View
214
Download
0
Category
Preview:
Citation preview
1
CHARLOTTE COUNTY SHERIFF’S
OFFICE
7474 UTILITIES ROAD
PUNTA GORDA, FLORIDA 33982
REQUEST FOR PROPOSAL
RFP# 15-003
FOR
Compensation and Classification Consulting
Services
2
Request for Proposal Solicitations
Charlotte County Sheriff’s Office
Support Services Bureau
7474 Utilities Road, Punta Gorda, Florida 33982
Phone (941) 205-5617 Fax (941) 205-5613
PROPOSAL NUMBER: RFP # 15-003
To: All Prospective Proposers
From: Sheriff William Prummell
Subject: Solicitation RFP
Reference: Compensation and Classification Consulting Services
Date: 7/1/2015
Dear Potential Proposer:
The Charlotte County Sheriff’s Office, an Equal Employment Opportunity (EEO) employer does
hereby announce that is accepting written proposals from all qualified firms or individuals
interested in providing the services generally described herein and specified in the “Scope of
Services” section of the Request for Proposals (RFP) document. The successful Proposer shall
prove by their qualifications, experience, availability, approach and plan for the work that he/she
will best serve the overall needs of the Sheriff’s Office. The selection of the successful Proposer
shall be at the Sheriff’s discretion and shall be made in a prompt manner after receipt and
evaluation of all responses.
If you are interested in preparing a response to the RFP, please complete in the manner prescribed
with all the requirements set forth in this RFP document. Please note that your response is a binding
offer to perform in the manner you describe in the proposal response for a period not to exceed
one hundred eighty (180) days from the public opening date and time. Also please be aware that
under the competitive proposal process that stipulations set forth herein are fully binding on the
Proposer to the extent that you confirm acceptance by your signature on the Acceptance of
Conditions page.
All Proposers are advised that under Chapter 119 Florida Statutes, all responses are deemed
a public record and opened to public scrutiny as provided for in said statute.
We welcome your responses to this RFP. The Charlotte County Sheriff’s Office reserves the right
to reject any proposal found to be non-responsive, vague, non-conforming or irresponsible. The
Charlotte County Sheriff’s Office may withdrawal all or part of this proposal at any time to protect
its best interest. The desire of the Charlotte County Sheriff’s Office to pursue proposals shall in no
way obligate the Sheriff neither to compensate you for your efforts nor to execute a contract with
3
you. All proposers are asked to be thorough yet concise in their response. Failure to provide your
response in manner not prescribed herein may be grounds for disqualification.
INSTRUCTIONS TO PROPOSERS
Included herein are General Terms and Provisions (Part A); the Special Terms and Conditions
(Part B); and the Proposal Response (Part C), which together with all attachments, constitute the
entire “Proposal Package.” Said proposal package must be the basis upon which all proposals are
offered and the same (the entire proposal package) must be kept together and returned, intact by
the time and at the place herein specified. The Proposer must manually sign the General Terms
and Provision (Part A) and Proposal Response (part E). The Sworn Statement on Public Entity
Crime must be both signed and notarized.
When awarded, this proposal package will become part of the “Contract Document.” The
Proposers signature on the proposal constitutes Proposers agreement to the terms therein. READ
THE ENTIRE PROPOSAL CAREFULLY BEFORE SIGNING.
NOTICE TO PROPOSERS
WHEN SUBMITTING A SEALED PROPOSAL, ALL PROPOSALS SHOULD BE
CLEARLY MARKED AS A PROPOSAL DOCUMENT. THIS IDENTIFICATION
SHOULD INCLUDE THE PROPOSAL NUMBER, PROPOSAL TITLE AND DATE DUE
ON THE OUTSIDE OF THE ENVELOPE.
REQUET FOR PROPOSAL FOR
COMPENSATION AND CLASSIFICATION CONSULTING SERVICES CHARLOTTE COUNTY SHERIFF’S OFFICE
4
TABLE OF CONTENTS
PART A
1. GENERAL TERMS AND CONDITIONS
2. SCHEDULE OF PROPOSAL
PART B
SPECIAL TERMS AND CONDITIONS
1. General Requirements
2. Scope
3. Purpose
4. Preparation and Submittal of Proposal
5. Bond of Requirements
6. Evaluation of Proposal
7. Awards Method
8. Contract Terms
9. Exceptions to Proposal
10. Grievance to Proposal
11. Award Without Discussion
PART C
PROPOSAL RESPONSE FORMS All required forms to be completed, including pricing forms of various options requested.
