

(Community Based Gang Intervention and Family CaseManagement)

c. Roles and responsibilities of CIWs within the GRYD GangIntervention Model

3. Student Records

Contractor shall maintain and regularly review individual records thattrack the progress of each student, from the application throughcourse completion. The records for each student shall include thefollowing:

a. Applicationb. Record of pre-admittance oral interviewc. Attendance records tracking excused and unexcused absences

and tardinessd. Records of in-classroom participatione. Records, if any, of disciplinary actions, including copies of

written warnings and corresponding corrective action planf. Results of the final examination

g. Copy of certification, if successful, and any other forms orreports as may be requested by the GRYD Office or the GRYDEvaluation Contractor

4. Biannual Presentation

Contractor shall conduct a biannual presentation to the GRYD Officethat provides an overall LAVITA project status report. Contractor shallprepare proposed agendas, handouts and presentation materials.Contractor shall update the proposed material based upon input fromthe GRYD Office and relevant project data. Furthermore, Contractorshall present the material to the GRYD Office for its review,modification and approval five (5) business days before thepresentation. Finally, Contractor shall produce minutes from thebiannual presentation within three (3) business days after thepresentation. Contractor shall participate in additional meetings asdeemed necessary by the GRYD Office.

C. ADDITIONAL COSTS

The Contractor shall be responsible for any and all costs associated withLAVITA. The costs include but are not limited to the production of thedevelopment plan, presentation materials (i.e. flip charts, pens, easels, andattendee registration), video and printing costs.

16

Page 17: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

III. ELIGIBLE PROPOSERS

Proposals will be accepted only from proposers that meet all of the followingrequirements:

A. PROPOSER CHECKLIST:

The Proposer must be qualified to conduct business in the State of California;

1. The Proposer must be in good standing with the Secretary of State, ifa Corporation or Limited Liability Company;

2. The Proposer has not been determined to be non-responsible nor hasthe Proposer been debarred by the City pursuant to the ContractorResponsibility Ordinance;

3. The Proposer has not been debarred by the Federal Government,State of California, or local government;

4. If the Proposer has contracted with the State of California or the Cityof Los Angeles, it must not have an outstanding debt which has notbeen repaid or for which a repayment agreement plan has not beenimplemented. If it has contracted with any city agency, it must nothave an outstanding disallowed cost or other liability to the City;

5. The Proposer must have financial stability and ongoing ability toprovide the services proposed;

6. The Proposer must have adequate staffing, including support andbackup staff, with sufficient experience and technical expertiseavailable;

7. The Proposer must have knowledge and experience working withgang intervention agencies, such as contracts or collaborations;

8. The Proposer must have experience coordinating and implementingtrainings for large groups;

9. The Proposer must have demonstrated experience and familiarity withthe GRYD Comprehensive Strategy; and

10. The Proposer must have existing relationships with area schools andcommunity partners including probation, LAPD, and the faith basedcommunity.

17

Page 18: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

IV. SOURCE OF FUNDS AND FUNDS AVAILABLE

This RFP is for an amount up to $200,000.00. Funding for all periods of this RFPand subsequent contract is subject to City of Los Angeles Council approval and willbe available for distribution through this RFP, subject to the availability of fundingfrom the City of Los Angeles' General Fund.

V. BUDGET

The budget for this contract shall not exceed $200,000.00. The Agreement with theselected applicant will be on a fixed-price contract basis.

VI. CONTRACT TERM

The initial contract period shall be commenced on or about July 1, 2014 for twelvemonths, with an option to extend for up to two additional twelve (12) month terms.Extensions at the City's sole option will be contingent upon the availability of funds;Contractor's continuing compliance with applicable Federal and local governmentlegislation (if applicable); and an evaluation of Contractor's performance.

VII. TECHNICAL ASSISTANCE

All technical assistance questions must be submitted by e-mail, using the attachedTechnical Assistance Request Form (Exhibit N). Please identify the RFP title on thesubject line of your message.

To ensure the fair and consistent distribution of information, all questions will beanswered by a Question-and-Answer (Q&A) document available on the City of LosAngeles Business Assistance Virtual Network at www.labavn.org. No individualanswers will be given. The Q&A document will be updated on a regular basis toensure the prompt delivery of information.

Technical Assistance questions submitted after May 29, 2014 at 3:00 p.m. PacificTime will NOT be accepted.

VIII. ATTENDANCE AT PRE-PROPOSAL CONFERENCE

Attendance at the Pre-Proposal Conference is mandatory. Proposers who do not attend the mandatory pre-proposal conference will not be eligible to submitproposals. No minutes will be taken at the Pre-Proposal Conference. Attendees atthe conference will be responsible for taking their own notes. All questions will beaddressed at this conference and any available new information will be provided atthat time. If you have further questions regarding the RFP, please refer to technicalassistance guidelines.

18

Page 19: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

Questions raised at the Pre-Proposal Conference may be answered orally. If anysubstantive new information is provided in response to questions raised at the Pre-Proposal Conference, it will also be memorialized in a written addendum to thisRFP, which will be posted on the website at www.labavn.com.

The Pre-Proposal Conference will be held on May 1, 2014 at 10:00 a.m.Conference will be held at the following location:

City of Los Angeles, Office of the MayorGang Reduction & Youth Development22nd Floor200 North Spring St.Los Angeles, CA 90012

BRING YOUR OWN COPY OF THE RFP. NO COPIES WILL BE PROVIDED ATTHE CONFERENCE.

The City of Los Angeles does not discriminate on the basis of disability and, uponrequest, will provide reasonable accommodation to ensure equal access to itsprograms, services and activities. Please contact the City at least seventy-two (72)hours in advance at 213-978-3101 to request an accommodation.

