INMATE MEDICAL CONTRACT MONITOR

Agency: County of Clark
State: Washington
Type of Government: State & Local
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Oct 11, 2023
Due: Nov 15, 2023
Solicitation No: RFP Number: 873
Publication URL: To access bid details, please log in.
INMATE MEDICAL CONTRACT MONITOR
RFP Number: 873
It is the responsibility of the proposer to monitor this site prior to proposal submission, in case additional information, which may be pertinent to the proposal is provided.
Release Date: Wednesday, October 11, 2023
Closing Date: Wednesday, November 15, 2023
Pre-Bid Conference:

A MANDATORY PRE-SUBMITTAL MEETING will be held Thursday, October 19, 2023 at 10:00 am Pacific Daylight Time, via Zoom. Proposers wishing to attend shall email CntyJailServicesAdmin@clark.wa.gov to request the meeting invitation. Emails received after 4:00 pm Pacific Daylight Time on Wednesday, October 18, 2023 are not guaranteed a response. You must attend this Mandatory meeting for your proposal to be accepted.

Attachments:

Attachment Preview

REQUEST for PROPOSAL #873
PROFESSIONAL, TECHNICAL AND EXPERT SERVICES
Clark County Washington
RELEASE DATE: WEDNESDAY, OCTOBER 11, 2023
DUE DATE: WEDNESDAY, NOVEMBER 15, 2023 by 1:30 pm
Request for Proposal for:
INMATE MEDICAL CONTRACT MONITOR
SUBMIT:
One (1) Original
Five (5) Complete Copies
One (1) Electronic Copy
of the Proposal to:
Shipping Method of your Choice or Hand Delivery
Clark County
ATTN: Office of Purchasing
1300 Franklin Street, 6th Floor, Suite 650
Vancouver WA 98660
564-397-2323
United States Postal Service
Clark County
ATTN: Office of Purchasing
PO Box 5000
Vancouver WA 98666-5000
564-397-2323
Office Hours: 8:00 am – 3:00 pm, Monday – Friday, except Legal Holidays.
No electronic submissions.
**Proposals must be delivered to the Purchasing office – No Exceptions
**Proposals must be date and time stamped by Purchasing staff by 1:30 pm on due date.
**Proposal shall be sealed and clearly marked on the package cover with RFP #, Title & Company Name
Refer Questions to Project Manager:
Kimberly Beltran
Commander / Jail Services
Kimberly.Beltran@clark.wa.gov
General Terms and Conditions
ADMINISTRATIVE REQUIREMENTS - Contractors shall comply with all management and
administrative requirements established by Washington Administrative Code (WAC), the
Revised Code of the State of Washington (RCW), and any subsequent amendments or
modifications, as applicable to providers licensed in the State of Washington.
ALL proposals submitted become the property of Clark County. It is understood and agreed
that the prospective Proposer claims no proprietary rights to the ideas and written materials
contained in or attached to the proposal submitted. Clark County has the right to reject or
accept proprietary information.
AUTHORSHIP - Applicants must identify any assistance provided by agencies or indivi-
duals outside the proposers own organization in preparing the proposal. No contingent
fees for such assistance will be allowed to be paid under any contract resulting from this
RFP.
https://clark.wa.gov/sites/default/files/dept/files/general-
services/Purchasing/ERP%20Policy.pdf
INDEPENDENT PRICE DETERMINATION - The prospective contractor guarantees that,
in connection with this proposal, the prices and/or cost data have been arrived at
independently, without consultation, communication, or agreement for the purpose of
restricting competition. This does not preclude or impede the formation of a consortium
of companies and/or agencies for purposes of engaging in jointly sponsored proposals.
INTERLOCAL AGREEMENT - Clark County has made this RFP subject to Washington
State statute RCW 39.34. Therefore, the proposer may, at the proposers option, extend
identical prices and services to other public agencies wishing to participate in this RFP.
Each public agency wishing to utilize this RFP will issue a purchase order (or contract)
binding only their agency. Each contract is between the proposer and the individual agency
with no liability to Clark County.
CANCELLATION OF AWARD - Clark County reserves the right to immediately cancel an
award if the contractual agreement has not been entered into by both parties or if new state
regulations or policy make it necessary to change the program purpose or content,
discontinue such programs, or impose funding reductions. In those cases where
negotiation of contract activities are necessary, Clark County reserves the right to limit the
period of negotiation to sixty (60) days after which time funds may be unencumbered.
LIMITATION - This RFP does not commit Clark County to award a contract, to pay any
costs incurred in the preparation of a response to this RFP, or to procure or contract for
services or supplies.