5
CHARLOTTE COUNTY SHERIFF’S OFFICE
Support Services
7474 Utilities Road
Punta Gorda, Florida 33982
VENDOR_____________________________________________________________________
(Include your company name and address here)
Subject: Request for Proposal # 15-003
Proposal Title: Compensation and Classification Consulting Services
CLOSING DATE AND TIME: 5:00 P.M., local time, Wednesday, July 15th, 2015
PLEASE NOTE: The Charlotte County Sheriff’s Office is located in the
Eastern Time Zone
PLACE: Charlotte County Headquarters
VIA U/S/ MAIL, COURIER OR HAND DELIVERED
Charlotte County Sheriff’s Office
Attn: Heather Lupinetti
7474 Utilities Road
Punta Gorda, Florida 33982
Proposals will be received until the time and date shown and will be read aloud
Immediately thereafter at the “Place” indicated above.
PART A – GENERAL TERMS AND PROVISIONS:
1. Proposals
All proposals must be contained in a SEALED package addressed to: Heather
Lupinetti, 7474 Utilities Road, Punta Gorda, Florida 33982. Sealed proposals must be
6
received by add time and date. To prevent inadvertent opening, the proposal package
must be marked as a PROPOSAL DOCUMENT (including the proposal number) on
the package.
If our specifications, when included in our Request for Proposal, are not returned with
your proposal, and no specific reference is made to them in your proposal, it will be
assumed that all specifications will be met. When material, sketches, cuts, descriptive
literature, vendor’s or manufacturer’s specifications which accompany the proposal
contain information that can be construed or is intended to be a deviation from our
specifications, such deviations must be specifically referenced in your proposal
response.
2. Vendor Responsibility
The responsibility for getting the proposal to the Sheriff’s Office on or before the
stated time and date will be solely and strictly the responsibility of the vendor. The
Sheriff will in no way be responsible for delays caused by the United States Postal
Service or a delay caused by any other occurrence, or any other method of delivery.
The vendor shall be responsible for reading very carefully and understanding
completely the requirements in the specifications. Proposals will not be accepted
after the time specified for receipt. Such proposals shall be returned to the vendor
unopened with the notation “This proposal was received after the time designated
for the receipts and opening of proposals.”
3. Postponement of Date for Presentation and Opening of Proposals
The Sheriff reserves the right to postpone the date for receipts and opening of
proposals and will make a reasonable effort to give at least five (5) calendar days’
notice of any such postponement to each prospective Proposer.
4. On-Line Documents
The Charlotte County Sheriff’s is publishing documents on its web page,
www.ccso.org for the convenience of vendors wanting to do business with the Sheriff
and to save tax dollars. This service is public record and the Sheriff is responsible
only for documents as published. Any modification or alterations to the original
document language may be cause for rejection of a proposal.
5. Time for Consideration
Vendors warrant by virtue of proposing that the process quoted in their proposal will
be good for an evaluation period of sixty (60) calendar days from the date of proposal
opening unless otherwise stated. Vendors will not be allowed to withdraw or modify
their proposals after the opening time and date.
The Charlotte County Sheriff’s Office requires that, at the conclusion of the selection
process, the contents of all proposals be placed in the public domain and be open to
inspection by interested parties.
7
6. Prices
All proposals submitted must show the net proposal price after any and all discounts
allowable have been deducted. Price(s) offered are to be F.O.B. Destination. State
sales tax and federal excise taxes shall not be included as the Sheriff’s Office is tax-
exempt for materials sold directly to them. The Sheriff will issue exemption
certificates to the successful vendor when requested.
The Vendor’s attention is directed to the fact that the tax laws of the State of Florida,
including but not limited to Chapter 212. Florida Statute, apply to this proposal matter
and that all applicable taxes and fees shall be deemed to have been included in the
Vendor’s proposal as part of his material cost, when applicable.
7. Proposal Errors
When errors are found in the extension of the proposal process, the unit price will
govern. Proposals having erasures or corrections must be initialed in ink by the
vendor.
8. Proposal Obligation and Disposition
The contents of the proposal and any clarifications thereto submitted by the successful
vendor shall become part of the contractual obligation and incorporated by reference
into the ensuing contracts. All proposals become the property of the Charlotte County
Sheriff’s Office and will not be returned to the vendor.