IX. DEADLINE FOR SUBMISSION OF PROPOSALS

The original proposal, together with six (6) complete copies and oneelectronic copy on a CD or USB flash drive, must be hand or courier-deliveredin a sealed package by the date on the cover of this document. The originalmust be marked "Original" on the cover and must bear the actual "wet" signature(s)of the person(s) authorized to sign the proposal. The copies must be numbered onthe upper right hand side of the cover to indicate "Copy No. ." Proposal must besubmitted in a 3 ring binder. Specialized coverings, paper clips, spiral wirebinding or other removable fasteners are not acceptable. Proposals must besubmitted by 3:00pm (Pacific Standard Time) on June 3, 2014).

Proposals must be addressed to:

Gabriela V. JassoContract SpecialistOffice of the MayorGang Reduction & Youth Development200 N. Spring Street, Room 303Los Angeles, CA 90012

The envelope containing the proposal must clearly identify the RFP for which theproposal is being submitted with the following statement:

19

Page 20: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

LOS ANGELES VIOLENCE INTERVENTION TRAINING ACADEMY

Persons who deliver a proposal will be issued a "Notice of Receipt of Proposal."The original copy of the submitted proposal will be marked with a time and datestamp. Timely submission of the proposal is the sole responsibility of the Proposer.The City reserves the right to determine the timeliness of all submissions. Lateproposals will not be reviewed. All proposals delivered after the stated deadlineswill not be accepted and will be returned unopened to the Proposer.

Proposals submitted via U.S. Mail, facsimile, or e-mail will not be accepted.

X. EVALUATION CRITERIA

A. A panel selected by the GRYD Office will review and score each completeand fully responsive proposal. Proposals shall be evaluated based on thequality of applicant responses to the RFP and reasonableness of theproposer's costs as compared against other proposers.

Proposals shall be evaluated based on the following measures:

PROPOSAL SELECTION CRITERIA POINTS

Project Plan 15Staff Experience and References 10Organizational Capability 30Operational Plan 40Cost Proposal 5

TOTAL POSSIBLE POINTS 100

1 Project Plan (15 Points) • Thoroughness, quality, and completeness of responses to

questions outlined in Narrative 1.• Practicality, efficiency, and effectiveness of the proposed

strategies and methodologies.• Depth and breadth of knowledge of the issues outlined in Narrative

1.

2. Staff Experience (10 points)• Thoroughness, quality, and completeness of responses to

questions outlined in Narrative 2.• Depth and quality of staff experience relating to their assigned role.• Staff knowledgebase.• Quality and relevance of any references provided.

20

Page 21: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

3. Organizational Capability (30 Points) • Thoroughness, quality, and completeness of responses to

questions outlined in Narrative 3.• Experience in coordinating trainings on the implementation of gang

services.• Successful collaboration with community-based gang intervention

agencies in the City.• Successful partnerships with City and County agencies (e.g. law

enforcement), higher education institutions, hospitals, probationand parole.

• Demonstrated ability to work with the gang intervention targetpopulation.

• Financial stability and ongoing ability to provide the servicesproposed.

• Availability of adequate staffing, including support and backupstaff, and the ability to recruit experienced staff and instructors inthe field of gang intervention (e.g. re-entry, suppression).

4. Operational Plan (40 Points) • Thoroughness, quality, and completeness of responses to

questions outlined in Narrative 4.• Practicality, efficiency, and effectiveness of the proposed

strategies and methodologies showing that the Contractor cancomplete all of the project goals as stated in the Scope of Work.

• Quality of concept and design of LAVITA, demonstrating anunderstanding of the GRYD communities, the GRYDComprehensive Strategy, and the GRYD Gang Intervention Model.

• Timeliness of project implementation schedule (e.g. timeline ofactivities)

• Experience demonstrating ability to write effective project reports,work plans and recommendations on LAVITA program to theGRYD Office.

5. Cost Proposal (5 Points) • Thoroughness, quality, and completeness of responses to

questions outlined in Narrative 5.• Accuracy and completeness of submitted budget.• Allowability/allocability, reasonableness, and necessity of costs.• Feasibility of budget(s).• Costs will be compared to the operational plan and implementation

schedule to determine whether sufficient resources are dedicatedto tasks and deliverables.

• Project-funded staff duties and time commitment to support theproposed objectives and activities.

21

Page 22: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

NOTE: Proposed costs may be compared against other proposersand against independent cost estimates. The lowest cost proposermay not be determined to be the best proposer when all the evaluation factors have been considered.

The City reserves the right to require a pre-award interview, siteinspection and/or telephone conference call with applicants.

B. Following the evaluation of the written proposals, up to three (3) proposersreceiving the highest scores may be invited to give an oral presentation(power point and other demonstration tools are acceptable) related to theirproposal to the Selection Committee. The presentation shall last not morethan thirty (30) minutes and shall address the following topics:

• Knowledge and understanding of the project (up to 40 points);• Proposer's methodology (up to 10 points); and

After the presentation, the panelists may ask for clarification or explanation ofthe written proposal or oral presentation. The selection committee shallaward points for each element of the presentation, up to a total 50 points forthe oral presentation. Points from the presentation shall be combined withthe points assigned for the written proposal. The selection committee shallrecommend the highest scoring proposer for funding.

XI. PROPOSAL REVIEW PROCESS

A. The proposal review process shall include the following major activities toensure that the procurement meets audit standards:

1. All proposals shall be reviewed to determine that the minimumeligibility requirements have been met. Ineligible proposers will beinformed in writing;

2. All eligible proposals shall be reviewed, scored, and ranked;

3. Each eligible proposal shall be reviewed for costs that are reasonable,allowable, necessary, and competitive, as measured by a review ofthe line-item budget, the project design, and its competitive standingas compared to all other proposals;

4. At the City's sole discretion, oral interviews may be held with topscoring proposers. The results of the oral review will determine thefinal funding recommendations; and

5. Proposers shall be notified in writing about funding recommendations.

22

Page 23: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

XII. CONTRACT AWARD

The selection of any proposal shall not imply acceptance by the City of all terms ofthe proposal, which may be subject to further negotiations and approvals before theCity may be legally bound thereby.

If a satisfactory contract cannot be negotiated in a reasonable time, the GRYDProject Manager, in its sole discretion, may terminate negotiations with the selectedproposer and begin contract negotiations with the next proposer ranked by theSelection Committee.