LATE PROPOSALS - A proposal received after the date and time indicated above will not
be accepted. No exceptions will be made.
CONFIDENTIALLY - Proposer shall comply with all applicable state and federal laws
governing the confidentiality of information.
CONFLICT OF INTEREST - All proposals submitted must contain a statement disclosing
or denying any interest, financial or otherwise, that any employee or official of Clark County
or the appropriate Advisory Board may have in the proposing agency or proposed project.
CONSORTIUM OF AGENCIES - Any consortium of companies or agencies submitting a
proposal must certify that each company or agency of the consortium can meet the
requirements set forth in the RFP.
COST OF PROPOSAL & AWARD - The contract award will not be final until Clark County
and the prospective contractor have executed a contractual agreement. The contractual
agreement consists of the following parts: (a) the basic provisions and general terms and
conditions, (b) the special terms and conditions, (c) the project description and goals
(Statement of Work), and (d) the budget and payment terms. Clark County is not
responsible for any costs incurred prior to the effective date of the contract. Clark County
reserves the right to make an award without further negotiation of the proposal submitted.
Therefore, the proposal should be submitted in final form from a budgetary, technical, and
programmatic standpoint.
DISPUTES - Clark County encourages the use of informal resolution to address complaints
or disputes arising over any actions in implementing the provisions of this RFP. Written
complaints should be addressed to Clark County – Purchasing, P.O. Box 5000, Vancouver,
Washington 98666-5000.
DIVERSITY IN EMPLOYMENT AND CONTRACTING REQUIREMENTS - It is the
policy of Clark County to require equal opportunity in employment and services subject
to eligibility standards that may be required for a specific program. Clark County is an
equal opportunity employer and is committed to providing equal opportunity in
employment and in access to the provision of all county services. Clark County's Equal
Employment
Opportunity
Plan
is
available
at
http://www.clark.wa.gov/hr/documents.html. This commitment applies regardless of
race, color, religion, creed, sex, marital status, national origin, disability, age, veteran
status, on-the-job injury, or sexual orientation. Employment decisions are made without
consideration of these or any other factors that are prohibited by law. In compliance with
department of Labor Regulations implementing Section 504 of the rehabilitation Act of
1973, as amended, no qualified handicapped individual shall be discriminated against
in admission or access to any program or activity. The prospective contractor must agree
to provide equal opportunity in the administration of the contract, and its subcontracts or
other agreements.
ENVIRONMENTALLY RESPONSIBLE PURCHASING PROGRAM - Clark County has
implemented an Environmentally Responsible Purchasing Policy with a goal to reduce
negative impacts on human health and the environment. Negative environmental
impacts include, but are not limited to, greenhouse gases, air pollution emissions, water
contamination, waste from the manufacturing process and waste in packaging. This
policy also seeks to increase: 1) water and energy efficiency; 2) renewable energy
sources; 3) use of products with recycled content; 4) product durability; 5) use of
products that can be recycled, reused, or composted at the end of its life cycle. Product
criteria have been established on the Green Purchasing List
ORAL PRESENTATIONS - An oral presentation may be required of those prospective
contractors whose proposals are under consideration. Prospective contractors may be
informed that an oral presentation is desired and will be notified of the date, time and
location the oral presentation is to be conducted.
OTHER AUDIT/MONITORING REQUIREMENTS - In addition, auditing or monitoring for
the following purposes will be conducted at the discretion of Clark County: Fund
accountability; Contract compliance; and Program performance.
PRICE WARRANT - The proposer shall warrant that the costs quoted for services in
response to the RFP are not in excess of those which would be charged any other individual
or entity for the same services performed by the prospective contractor, in a similar
socioeconomic, geographical region.
PROTESTS - Must be submitted to the Purchasing Department.
PUBLIC SAFETY - May require limiting access to public work sites, public facilities, and
public offices, sometimes without advance notice. The successful Proposer’s employees
and agents shall carry sufficient identification to show by whom they are employed and
display it upon request to security personnel. County project managers have discretion