9. Laws, Statutes and Ordinances
The terms and conditions of the Request for Proposal and the resulting contract or
activities based upon the Request for Proposal shall be construed in accordance with
the laws, statutes and ordinances applicable to Charlotte County. Where State Statutes
and Regulations are referenced, they shall apply to this Request for Proposal and to
the resulting contract.
10. Information and Descriptive Literature
Vendors must furnish all information requested in the proposal. If specified, each
vendor must submit cuts, sketches, descriptive literature and / or complete
specifications covering the products offered. Reference to literature submitted with
previous proposal will not satisfy the provision. Proposals which do not comply with
these requirements will be subject to rejection.
11. Proposal Submittal Costs
Submittal of a proposal is solely at the cost of the vendor and the Sheriff’s Office in
no way is liable or obligates itself for any cost accrued to the vendor in coming up
with the submitted proposal.
12. Public Entity Crimes
Pursuant to Florida Statute 287.132-133 (1) (a), effective July 01, 1989, the Charlotte
County Sheriff, as a public entity, may not accept any proposal from, award and
contract to, or transact any business in excess of the threshold amount proved in
Section 287.017, F. S., for category two (currently $25,000) with any person or
8
affiliate on the convicted vendor list for a period of 36 months from the date that
person or affiliate was placed on the convicted vendor list unless that person or
affiliate has been removed from the list pursuant to Section 287.132 and 287.133
does note restrict your submission.
13. No Proposal
If the receipt of this request for Proposal is not acknowledged, Vendor’s name may
be removed from the vendors’ mailing list.
14. Compliance with Occupational Safety and Health Act
Vendor Certifies that all material, equipment, etc., contained in their proposal meets
all O.S.H.A. requirements.
15. Acceptance and Rejection
The Sheriff of Charlotte County, Florida, reserves the right to reject any or all
proposals, for cause, to waive irregularities, if any, in any proposal or proposals which
in the judgment of the Sheriff is in the best interest of Charlotte County. The Sheriff
reserves the right to select the Vendor that will most meet the needs of the
Charlotte County Sheriff’s office, and the selection will not necessarily be made
solely on the cost as the proposal process utilized is not a competitive bid process.
Persons or entities submitting proposals which do not meet the mandatory
requirements will be considered in non-compliance and will be disqualified. After
evaluation of proposals and approval by the Sheriff’s Office, all vendors will be
notified of the selected vendor.
16. Public Record
Any and all material submitted in response to this Request for Proposal will become
a public document pursuant to Section 119.07, Florida Statute. This includes material
which the respondent might consider to be confidential or trade secret. Any claim of
confidentiality is waived upon submission, effective after opening pursuant to Section
119.07, Florida Statute.
17. Licenses, Permits, and Taxes
Proposer shall be responsible for all costs associated with obtaining all licenses,
permits, and taxes required to operate in the State of Florida. Also, Proposer shall
comply with all Federal, State, and local codes, laws, ordinances, regulations, and
other requirements at no cost to the Sheriff’s Office.
18. Assignment
Proposer shall not assign the contract between the Sheriff’s Office and Proposer, in
whole or in part, to a third party without the written consent from the Sheriff’s Office.
Upon the Sheriff Offices consent, any such purchaser, may assign any and all of the
right and responsibilities of the proposer. The Sheriff may assign any and all rights
and obligations hereunder without the consent but upon written notice thereof to the
other party (1) to an Affiliate; (2) pursuant to any sale or transfer of all or substantially
all of its business or assets; (3) to any merger or reorganization; or (4) as part of a
9
bona fide pledge to a third party lending institution of collateral of the assignor’s
rights hereunder. The parties acknowledge that proposer is an independent contractor.
Nothing in this RFP is intended nor shall be construed to create an agency
relationship, an employer / employee relationship or a joint venture relationship
among the parties.
19. Default
The contract may be cancelled by the Sheriff’s Office in whole or in part by written
notice of default to the proposer upon no-performance or violation of the contract
terms. An award may be made to the next most compliant and responsible Proposer,
or articles specified may be purchased of the open market similar to those terminated.
Failure of the Proposer to deliver materials or services within ten (10) days as
described in the RFP, unless extended in writing by the Sheriff’s Office, shall
constitute contract default. Proposer shall be responsible for any cost difference
incurred by the Sheriff’s Office between the awarded contract amount and any new
proposer whose services may be used for the remainder of the contract period.