XIII. PROPOSAL APPEAL PROCESS

A. All applicants shall have the opportunity to appeal Department fundingrecommendations. They are as follows:

1. Errors and Omissions in RFP

Proposers are responsible for reviewing all portions of this RFP.Proposers are to promptly notify the individual designated as thecontract specialist, above, in writing, if the proposer discovers anyambiguity, discrepancy, omission, or other error in the RFP. Any suchnotification should be directed to the individual designated promptlyafter discovery, but in no event later than five (5) calendar days beforethe date for receipt of proposals. Modifications and clarifications willbe made by addenda as provided below.

2. Objections to RFP Terms

Should a proposer object on any ground to any provision or legalrequirement set forth in this RFP, the proposer must, not more thanten (10) calendar days after the RFP is issued, provide written noticeto the City setting forth with specificity the grounds for the objection.The failure of a proposer to object in the manner set forth in thisparagraph shall constitute a complete and irrevocable waiver of anysuch objection.

3. Change Notices

The Project Manager may modify the RFP prior to the proposal duedate by issuing Change Notices, which will be posted on thelabavn.com website. The proposer shall be responsible for ensuringthat its proposal reflects any and all Change Notices issued by theProject Manager prior to the proposal due date, regardless of whenthe proposal is submitted. Therefore, the City recommends that theproposer consult the website frequently, including shortly before the

23

Page 24: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

proposal due date, to determine if the proposer has downloaded allChange Notices.

4. Term of Proposal

Submission of a proposal signifies that the proposed services andprices are valid for 120 calendar days from the proposal due date andthat the quoted prices are genuine and not the result of collusion orany other anti-competitive activity.

5. Revision of Proposal

A proposer may revise a proposal on the proposer's own initiative atany time before the deadline for submission of proposals. Theproposer must submit the revised proposal in the same manner as theoriginal. A revised proposal must be received on or before theproposal due date.

XIV. GENERAL RFP INFORMATION

A. General Proposal Conditions:

1. Costs Incurred by Proposers

All costs of proposal preparation shall be borne by the proposer. TheCity shall not, in any event, be liable for any pre-contractual expensesincurred by proposers in the preparation and/or submission of theproposals, including mandatory attendance at the Pre-ProposalConference, a post-submission interview, and field evaluation, do sosolely at their own expense. Proposals shall not include any suchexpenses as part of the proposed budget.

2. Best Offer

The proposal shall include the proposer's best terms and conditions.Submission of the proposal shall constitute a firm and fixed offer to theCity that will remain open and valid for a minimum of ninety (90) daysfrom the submission deadline.

3. Accuracy and Completeness

The proposal must set forth accurate and complete information asrequired in this RFP. Unclear, incomplete, and/or inaccuratedocumentation may not be considered. Falsification of any

24

Page 25: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

information may result in disqualification.

If the proposer knowingly and willfully submits false performance orother data, the City reserves the right to reject that proposal. If it isdetermined that a contract was awarded as a result of falseperformance or other data submitted in response to this RFP, the Cityreserves the right to terminate the contract.

Unnecessarily elaborate or lengthy proposals or other presentationsbeyond those needed to give a sufficient, clear response to all theRFP requirements are not desired.

4. Withdrawal of Proposals

Proposals may be withdrawn by written request of the authorizedsignatory on the proposer's letterhead or by telegram at any time priorto the submission deadline.

5. General City Reservations

The City reserves the right to extend the submission deadline shouldthis be in the interest of the City. Proposers have the right to revisetheir proposals in the event that the deadline is extended.

The City reserves the right to withdraw this RFP at any time withoutprior notice. The City makes no representation that any contract willbe awarded to any proposer responding to the RFP. The Cityreserves the right to reject any or all submissions.

If an inadequate number of proposals is received or the proposalsreceived are deemed non-responsive, not qualified or not costeffective, the City may at its sole discretion reissue the RFP orexecute a sole-source contract with a vendor.

The City shall review and rate submitted proposals. The proposermay not make any changes or additions after the deadline for receiptof proposals. The City reserves the right to request additionalinformation or documentation, as it deems necessary.

The City reserves the right to verify all information in the proposal. Ifthe information cannot be verified, and if the errors are not willful, theCity reserves the right to reduce the rating points awarded.

The City reserves the right to require a pre-award interview and/or siteinspection.

25

Page 26: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

The City reserves the right to waive minor defects in the proposal inaccordance with the City Charter.

If the selection of the proposer is based in part on the qualifications ofspecific key individuals named in the proposal, the City must approvein advance any changes in the key individuals or the percentage oftime they spend on the project. The City reserves the right to have thecontractor replace any project personnel.

6. Contract Negotiations

Proposers approved for funding shall be required to negotiate acontract with the City. The best terms and conditions originally offeredin the proposal shall bind the negotiations. The City reserves the rightto make a contract award contingent upon the satisfactory completionby the proposer of certain special conditions. The contract offer of theCity may contain additional terms or terms different from those setforth herein.

As part of the negotiation process, the City reserves the right to:

• fund all or portions of a proposer's proposal and/or require thatone proposer collaborate with another for the provision ofspecific services, either prior to execution of an agreement or atany point during the life of the agreement;

• use other sources of funds to fund all or portions of aproposer's proposal;

• require that a funded proposer utilize a facility designated bythe City for purposes of implementing its project;

• elect to contract directly with one or more of the identifiedcollaborators; and

• require all collaborators identified in the proposal to become co-signatories to any contract with the City.

7. Standing of Proposer

Regardless of the merits of the proposal submitted, a proposer maynot be recommended for funding if it has a history of contract non-compliance with the City or any other funding source, poor past orcurrent contract performance with the City or any other fundingsource, or current disputed or disallowed costs with the City or any

26

Page 27: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

other funding source.