to require the successful Proposer’s employees and agents to be escorted to and from
any public office, facility or work site if national or local security appears to require it.
ACCEPTANCE or REJECTION OF PROPOSALS - Clark County reserves the right to
accept or reject any or all proposals received as a result of this RFP, to negotiate with any
or all prospective contractors on modifications to proposals, to waive formalities, to
postpone award, or to cancel in part or in its entirety this RFP if it is in the best interest of
Clark County to do so.
SUBCONTRACTING - No activities or services included as a part of this proposal may
be subcontracted to another organization, firm, or individual without the approval of
Clark County. Such intent to subcontract shall be clearly identified in the proposal. It is
understood that the contractor is held responsible for the satisfactory accomplishment
of the service or activities included in a subcontract.
VERBAL PROPOSALS - Verbal proposals will not be considered in making the award of
any contract as a result of this RFP.
WORKERS COMPENSATION INSURANCE – The contractor shall comply with R.C.W.
Title 51- with minimum coverage limits of $500,000 for each accident, or provide
evidence that State law does not require such coverage.
FOR ALTERNATIVE FORMATS
Clark County ADA Office: V: 564-397-2322
ADA@clark.wa.gov
Request for Proposals
Table of Contents
PART I
PART II
PROPOSAL REQUIREMENTS
Section IA: General Information
1. Introduction
2. Background
3. Scope of Project
4. Project Funding
5. Timeline for Selection
6. Employment Verification
Section IB: Work Requirements
1. Required Services
2. County Performed Work
3. Deliverables and Schedule
4. Place of Performance
5. Period of Performance
6. Prevailing Wage
7. Debarred / Suspended
8. Americans with Disabilities Act (ADA) Information
9. Public Disclosure
10. Insurance/Bond
11. Plan Holders List
PROPOSAL PREPARATION AND SUBMITTAL
Section IIA: Pre-Submittal Meeting/Clarification
1. Pre-Submittal Meeting
2. Proposal Clarification
PART III
Section IIB: Proposal Submission
1. Proposals Due
2. Proposal
Section IIC: Proposal Content
1. Cover Sheet
2. Project Team
3. Management Approach
4. Respondent’s Capabilities
5. Project Approach and Understanding
6. Proposed Cost
7. Employment Verification
PROPOSAL EVALUATION & CONTRACT AWARD
Section IIIA: Proposal Review and Selection
1. Evaluation and Selection
2. Evaluation Criteria Scoring
Section IIIB: Contract Award
1. Consultant Selection
2. Contract Development
3. Award Review
4. Orientation/Kick-off Meeting
ATTACHMENTS
A: Proposal Cover Sheet
B: Letter of Interest
C: Certification Regarding Debarment, Suspension and Other Responsibility Matters Form
D. Jail Clearance Form (for CJIS)
E. Well Path, LLC Contract
Request for Proposal #873
Inmate Medical Contract Monitor
Part I
Proposal Requirements
Section IA
1. Introduction
General Information
Clark County Washington is one of the fastest growing counties in the State of Washington
and sits just north of the Portland, Oregon. Clark County is a very diverse county with a
population of about 530,000 people. The Clark County Jail is the main correctional institution
in Clark County and has a daily jail population averaging between 410 to 450 inmates. Due to
Covid and limited staffing, the Jail Work Center was closed, and Jail operations were focused
on the inmates in the main jail and juvenile facilities.
As a jail facility, we are required to provide medical and mental health services for inmates. In
March 2023, the jail medical/mental health contract was awarded to Well Path, LLC, and as a
part of that contract a Medical Contract Monitor is required.
The purpose of this RFP is to find a suitable vendor with sufficient medical knowledge, skills,
and abilities to evaluate whether contract requirements are being met.
If your company contact details are not on the Plan Holder List at
https://clark.wa.gov/internal-services/request-proposal-1
Attachment B, Letter of Interest must be submitted to participate in this RFP.
Proposers shall respond to all sections to be considered.
Clark County has made this Request for Proposal subject to Washington State statute RCW
39.34. Therefore, the proposer may, at the proposers’ option, extend identical prices and
services to other public agencies wishing to participate in this RFP. Each public agency wishing
to utilize this proposal will issue a purchase order (or contract) binding only their agency. Each
contract is between the proposer and the individual agency with no liability to Clark County.
2. Background
Medical and mental health services are provided to the inmates of Clark County by Well Path,
LLC and these services are provided at three locations: the juvenile justice center, the main jail