20. Termination
The Sheriff, in his sole discretion, and with or without cause therefore, may terminate
the contract at any time by giving written notice of such termination and specifying
the effective days thereof, at least ninety (90) days before the effective date of such
termination. Upon receipt of written notice of contract termination, the parties hereto
shall mutually review, within thirty (30) days, all outstanding commitments and other
matters relative to the services contemplated in the RFP.
21. Discrepancies
Should there be any discrepancy in the responses provided to the RFP and the
resulting Agreement, the terms and conditions contained in the Agreement and its
Amendment will prevail over the RFP, and the RFP will prevail over the responses to
the RFP.
22. Specifications are attached.
23. General terms and provisions outlined above are acknowledged. Our proposal is
attached.
10
William Prummell, Sheriff
Charlotte County, Florida
Signature on File
By________________________________
Date______________________
Signed_____________________________
Company Officer
_____________________________
Company Name
NOTE: THIS MUST BE RETURNED WITH YOUR PROPOSAL AFTER COMPLETION OF
PARAGRAPH 23. EACH VENDOR PROPOSAL AND ANY CLARIFICATIONS TO THAT
PROPOSAL SHALL BE SIGNED BY AN OFFICER OF THE COMPANY OR A
DESGINATED AGENT EMPOWERED TO BIND THE FIRM IN CONTRACT. EXCEPTIONS
TO THE SPECIFICATIONS, IF ANY, NOTED ON THE SPECIFICATION PAGE OR ON THE
EXCEPTION FORM.
11
SCHEDULE OF PROPOSAL PROCESS
The following is a schedule of events concerning the proposal process.
EVENT DATE
RFP distribution / available on CCSO Web Site (www.ccso.org) July 1, 2015
Questions due regarding RFP July 13, 2015
Proposal closing July 15, 2015
Award Notification (no later than) August 11, 2015
Contract Negotiations Completed August 21, 2015
Commence Services September 1, 2015
12
PART B- SPECIAL TERMS AND CONDITIONS
1. GENERAL REQUIREMENTS
The purpose of these specifications is to solicit sealed proposals for the consulting
services of the Compensation and Classifications for the Charlotte County Sheriffs Office.
The specifications set forth are for informational purposes and are provided as a general
description of the requirement. Proposer shall be responsible to submit proposal(s) based
upon their design that will accomplish the intended purpose as set for the herein.
All questions about the meaning of intent of the Request for Proposal are to be directed, in
writing, to:
Heather Lupinetti
Charlotte County Sheriff’s Office
7474 Utilities Road
Punta Gorda, Florida 33982
Telephone: (941)-205-5617
Fax :( 941)-205-5613
E-Mail: Heather.Lupinetti@ccso.org
Interpretations or clarifications considered necessary by the Charlotte County Sheriff’s
Office in response to such questions will be issued by addenda mailed or delivered to all
parties recorded by the Fiscal Bureau as having received the Request of Proposal.
Questions received less than ten (10) days prior to the date of the opening of proposals may
not be answered. Oral or other interpretations or clarifications will be without legal effect.
2. Overview
The Charlotte County Sheriff’s Office recently has made some changes to pay scales and
offered slight increases in wages after years of funding cut backs. Several factors have also
created compression challenges that we are addressing. Starting in January of 2016, we
will be meeting with the Fraternal Order Police to begin bargaining. We believe it would
be beneficial to have a vendor evaluate our compensation, classification and benefits
compared to our neighboring communities and selected markets.
3. PURPOSE
A. This request for Proposal is to solicit detailed pricing from those qualified vendors who
present an acceptable proposal for compensation and classification consulting services
for the Charlotte County Sheriff.
B. To provide a fully responsive contract for compensation and classification consulting
services between the Charlotte County Sheriff’s Office and a qualified vendor.
13
4. PREPARATION AND SUBMITTAL OF PROPOSAL
A. All proposals shall be signed in ink by the authorized principles of the firm.
B. All attachments to the Request for Proposals requiring executing by the Proposer are
to be returned with the proposal.
C. Proposals are to be submitted in a sealed container. The face of the container shall
indicate the RFP name, number, time, and date of public opening.
D. Proposals must be received by the Charlotte County Sheriff’s Office no later than the
time and date shown on Part A, Section 1. Request for extensions of this time and date
will not be granted. Firms mailing their proposals should allow for normal mail time to
ensure receipt of their proposals prior to the time and date fixed for the acceptance of
the proposals. Proposals or unsolicited amendments to proposals, received by the
Charlotte County Sheriff’s Office after the acceptance date will not be considered.