Contractors/Organizations that have been sanctioned because of non-compliance with Single Audit Act requirements for managing grantfunds will be eligible to apply; however, they will not be eligible toreceive any funding, if awarded under this RFP process, until thissanction is removed.The City will enter into an agreement only with entities that are in goodstanding with the California Secretary of State.

8. Contractor Responsibility Ordinance

Every Request for Proposal, Request for Bid, Request forQualifications or other procurement process is subject to theprovisions of the Contractor Responsibility Ordinance, Section 10.40et seq. of Article 14, Chapter 1 of Division 10 of the Los AngelesAdministrative Code, unless exempt pursuant to the provisions of theOrdinance.

This Ordinance requires that all proposers/bidders complete andreturn, with their response, the responsibility questionnaire included inthis procurement. Failure to return the completed questionnaire mayresult in the proposer/bidder being deemed non-responsive.The Ordinance also requires that if a contract is awarded pursuant tothis procurement, that the contractor must update responses to thequestionnaire, within thirty calendar days, after any changes to theresponses previously provided if such change would affectcontractor's fitness and ability to continue performing the contract.

Pursuant to the Ordinance, by executing a contract with the City, thecontractor pledges, under penalty of perjury, to comply with allapplicable federal, state and local laws in performance of the contract,including but not limited to laws regarding health and safety, labor andemployment, wage and hours, and licensing laws which affectemployees. Further, the Ordinance, requires each contractor to: (1)notify the awarding authority within thirty calendar days after receivingnotification that any governmental agency has initiated aninvestigation which may result in a finding that the contractor is not incompliance with Section 10.40.3 (a) of the Ordinance; and (2) notifythe awarding authority within thirty calendar days of all findings by agovernment agency or court of competent jurisdiction that thecontractor has violated Section 10.40.3 (a) of the Ordinance.

9. Proprietary Interests of the City

All proposals submitted in response to this RFP shall become theproperty of the City of Los Angeles and subject to the State of

27

Page 28: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

California Public Records Act. Proposers must identify all copyrightedmaterial, trade secrets or other proprietary information that theproposers claim are exempt from the California Public Records Act(California Government Code Section 6250 et seq.).

In the event a proposer claims such an exemption, the proposer isrequired to state in the proposal the following:

"The proposer will indemnify the City and its officers,employees and agents, and hold them harmless from any claimor liability and defend any action brought against them for theirrefusal to disclose copyrighted material, trade secrets or otherproprietary information to any person making a requesttherefore."

Failure to include such a statement shall constitute a waiver of aproposer's right to exemption from this disclosure.

10. Discount Terms

Proposers agree to offer the City any discount terms that are offeredto its best customers for the goods and services to be provided herein,and apply such discount to payments made under this agreementwhich meet the discount terms.

11. Equal Benefits Ordinance

Bidders/Proposers are advised that any contract awarded pursuant tothis procurement process shall be subject to the applicable provisionsof Los Angeles Administrative Code Section 10.8.2.1, Equal BenefitsOrdinance (EBO).

All Bidders/Proposers shall complete and upload, the Equal BenefitsOrdinance Affidavit (two (2) pages) available on the City of LosAngeles' Business Assistance Virtual Network (BAVN) residing atwww.labavn.org prior to award of a City contract valued at $5,000.The Equal Benefits Ordinance Affidavit shall be effective for a periodof twelve months from the date it is first uploaded onto the City'sBAVN. Bidders/Proposers do not need to submit supportingdocumentation with their bids or proposals. However, the City mayrequest supporting documentation to verify that the benefits areprovided equally as specified on the Equal Benefits OrdinanceAffidavit.

Bidders/Proposers seeking additional information regarding therequirements of the Equal Benefits Ordinance may visit the Bureau ofContract Administration's web site at www.bca.lacity.org.

28

Page 29: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

12. Notice Regarding Los Angeles Campaign Contribution and Fundraising Restrictions

Bidders/Proposers who submit a response to this solicitation aresubject to Los Angeles City Charter section 470(c)(12) and relatedordinances. As a result, Bidders/Proposers may not make campaigncontributions to and/or engage in fundraising for certain elected Cityofficials or candidates for elected City office from the time they submitthe response until either the Contract is approved or, for successfulBidders/Proposers, 12 months after the contract is signed. TheBidders/Proposers' principals and subcontractors performing$100,000 or more in work on the Contract, as well as the principals ofthose subcontractors, are subject to the same limitations on campaigncontributions and fundraising.

Bidders/Proposers must submit CEC Form 55 (provided in Exhibit K)to the awarding authority at the same time the response is submitted.The form requires Bidders/Proposers to identify their principals, theirsubcontractors performing $100,000 or more in work on the contract,and the principals of those subcontractors. Bidders/Proposers mustalso notify their principals and subcontractors in writing of therestrictions and include the notice in contracts with subcontractors.Proposals submitted without a completed CEC Form 55 shall bedeemed nonresponsive. Bidders/Proposers who fail to comply withCity law may be subject to penalties, termination of contract, anddebarment. Additional information regarding these restrictions andrequirements may be obtained from the City Ethics Commission at(213) 978-1960 or ethics.lacity.org.

13. Statutes and Regulations Applicable To All Grant Contracts

Statutes and regulations applicable to all grant contracts and to thisparticular grant contract are attached as Exhibit M. Contractor shallbe required to abide by these statutes and regulations as thesestatutes and regulations shall be incorporated into the Contractbetween the City and the Contractor regarding this project.

14. Slavery Disclosure Ordinance

Unless otherwise exempt, in accordance with the provisions of theSlavery Disclosure Ordinance, any contract awarded pursuant to thisRFB/RFP/RFQ will be subject to the Slavery Disclosure Ordinance,Section 10.41 of the Los Angeles Administrative Code.

29

Page 30: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

All Bidders/Proposers shall complete and upload, the SlaveryDisclosure Ordinance Affidavit (one (1) page) available on the City ofLos Angeles' Business Assistance Virtual Network (BAVN) residing atwww.labavn.org prior to award of a City contract.