and the jail work center. These locations hold an average yearly population of approximately
500 adult inmates and an additional 25 juvenile inmates. The medical contract was negotiated
and signed in March 2023, and it requires a third-party Medical Contract Monitor be established.
As medical services are provided and managed by Well Path, LLC a medical provider and the
Department of Jail Services is staffed by people with corrections training and background, it is
prudent to engage an independent consultant to facilitate checks and balances of contractual
agreements from a medical perspective.
Fulfilling the Medical Contract Monitor position demonstrates the commitment to providing safe,
high quality health care and to continually work to improve that care.
3. Scope of Project
The selected Medical Contract Monitor will review the medical contract between Well Path, LLC
& Clark County Jail Services to ensure that the full benefits and value of the contracted medical,
mental health, dental, and prescription services are provided consistent with and mirroring of
community care standards. Uniform reviews are required, data points should be accurately and
readily measured for comparison over time, reports of findings will be sent to Jail Services and
Well Path, LLC on an agreed upon time schedule.
Any discrepancies or inconsistencies in services will be identified and with this knowledge, the
Department and Well Path, LLC will identify, develop, and adopt a process for improvement,
Request for Proposal #873
Inmate Medical Contract Monitor
assess assignment or reassignment of staff responsibly and record a target date for
improvement completion.
Veracity of the Electronic Health Records (EHR)is important to confirm and for that reason the
Contract Monitor will randomly sample EHR records for patient verified data; this will specifically
include at minimum 30 records per month, with at least two belonging to patients at Juvenile.
4. Project Funding
Clark County Department of Jail Services has provided funding in their contract with Well Path,
LLC for the costs to provide this service. All invoices for these services will be submitted directly
to Well Path, LLC as they are responsible to pay for the Medical Contract Monitor services.
Invoice submission requirements, terms and conditions will be discussed with the selected
proposer.
The submitted proposal shall include the Proposers true estimated cost to perform the work
irrespective of the budgeted funds for this work.
Allocated funds for this RFP and resulting contract will be established based on the funds
requested in the selected proposal. However, it is anticipated that the contract should not
exceed $85,000 annually.
Title VI Statements
Clark County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78
Stat. 252, 42 U.S.C. §§ 2000d to 2000d4) and the Regulations, hereby notifies all bidders that
it will affirmatively ensure that any contract entered into pursuant to this advertisement,
disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color, or
national origin in consideration for an award.
El Condado de Clark, de acuerdo con las disposiciones del Título VI de la Ley de Derechos
Civiles de 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d a 2000d4) y el Reglamento, por la presente
notifica a todos los postores que se asegurará afirmativamente de que cualquier contrato
celebrado de conformidad con este anuncio, las empresas comerciales desfavorecidas tendrán
la oportunidad plena y justa de presentar ofertas en respuesta a esta invitación y no serán
discriminadas por motivos de raza, color u origen nacional en consideración a un laudo.
5. Timeline for
Selection
The following dates are the intended timeline:
Pre-submittal Meeting
Deadline for Questions and Answers
Final date for Addendum, if needed
Proposals Dues
Proposal Review/Evaluation Period
Selection Committee Recommendation
Contract Negotiation/Execution
Contract Intended to Begin
October 19, 2023
October 30, 2023
November 3, 2023
November 15, 2023
November 16 - 28, 2023
November 29, 2023
November 30 – December 4, 2023
December 18, 2023
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow General Services Administration (GSA) seeks to lease office space in Ellensburg, WA

Federal Agency

Bid Due: 5/10/2024

Follow Project 668-CSI-008, Expand and Renovate Building 27 for Additional MRI Active Contract

Federal Agency

Bid Due: 5/06/2024

2022-126 RFP Monthly Utility Bills Printing and Mailing Services Closes 06/16/ 2022 @2:00

Kitsap County

Bid Due: 6/16/2024

Specification Number Type Due Date Time Due - Pacific Title and Solicitation Documents

City of Tacoma

Bid Due: 5/07/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.