Proposals will be publicly opened at the time and date specified.
E. All proposals will be submitted in Four (4) copies on the forms proved in the document
and assembled, in page number order, to insure that each proposal is reviewed and
evaluated properly. The original copy will be marked as such on the front of the
document. If additional pages are required for further description, 8-1/2” x 11” sheets
must be used. If a cover letter is provided, it shall be no longer than two (2) pages in
length and shall serve as an introduction to and summary of the proposal. DO NOT
DEVIATE FROM THIS FORMAT. Proposals should be as concise as possible
without omitting any necessary detail.
5. EVALUATION OF PROPOSALS
An Awards Committee will evaluate all proposals and make a recommendation to
the Sheriff of Charlotte County based on:
A. Areas of evaluation will include but not limited to the following:
1) Evidence that the appropriate licenses, permits, or other documents
required to operate in the State of Florida and Charlotte County have
been obtained by the Proposer or evidence that such documents can be
obtained in sufficient time to commence operations on TBA.
2) Bidder qualifications, time in business, financial stability, experience
in offering compensation and classification consulting services, and the
ability to commence operations within the parameters of the request.
3) Vendors ability to comply with all federal and state regulations.
14
B. Proposals which the Committee judges to be deficient in any of the above may
be rejected without further evaluation.
C. Proposals which the Committee judges to have satisfactorily complied with the
above minimum requirements will then be evaluated based on:
1) Capability:
a) The Charlotte County Sheriff’s Office, is requesting proposals to
compare our market to that of our neighboring communities of
Sarasota and Lee County along with target markets of Bay, Citrus,
Clay, Hernando, Indian River and Martin County.
b) Vendor should offer a full and complete comprehensive review of
wages and benefit plans of the CCSO.
c) Vendor should offer recommendations to address compression,
members that have reached maximum levels in paygrades and
reasonable options to compete with local markets.
d) Upon Completion of the evaluation, the vendor will offer a video
conference to present their findings to available staff.
e) This Request for Proposal is intended to obtain the best possible
vendor for the Charlotte County Sheriff’s Office and by virtue of
any language, terminology or reference to a specific technology,
does not intend to limit alternate solutions or methods of achieving
a required result, nor is its intent to intentionally or unintentionally
create a proprietary situation.
6. METHOD OF AWARD
The Charlotte County Sheriff’s Office reserves the right to award this contract to
the Proposer submitting the proposal that in the opinion of the Sheriff, best serves
the requirements of the Sheriff’s Office. The successful proposal will be determined
utilizing both price and evaluation criteria outlined in paragraph six (5) above. Once
each member of the Awards Committee have independently read and rated each
proposal to determine compliance with technical, service and administrative
requirements, a proposal evaluation matrix will be completed. A composite
evaluation will then be prepared which indicates the committee’s collective ranking
of the highest rated proposals in a descending order. At this point, the Awards
committee may conduct interviews with the top ranked firms they have determined
are technically and administratively compliant with our requirements. The Sheriff’s
Office intends to make a selection announcement no later than thirty (30) calendar
days after the closing date for proposals. Upon selection, the Sheriff’s Office will
issue a Letter of Intent to the Selected Contractor. Contract negotiations must be
completed no later than thirty (30) calendar days or the Sheriff’s Office may elect
15
to cancel the Letter of Intent and award the contract to the next most successful
Proposer.
7. TERMS OF CONTRACT
A. The initial contract shall cover a four (4) month period. Changes in the
contractual provision or services to be furnished under the contract may be
made only in writing, and must be approved by the Sheriff and the agent of the
contractor. Should a decision be made to increase the scope of the contract, the
sheriff and the contractor will mutually agree, in writing, to an adjusted contract
price.
B. Hold Harmless Clause - Proposals shall provide for the firm holding
harmless the Sheriff’s Office and the representatives thereof from all suits,
actions, or claims of any kind brought on account of any injuries or damages
sustained by any person or property in consequence of any neglect in
safeguarding contract work, or on account of any act or omission by the firm or
its employees, or from any claims or amounts arising or uncovered under any
law, by-law, ordinance, regulation or decree.