Bidders/Proposers seeking additional information regarding therequirements of the Slavery Disclosure Ordinance may visit theBureau of Contract Administration's web site at www.bca.lacity.org.

15. Nondiscrimination, Equal Employment Practices and AffirmativeAction Program (non-Construction)

Bidders/Proposers are advised that any contract awarded pursuant tothis procurement process shall be subject to the applicable provisionsof Los Angeles Administrative Code Section 10.8.2., Non-discrimination Clause.

Non-construction services to or for the City for which the considerationis $1,000 or more shall comply with the provisions of Los AngelesAdministrative Code Sections 10.8.3., Equal Employment PracticesProvisions. All Bidders/Proposers shall complete and upload, the Non-Discrimination/Equal Employment Practices Affidavit (two (2) pages)available on the City of Los Angeles' Business Assistance VirtualNetwork (BAVN) residing at www.labavn.orq prior to award of a Citycontract valued at $1,000.

Non-construction services to or for the City for which the considerationis $100,000 or more shall comply with the provisions of Los AngelesAdministrative Code Sections 10.8.4., Affirmative Action ProgramProvisions. All Bidders/Proposers shall complete and upload, the Cityof Los Angeles Affirmative Action Plan (four (4) pages) available onthe City of Los Angeles' Business Assistance Virtual Network (BAVN)residing at www.labavn.org prior to award of a City contract valued at$100,000. Bidders/Proposers opting to submit their own AffirmativeAction Plan may do so by uploading their Affirmative Action Plan ontothe City's BAVN.

Both the Non-Discrimination/Equal Employment Practices Affidavitand the City of Los Angeles Affirmative Action Plan Affidavit shall beeffective for a period of twelve months from the date it is first uploadedonto the City's BAVN.

Bidders/Proposers seeking additional information regarding therequirements of the City's Non-Discrimination Clause, EqualEmployment Practices and Affirmative Action Program may visit theBureau of Contract Administration's web site at www.bca.lacity.orq.

30

Page 31: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

16. Americans With Disabilities Act

Any contract awarded pursuant to this RFP/RFQ shall be subject tothe following:

The Contractor/Consultant hereby certifies that it will comply with theDisabilities Act 42, U.S.C. Section 12101 et seq., and it'simplementing regulations. The Contractor/Consultant will providereasonable accommodations to allow qualified individuals withdisabilities to have access to and to participate in its programs,services and activities in accordance with the provisions of theDisabilities Act. The Contractor/Consultant will not discriminateagainst persons with disabilities or against persons due to theirrelationship to or association with a person with a disability. Anysubcontract entered into by the Contractor/Consultant, relating to thisContract, to the extent allowed hereunder, shall be subject to theprovisions of this paragraph.

17. Child Support Assignment Orders

Any contract awarded pursuant to this RFP/RFQ shall be subject tothe following:

This Contract is subject to Section 10.10 of the Los AngelesAdministrative Code, Child Support Assignment Orders Ordinance.Pursuant to this Ordinance, Contractor/Consultant certifies that it will(1) fully comply with all State and Federal employment reportingrequirements applicable to Child Support Assignment Orders; (2) thatthe principal owner(s) of Contractor/Consultant are in compliance withany Wage and Earnings Assignment Orders and Notices ofAssignment applicable to them personally; (3) fully comply with alllawfully served Wage and Earnings Assignment Orders and Notices ofAssignment in accordance with California Family Code Section 5230et seq.; and (4) maintain such compliance throughout the term of thisContract. Pursuant to Section 10.10.b of the Los AngelesAdministrative Code, failure of Contractor/Consultant to comply withall applicable reporting requirements or to implement lawfully servedWage and Earnings Assignment Orders and Notices of Assignment orthe failure of any principal owner(s) of Contractor/Consultant tocomply with any Wage and Earnings Assignment Orders and Noticesof Assignment applicable to them personally shall constitute a defaultby the Contractor/Consultant under the terms of this Contract,subjecting this Contract to termination where such failure shallcontinue for more than ninety (90) days after notice of such failure toContractor/Consultant by City. Any subcontract entered into by theContractor/Consultant relating to this Contract, to the extent allowed

31

Page 32: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

hereunder, shall be subject to the provisions of this paragraph andshall incorporate the provisions of the Child Support AssignmentOrders Ordinance. Failure of the Contractor/Consultant to obtaincompliance of its subcontractors shall constitute a default by theContractor/Consultant under the terms of this contract, subjecting thisContract to termination where such failure shall continue for more thanninety (90) days after notice of such failure to Contractor/Consultantby the City.

Contractor/Consultant shall comply with the Child Support ComplianceAct of 1998 of the State of California Employment DevelopmentDepartment. Contractor/Consultant assures that to the best of itsknowledge it is fully complying with the earnings assignment orders ofall employees, and is providing the names of all new employees to theNew Hire Registry maintained by the Employment DevelopmentDepartment as set forth in subdivision (1) of the Public Contract Code7110.

18. Assurances

As a condition to the award of a contract under this RFP, thecontractor shall assure that it will comply fully with thenondiscrimination and equal opportunity provisions of the followinglaws:

• Title VI of the Civil Rights Act of 1964, as amended, whichprohibits discrimination on the basis of race, color and nationalorigin;

• Section 504 of the Rehabilitation Act of 1973, as amended,which prohibits discrimination against qualified individuals withdisabilities;

• The Age Discrimination Act of 1975, as amended, whichprohibits discrimination on the basis of age.

The contractor shall also assure that it will comply with all regulationsimplementing the laws listed above. This assurance applies to thecontractor's operation of the program or activity. The contractorunderstands that the United States and the City of Los Angeles havethe right to seek judicial enforcement of this assurance.