C. Insurance – the Awardees shall not commence any work in connection with
this contract until Proposer has obtained all the following types of insurance
and such insurance has been approved by the Charlotte County sheriff’s Office,
nor shall the Awardees allow any sub-contractor to commence work on his/her
sub-contract until all similar insurance required of the sub-contractor has been
so obtained and approved. All insurance policies shall be with insurers qualified
and doing business in the State of Florida. The sheriff must receive a thirty (30)
day written notice of non-renewal, cancellation or changes in the policies or
coverage outlined in this RFP.
Required Insurance
Commercial General Liability – Including but not limited to bodily injury,
property damage, contractual, products, completed operations, and personal
injury with limits of not less than $300,000 combined single limit covering all
work performed under this contract.
Automobile Liability - Including bodily injury and property damage including
all vehicles owned, leased, hired and non-owned vehicles with limits of not less
than $300,000 combined single limit covering all work performed under this
contact.
Professional Liability – Including limits of not less than $1,000,000 for
professional services rendered in accordance with this contract. Proposer shall
maintain such insurance for at least two (2) years from the termination date of
16
this contract and during these two (2) years, Proposer shall use its best efforts
to ensure that there is no change of the retroactive date of this insurance
coverage. If there is a change that reduces or restricts the coverage carried
during the contract, Prosper shall notify the Sheriff’s Office in writing within
ten (10) days of the change.
D. Equal Employment Opportunity – the successful Proposer shall comply with
all provision of Federal, State, and local regulations to ensure that no employee
or applicant for employment is discriminated against because of race, religion,
color, sex, age handicap or national origin.
E. Warranty Against Contingent Fees – The successful Proposer will agree to
warrant that no person or selling agency has been employed or retained to solicit
this contract upon an agreement of understanding for commission, percentage,
brokerage or contingency, except bona fide employees or selling agents
maintained by the Proposer for the purpose of securing business.
F. Subcontracts - The Charlotte County Sheriff’s Office must approve, in
advance, all subcontracts entered into by the Proposer for the purpose of
completing the provisions of the contract. The Proposer will not sell, assign,
transfer, nor convey any of its rights except with the written consent of the
Sheriff or his designee.
G. Proposer Personnel – The Charlotte County Sheriff’s Office may request
replacement of any Proposer personnel believed unable to carry out the
responsibilities of the contract and shall approve all appointments to the
positions. All Proposer personnel will be subject to a security/background
check by the Officer of the Sheriff.
H. Proposer Cooperation – The successful Proposer shall, at all times observe
and comply with all Federal, State, and local municipal laws, ordinances, rules
and regulations in any way affecting the contract. The Proposer shall maintain
regular communications with the Commander of Corrections, or his designees,
and shall actively cooperate in all matters pertaining to this contract.
I. Termination – The Charlotte County Sheriff’s Office may terminate the
contract resulting from this Request for Proposal at any time the Proposer fails
to carry out its provisions. The Sheriff’s Office shall give the Proposer notice
of such termination with stated reasons for the termination. If, after such notice
the Proposer fails to cure the conditions within the specified time period
contained in the notice, it shall be the discretion of the Sheriff’s Office to order
the Proposer to stop work immediately and leave the premises or to reinstate
the contract based upon corrective action. Either party may terminate the
agreement, without cause, upon giving the other party not less than one hundred
twenty (120) calendar day’s written notice of termination.
17
J. Failure to Perform – The service rendered under this contract will be critical
to the mandated responsibilities of the Sheriff. Therefore, the Proposer will
reimburse the Sheriff for all expenses incurred by the Charlotte County sheriff’s
Office in providing services which are the responsibility of the Proposer. Such
expenses shall be included in a separated remittance from the monthly
commission payment due to the Sheriff. In the event the agreement is
terminated prior to its expiration, all finished or unfinished documents, studies,
correspondence, reports and other product prepared by or for the contractor
under this agreement shall become the exclusive property of the Sheriff’s
Office. Notwithstanding the above, the Proposer shall not be relieved of liability
to the Sheriff for damage sustained by the Sheriff’s Office by virtue of any
breach of the agreement by the Proposer.
K. Immunity from Liability – The successful Proposer agrees to indemnify and
hold harmless the Sheriff, his agents, servants and employees from any and all
claims, actions, lawsuits, judgments or liabilities of any kind whatsoever
deriving from acts or omissions of the Proposer, its agents or sub-contractors.
The Proposer shall carry professional liability insurance with the limits set forth
in their proposal, evidenced by additional insured indorsement adding the
Sheriff’s Office and its officers and employees as additional insured.