19. City of Los Angeles Business Inclusion Program (BIP)

Performance of Business Inclusion Program (BIP) outreach to MinorityBusiness Enterprises (MBE), Women Business Enterprises (WBE),Small Business Enterprises (SBE), Emerging Business Enterprises(EBE), Disabled Veteran Business Enterprises (DVBE), and Other

32

Page 33: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

Business Enterprises (OBE) subconsultants must be completed on theBusiness Assistance Virtual Network (BAVN), www.labavn.org.The BIP summary sheet documentation must be submitted on theBAVN by 4:30 p.m. on the first calendar day following the day of theRFP response submittal deadline (June 4, 2014). The BIP outreachdeadline is May 20, 2014 at 11:59PM.

The Mayor's Office anticipated levels of participation:

MBE Participation: 18%

WBE Participation: 4%

SBE Participation: 25%

EBE Participation: 8%

DVBE Participation: 3%

Business Inclusion Program (BIP) Policy and BAVN BIP Walk-Thruare attached as Exhibit F. The graphic guide, entitled, "BusinessInclusion Program Walk Through," can also be found atwww.labavn.org. BIP outreach information and/or assistance may beobtained through the City of Los Angeles Information TechnologyAgency at ITA.BAVNIacity.orci.

B. Documents Required With Proposal:

1. Proposers Workforce Information (Exhibit B)2. Statement of Non-Collusion (Exhibit C)3. Contractor Responsibility Questionnaire (Exhibit D)4. Pledge of Compliance with Contractor Responsibility Ordinance

(Exhibit E)5. EBO Compliance Forms (labavn.org)6. Non-Discrimination/Equal Employment Practices/Affirmative Action

Documents (labavn.org)7. Business Inclusion Program Outreach (Exhibit F and labavn.org)8. Certification and Disclosure Regarding Lobbying (Exhibit G)9. Certification Regarding Debarment (Exhibit H)10. Drug-Free Workforce Form (Exhibit I)11. Bidder Certification CEC Form 50 (Exhibit J)12. Bidder Contributions CEC Form 55 (Exhibit K)

C. Contract Execution Requirements

If recommended for funding, the proposer shall be required to enter into anagreement with the City of Los Angeles and comply with the requirementslisted below.

33

Page 34: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

Failure to comply with these requirements will result in non-executionof the contract. The contract will incorporate the standard provisions forCity agreements. A copy of the City's Standard Agreement is available uponrequest. The agreement with the selected proposer(s) will be on a FIXEDfee-for-performance basis.

1. Insurance Certificates

Contractors may be required to maintain insurance at a level to bedetermined by the City's Risk Manager, with the City named as anadditional insured. Contractors who do not have the requiredinsurance should include the cost of insurance in their bid.Contractors will be required to provide insurance at the time ofcontract execution. Bidders/Proposers shall refer to Exhibit A for Cityof Los Angeles Insurance Requirements.

2. Secretary of State Documentation

All contractors are required to submit one copy of their Articles ofIncorporation, partnership, or other business organizationaldocuments (as appropriate) filed with the Secretary of the State.Contractors must be in good standing and authorized to do businessin California.

3. Corporate Documents

All contractors who are organized as a corporation or a limited liabilitycompany are required to submit a Secretary of State CorporateNumber, a copy of its By-Laws, a current list of its Board of Directors,and a Resolution of Executorial Authority with a Signature Specimen.

4. City Business License Number

All contractors are required to submit one copy of their City of LosAngeles Business License, Tax Registration Certificate or VendorRegistration Number. To obtain a Business Tax RegistrationCertificate (BTRC) call the City Clerk's Office at (213) 473-5901 andpay the respective business taxes. The address is as follows: City ofLos Angeles, City Hall, Room 101, Office of Finance, Tax and PermitDivision, 201 North Main Street, Los Angeles, CA 90012.

5. Proof of IRS Number (W-9)

All contractors are required to complete and submit Proof of IRSNumber (W-9) Form.

6. Certifications

Contractor shall provide copies of the following documents to the City:

34

Page 35: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

A. Certification Regarding Ineligibility, Suspension and Debarmentas required by Executive Order 12549, is attached as Exhibit H.

B. Certification and Disclosure Regarding Lobbying (not requiredfor contracts under $100,000). Bidders/Proposers shall refer toExhibit G for Certification form.

C. Contractor shall also file a Disclosure Form at the end of eachcalendar quarter during which any event requiring disclosure, or

which materially affects the accuracy of the informationcontained in any previously filed Disclosure Form, occurs.

D. A Certificate Regarding Drug-Free Workplace Requirement isattached as Exhibit I.

E. A Bidder Certification Form as required by Los AngelesMunicipal Code Sections 10.40.1 (h) and 10.37.1(i)(b) isattached as Exhibit J and K.

7. Collaboration

The City may, at its discretion, require two or more proposers tocollaborate as a condition to contract execution.

D. Contractor Evaluation

At the end of the contract, the City will conduct an evaluation of theContractor's performance. The City may also conduct evaluations of theContractor's performance during the term of the contract. As required bySection 10.39.2 of the Los Angeles Administrative Code, evaluations will bebased on a number of criteria, including the quality of work product or serviceperformed, the timeliness of performance, the Contractor's compliance withbudget requirements, and the expertise of personnel that the Contractorassigns to the contract. A copy of the Contractor Evaluation Form isavailable upon request. The Contractor will be provided with a copy of thefinal City evaluation and allowed fourteen (14) calendar days to respond.The City will use the final City evaluation, and any response from theContractor, to evaluate proposals and to conduct reference checks whenawarding other contracts.

XV. PROPOSAL PACKAGE

A. General Preparation Guidelines

If a proposer does not follow these instructions and/or information isleft out or a particular exhibit and/or attachment is not submitted, theproposal may be determined to be ineligible and excluded from thereview.

1. The proposal must be submitted in the legal name of the firm orcorporation and the corporate seal must be embossed on the original

35

Page 36: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

proposal. An authorized representative of the applicant Organizationwho has legal authority to bind the Organization in contract with theCity must sign the proposal.

2. Proposers must submit one original proposal, together with six (6)copies and one electronic copy on a cd or USB flash drive. Theoriginal must be marked "Original" on the cover and must bear theactual "wet" signature(s) of the person(s) authorized to sign theproposal. The copies must be numbered on the upper right hand sideof the cover to indicate "Copy No. ." Proposals must be submittedin 3-ring binders.