L. Public Information – Neither the Proposer nor the Sheriff shall publish any
findings based on data obtained from the operation of a contract agreement
without the prior consent of the other party, whose written consent shall not be
unreasonably withheld.
M. Access to Management Information – The Sheriff shall have the complete
and unlimited right to access any and all information maintained by Proposer
which may be needed to insure compliance with the contract terms and
conditions, and to monitor contractual compliance. The Proposer shall make
available all records or data requested.
N. Permits and Licenses – All permits and licenses required by Federal, State,
local laws, rules, and regulations necessary for the implementation of the work
undertaken by the Proposer pursuant to the contract shall be served and paid
from by the Proposer. It is the responsibility of the Proposer to have and
maintain the appropriate certificate(s) valid for work to be performed and valid
for the jurisdiction in which the work is to be performed for all persons working
on the job for whom a certificate is required.
9. GREIVANCE TO CONTRACT
18
Any complaint or grievance concerning a question of fact arising out of the RFP
process or performance of this contract, not otherwise disposed of by agreement,
shall be submitted in writing to the Vendor. If the Vendor is dissatisfied with the
remedies provided by the Director, the Vendor may appeal, in writing to the Sheriff
of Charlotte County. The decision of the Sheriff shall be final.
10. AWARD WITHOUT DISCUSSION
Vendors are hereby advised, although the RFP permits discussion and/ or
negotiations, the Sheriff’s Office expressly reserves the right to make an award
without holding any such discussions. Therefore, Vendors are cautioned to
construct its proposal as a complete and prepared offer to conduct services.
PART C – PROPOSAL RESPONSE FORMS
The undersigned understands that this Proposal must be signed in ink and that any unsigned
Proposal will be considered incomplete and subject to rejection be the Charlotte County Sheriff’s
Office.
SUBJECT TO DEVIATIONS STATED BELOW, THE UNDERSIGNED, BY THE
SIGNATURE EVIDENCED, REPRESENTS THAT THE PROPOSER ACCEPTS THE TERMS,
CONDITIONS, MANDATES, AND OTHER PROVISIONS OF THE FOREGOING (PART a)
GENERAL TERNS AND PROVISION (PART B) THE SPECIAL TERMS AND CONDITIONS
(PART C) THE TECHNICAL SPECIFICATIONS (PART D) THE SERVICE
SPECIFICATIONS AND (PART E) FORMS FOR CORRECTIONAL FACILITY INMATE
PHONE SYSTEM, SAID DOCUMENTS BEING THE STRICT BASIS UPON WHICH THE
SAID PROPOSER MAKES THIS PROPOSAL.
***USE INK ONLY***
ALL THE FOLLOWING INFORMATION MUST BE HEREUPON GIVEN FOR
THIS PROPOSAL TO BE CONSIDERED BY
THE CHARLOTTE COUNTY SHERIFF’S OFFICE
EXCEPTIONS TO PROPOSAL: NOTES – ANY REPRESENTATION (BELOW) OR
EXCEPTION(S) MAY CUASE THIS PROPOSAL TO BE REJECTED BY TE CHARLOTTE
COUNTY SHERIFF’S OFFICE.
19
The following representation every deviation (itemized by number) to the foregoing Proposal to
wit:
PROPOSAL FOR COMPENSATION AND CLASSIFICATION CONSULTING SERVICES
LETTER OF INTENT
The undersigned acknowledges the General Terms and Provisions of the Proposal and intends to
respond to the Proposal for the Charlotte County Sheriff’s Office. We understand that any changes,
clarification and addenda to the Proposal will be promptly communicated to the individual
authorized below to receive this information.
Name ____________________________________________________________
Company name ____________________________________________________________
Address ____________________________________________________________
____________________________________________________________
____________________________________________________________
Telephone # ____________________________________________________________
Fax # ____________________________________________________________
Email ____________________________________________________________
20
Vendor Company Information
*** IMPORTANT NOTE TO BIDDERS***
PLEASE USE EACH OF THE ABOVE DESIGNATED FORMS FOR EACH OPTION
RELATING TO EACH CONTRACT YEAR PROJECTION
LIST ADDITIONAL EQUIPMENT REQUIRED PRIOR TO START UP: NOTE Price this
list our and deep it separated from the base contract annual price
1. Include here an overview of your company indicating the background of your general
management and staff. Provide insight as to how you propose to begin your service to our facilities.