3. All proposals must be accompanied by a cover letter that should belimited to one page. The letter must include:

a. The title, address, telephone number, and e-mail of theperson(s) who will be authorized to represent theOrganization and each collaborator;

b. Signed by the person(s) authorized to bind the Organization toall commitments made in the proposal and, if applicable, beaccompanied by a copy of the Board Resolution authorizing theperson(s) to submit the proposal. If a Board Resolution cannotbe obtained prior to proposal submission, it may be submittedno later than one (1) calendar week after the proposalsubmission deadline;

c. Identify the individual or firm which prepared or assisted inpreparing the proposal. If that individual or firm will notparticipate in the implementation of the project, describe howthe transfer of responsibility will occur to ensure timelyimplementation.

4. Proposals must be submitted in the English language. Numerical datamust be in the English measurement system; costs must be in UnitedStates dollars.

5. Narratives are limited to the number of pages indicated and mustfollow these standards:

• Font size — 12 points• Margins — At least 1 inch on all sides• Line spacing — Single-spaced• Single-sided, plain white paper

Pages in excess of the stated limits will not be read and will notbe considered in scoring.

36

Page 37: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

6. Each page of the proposal, including exhibits, must be numberedsequentially at the bottom of the page to indicate Page of _.

7. Please use the indicative mood (will, shall, etc.) in narratives ratherthan the subjective (would, should, etc.) so that proposals can beeasily converted to contract form.

8. The Proposal Checklist lists all narratives, exhibits and certificationsthat must be included in the proposal. In assembling the completedproposal, please insert the exhibits and certifications where they areindicated in the Proposal Checklist. The Proposal Checklist will serveas your Table of Contents.

9. Answers should be as concise as possible while providing all of theinformation requested.

10. In completing the narratives and exhibits, including the budget, pleaseinclude and clearly identify the services to be provided and thedemonstrated ability of subcontractors, if any.

B. Narratives

1. Narrative 1: Project Plan (limit to 10 pages)

a. Table of Contents

The table of contents should outline, in sequential order, themajor sections of the proposal as listed below, including allother relevant documents requested for submission. All pagesof the proposal, including the enclosures, should be clearly andconsecutively numbered and correspond to the table ofcontents (maximum 1 page).

b. Executive Summary

The executive summary should summarize your firm'squalifications and experience, describe the overall approach toand methodology of the project and identify the key projecttasks and deliverables (maximum 1 page).

c. Overall Approach and Methodology

In this section, the proposal must include the following:

i. Detailed discussion on the Proposer's overall approachand methodology to complete the proposed scope ofwork;

37

Page 38: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

ii. Project Work Plan and Schedule: A project work planand schedule that identifies project phases, tasks, andstaff allocated for each major task, milestones,deliverables and start and completion dates for eachmajor task necessary to address each scope of workrequirement. The Proposer should describe the timerequirement for the initiation and completion of each taskdelineated therein;

iii. Discussion of the overall resources of the Proposer'sfirm to accomplish the work including availablepersonnel and equipment;

iv. Description of current and projected workload ofProposer and general workload of the staff to beassigned to the project. The Proposer must describehow the project would be managed given Contractoroverall workload upon Contract award;

v. For any Sub-contractors that may be utilized, adescription of the services to be performed and howProposer plans to coordinate the work with thesubcontractors, if utilized;

vi. Description of Proposer's knowledge of the scope ofgang issues in the GRYD communities — specific activegangs present in the community- historical and emerginggroups; knowledge of trends and patterns of overallgang-related crime for the GRYD communities andknowledge of community demographic shifts anddynamic changes in neighborhood compositions;

vii. Description of Proposer's knowledge of GRYDComprehensive Strategy and how it applies to LAVITA;

viii. Description of Proposer's knowledge of past training inthe field of gang intervention;

ix. Description of training gaps in the field of gangintervention (specifically for community interventionworkers);

x. Description of Proposer's knowledge of training needsfor the field of gang intervention; and

xi. A list of available and optional services that Proposercan provide, while not specifically requested at this time,and how Proposer would cost those services.

38

Page 39: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

2. Narrative 2: Staff Experience and References (limit to 4 pages,which does not include references)

a. Proposer's Qualifications and Experience

In this section, the proposal should include the following:

i. A description of the Proposer's organizational historyand structure, years Proposer and/or firm has been inbusiness providing a similar service(s), and whether theCity of Los Angeles has previously awarded anycontracts to the Proposer/firm;A list of all principals, owners and/or directors;

iii. Detail regarding primary Proposer's overall qualificationsand experience to perform project management andtasks similar to the scope of work described in this RFP.Specifically, a detailed description of previous/currentprojects that were/are directly related to Community-Based Gang Intervention (e.g. experience in workingwith the gang intervention target population anddemonstrated familiarity and knowledge of the GRYDcommunities);

iv. One sample of a project, comparable in size and scopeto the work product requested in this RFP that wascompleted within the past three (3) years; and

v. Current resume(s) of any Subcontractors or other teammembers that may be utilized on this project includingoverall qualifications and any unique experience that willbe offered to the project.

b. Team Qualifications

The Proposer must provide a description of the experience andqualifications of the project team members, including thosehired by a subcontractor (if applicable). A list identifying: (i)each key person on the project team; (ii) the project manager;(iii) the role person will play in the project; and (iv) a writtenassurance that the key individuals listed and identified will beperforming the work and will not be substituted with otherpersonnel or reassigned to another project without the City'sprior approval.

Specifically, Proposer shall describe how the proposed projectwill be structured and managed. Identify the qualifications andexperience of the project/program director, project staff,subcontractor staff (if applicable), consultants/instructors inimplementing the curriculum. Finally, Proposer shall describethe roles and responsibilities of the project/program director

39

Page 40: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

and project staff. Proposer shall attach an organizational chartand job descriptions of each employee for the proposedprogram.