We would expect to see reference to prior experience in this field along with documentation of
staffing and personnel turnover (use back of page, or additional sheet(s) if necessary).
21
2. List Staffing Plan be Position and Shift. Include the hourly wage allocated for each position
listed in the staffing plan. Specify hours per shift (use back of page, or additional sheet(s) if
necessary).
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
22
4. Indicate if you have any lawsuits pending and the nature of same. Describe all claims against
you which have been adjudicated in favor of the plaintiff or have been otherwise settled in the past
five (5) years. Describe all pending claims (use back of page, or additional sheet(s) if necessary).
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
23
Commission Statement
VENDOR NAME _______________________________________
The undersigned has carefully examined the proposal package and all conditions affecting the cost
of the services required by the Charlotte County Sheriff’s Office. The undersigned also understand
that any exception presented after the award may be cause for cancellation of award. We hereby
propose to furnish the services describe herein accordance with the proposal except as noted in the
Exceptions Addendum.
COMMISSION RATE TO PROPOSER________________________%
SIGNATURE OF VENDOR REPRESENTATIVE ____________________________________
PRINTED NAME AND
TITLE OF VENDOR REPRESENTATIVE__________________________________________
DATE______________________
24
REFERENCE
Provide business reference on this form. Reference shall be facilities of comparable size currently
or previously under contract where same or similar service have been provided.
1. Firm Name _________________________________________
Contact _________________________________________
Title _________________________________________
Mailing Address _________________________________________
Phone _________________________________________
Fax _________________________________________
2. Firm Name _________________________________________
Contact _________________________________________
Title _________________________________________
Mailing Address _________________________________________
Phone _________________________________________
Fax _________________________________________
3. Firm Name _________________________________________
Contact _________________________________________
Title _________________________________________
Mailing Address _________________________________________
Phone _________________________________________
Fax _________________________________________
25
DECLARATION:
VENDOR: ______________________________________________ ( ) Individual
( ) Partnership
( ) Corporation
Federal taxpayer identification: _____________________________
Fax Number: _____________________________
Contact Person: ______________________________
Company has been in business under its present name since: _______
At this present time we understand all requirements and state that as a serious proposer we will
comply with all the stipulations included in the proposal package.
The above named Proposer affirms and declares:
1. That the Proposer is of lawful age and that no other person, firm or corporation has any interest
in this proposal or in the contract proposed to be entered into.
2. That this proposal is made without any understanding, agreement, or connection with any other
person, firm or corporation making a proposal for the same purpose, and is in all respect fair and
without collusion or fraud.
3. That the Proposer is not in arrears to Charlotte County or the Sheriff upon debt or contract and
is not a defaulter, as surety or otherwise, upon any obligation to the Sheriff;
4. That no officer or employee or person shoes salary is payable in whole or in part from the
County Treasury is, shall be or become interested, directly or indirectly, surety or otherwise in this
proposal; in the performance of the contract; in the supplies, materials, equipment, and work or
labor to which they relate; or in any portion of the profits thereof.
The undersigned also agrees that this proposal shall remain open for an evaluation period of sixty
(60) calendar days following the opening of proposal.
Respectfully submitted,
By_______________________________________ (PLEASE PRINT)
Title______________________________________
Date______________________________________
Signature__________________________________
26
STATEMENT OF NO PROPOSAL
NOTE: If you do not intend to respond to this requirement, please return this form
immediately to:
CHARLOTTE COUNTY SHERIFF’S OFFICE
7474 UTLITIES ROAD
PUNTA GORDA, FLORIDA 33982
We, the undersigned, have declined to respond to your Proposal for Compensation and
Classification Consulting Services for the following reasons:
_____ Specifications geared toward one brand or manufacture only (explain below)
_____ Insufficient time to respond to the invitation for proposal
_____ Company does not offer this service
_____ Our work schedule would not permit us to perform
_____ Unable to meet Bond Requirements
_____ Specifications unclear (explain below)
_____ Remove our company from your vendor list
_____ Other (specify below)
______________________________________________________________________________
We understand that if the “no proposal “ letter is not executed and returned, our name may be
deleted from the list of qualified vendors for the Charlotte County Sheriff’s Office
PLEASE PRINT: COMPANY NAME___________________________________________
COMPANY OFFICER_________________________________________
TELEPHONE NUMBER_______________________________________
DATE______________________________________________________
SIGNATURE________________________________________________
27
Recommended