This section should also include:

i. Summary of team members' experience managingand/or working on similar projects, and anything elsepertinent to the Proposer's overall approach andmethodology;Describe how the project will be staffed and whichtask(s) in which phases would be assigned to each staffmember(s). Describe the anticipated percentage of timeto be dedicated to this project by each assigned staffmember;

iii. A resume or narrative summarizing each team memberand/or Sub-Contractor's overall experience; and

iv. You may provide no more than one written reference foreach team member. References should pertain to teammember's work that is similar in content or nature to thework that he/she will perform on this project.

NOTE: The 4 page maximum for Narrative 2 does notinclude these team member references.

c. References

References are subject to verification by the City of LosAngeles as part of the evaluation process. The City reservesthe right to contact any reference as part of the evaluationprocess.

In this section, the proposal should include the following:

i. Provide a minimum of three (3) references on letterheadfrom Proposer's former clients for the provision of similarservices within the past three (3) years. Include name ofreference, contact name, period of time, and overallwork performed; andIf Proposer is hiring a subcontractor, provide a minimumof three (3) references on letterhead fromsubcontractor's former clients for the provision of similarservices within the past three (3) years.

40

Page 41: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

3. Narrative 3: Organizational Capability (limit to 10 pages)

Respond to the following statements to describe your qualificationsand capability to provide the services solicited. Use concrete languageand quantifiable measurements whenever possible.

In this section, the proposal should include the following:

a. Describe existing partnerships with relevant City and Countydepartments, gang intervention agencies, schools, juvenilejustice agencies, law enforcement agencies, educationalinstitutions and other community resources related to theproposed project. Include a description of the workingrelationship between agencies and roles and responsibilities ofeach partnering organization;

i. Attach current operational agreements (i.e. letters ofsupport or Memorandum of Understanding) to theapplication. Please limit the number of letters or MOU'sto five (5). These agreements are separate fromCollaborator Agreements.

b. Describe the Organization's financial stability and its on-goingability to sustain the program and provide the servicesproposed ;

c. Describe the availability of adequate staffing, including supportand backup staff, and the ability to reach out to experiencedinstructors in the field of gang intervention or other (i.e. re-entry,suppression). and

d. Describe the plan to recruit staff to serve as representatives onthe policy advisory boards and list who shall serve on theboards.

4. Narrative 4: Operational Plan (limit to 10 pages)

Respond to the following statements to explain the activities that willbe undertaken and the deliverables you expect to address in theScope of Work. Use concrete language and quantifiablemeasurements whenever possible.

a. Describe the activities and services Organization will provide incoordinating and implementing LAVITA in the City of LosAngeles. Please include planning, recruitment efforts, numberof individuals your training will serve, location of services

41

Page 42: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

(including addresses of services), days and hours of operation,and staff positions involved in the delivery of programs;

b. Describe Organization's understanding of the GRYDcommunities including the dynamics of the specificcommunities, as reflected in the project concept and design;

c. Describe identification and recruitment of staff and/orinstructors for the training;

d. Describe Organization's method of maintaining trainee recordsand the outcomes and metrics it will implement and submittingreports/assessments of program;

e. How will Organization's project concept and design ensureefficiency and effectiveness in addressing the Scope of Work;and

f. Prove an implementation timeline for the proposed program.Include program objectives and action steps that will be carriedout to meet the specific objectives.

5. Narrative 5: Cost Proposal (no page limit)

a. The cost proposal shall consist of a budget detail worksheet.Organization shall describe each budget item and relate it tothe appropriate project activity (coordination or servicedelivery). It should closely follow the content of the budgetdetail worksheet and provide justification for all proposed costs.

b. The cost proposal shall explain how salaries and benefits arecalculated, how travel costs (if any) are estimated, justificationfor equipment and/or supplies, and justification for overhead orindirect costs (if applicable). The cost proposal shall providejustification for the specific items listed in the budget detailworksheet (particularly supplies, travel, and equipment).

c. The cost proposal shall substantiate how your proposed budgetwill ensure sufficient dedication of resources.

d. The cost proposal shall describe allowability, reasonableness,and necessity of costs.

42

Page 43: REQUEST FOR PROPOSAL ISSUED BY THE CITY OF LOS ANGELES MAYOR'S OFFICE GANG …clkrep.lacity.org/onlinedocs/2013/13-0723-s4_MISC_a_12... · 2014. 12. 19. · Contracts Specialist Mayor's

6. Narrative 6 (optional): Additional Information (limit to 2 pages)

Present any critical information that has not been requested in thisRFP.

C. Documents to be Completed

Proposers must complete and submit all of the Attachments, Exhibits andCertification forms. Do not assume that any document is not applicable.Use the Proposal Checklist as a guide. Failure to complete and submit anyof these documents may result in your ineligibility at the discretion of the City.

XVI. PROPOSAL CHECKLIST — DOCUMENTS TO BE SUBMITTED WITHPROPOSAL

1. Narrative 1 — Project Plan2. Narrative 2 — Staff Experience and References3. Narrative 3 — Organizational Capability4. Narrative 4 — Operational Plan5. Narrative 5 — Cost Proposal6. Narrative 6 — (optional) — Additional Information7. Proposer Workforce Information — Exhibit B8. Statement of Non-Collusion — Exhibit C9. Contractor Responsibility Questionnaire — Exhibit D10. Pledge of Compliance with Contractor Responsibility Ordinance —

Exhibit E11. EBO Compliance Forms — labavn.org; Guide attached as Exhibit L)12. Non-Discrimination/Equal Employment Practices/Affirmative Action

Documents — labavn.org; Guide attached as Exhibit L)13. Business Inclusion Program (BIP) outreach (labavn.org; Policy and

Walk-Thru attached as Exhibit F))14. Certification and Disclosure Regarding Lobbying — Exhibit G15. Certification Regarding Debarment — Exhibit H16. Drug-Free Workforce Form — Exhibit I17. Bidder Certification CEC Form 50 — Exhibit J18. Bidder Contributions CEC Form 55 — Exhibit K

43