milwaukee county


[PDF]milwaukee county - Rackcdn.comac1950af3ceefeabf780-5a080c52246e50dbf3394147fb757de2.r62.cf1.rackcdn.com/...

29 downloads 147 Views 2MB Size

           

     

MILWAUKEE COUNTY  HOUSE OF CORRECTION       

REQUEST FOR PROPOSAL  NUMBER: 98150009   

 

    

INMATE ACCOUNTING SOFTWARE AND COMMISSARY  SERVICES  Issued: April 16, 2015 

 

 

 

Response Due Date: May 15, 2015 – 1:30 P.M. CDT   

1 | P a g e    

Table of Contents   1.0  2.0  2.01  2.02  2.03  2.04  2.05  2.06  2.07  2.08  2.09  2.10  2.11  2.12  2.13  2.14  2.15  2.16  2.17  2.18  2.19  2.20  2.21  2.22  2.23  2.24  2.25  2.26  2.27  2.28  2.29  2.30  2.31  2.32  2.33  2.34  3.0  3.01  3.02  3.03  4.0  4.01  4.02  4.03 

INFORMATION SUMMARY SHEET .................................................................................................. 4  GENERAL INFORMATION ................................................................................................................. 5  INTRODUCTION AND BACKGROUND .............................................................................................. 5  SPECIFICATIONS .............................................................................................................................. 6  RFP ADMINISTRATOR ...................................................................................................................... 6  DEFINITIONS .................................................................................................................................... 6  QUESTIONS...................................................................................................................................... 7  PROPOSER NOTIFICATION REQUIREMENT AND AMENDMENT ACKNOWLEDGEMENT ................. 7  FIRM COMMITMENT, AVAILABILITY, PROPOSAL VALIDITY ............................................................. 8  NON‐INTEREST OF COUNTY EMPLOYEES AND OFFICIALS .............................................................. 8  CODE OF ETHICS .............................................................................................................................. 8  ERRORS, OMISSIONS, MINOR IRREGULARITIES AND RETAINED RIGHTS ........................................ 8  PROPOSAL ACCEPTANCE, REJECTION, CANCELLATION AND WITHDRAWAL .................................. 9  CONTRACT TERMS AND FUNDING ................................................................................................ 10  CONTRACT TERMINATION ............................................................................................................ 10  PRICE ADJUSTMENT ...................................................................................................................... 10  MINIMUM WAGE RATE ................................................................................................................. 11  EEOC COMPLIANCE ....................................................................................................................... 11  INSURANCE AND INDEMNITY REQUIREMENTS ............................................................................ 11  SUPERVISION ................................................................................................................................. 11  PERMITS AND LICENSE .................................................................................................................. 12  FEDERAL, STATE AND LOCAL REGULATIONS ................................................................................. 12  START‐UP SCHEDULE ..................................................................................................................... 12  RESPONSIBLE CONTRACTOR POLICY ............................................................................................. 12  DISCIPLINE OR DISCHARGE OF EMPLOYEES .................................................................................. 13  PRIME CONTRACTOR & SUBCONTRACTORS ................................................................................. 13  PRE‐PROPOSAL MEETING.............................................................................................................. 13  FACILITY TOUR .............................................................................................................................. 14  PROPOSAL BOND .......................................................................................................................... 14  PAST PRACTICES ............................................................................................................................ 14  EXECUTION OF CONTRACT ............................................................................................................ 14  DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION ...................................................... 15  SECURITY AND BACKGROUND CHECKS ......................................................................................... 15  UNIFORMS AND OPERATIONAL MATERIALS ................................................................................. 15  COMPLIANCE WITH REGULATIONS AND LAWS ............................................................................ 15  CERTIFICATION OF INDEPENDENT PRICE DETERMINATION ......................................................... 15  PREPARING AND SUBMITTING A PROPOSAL ................................................................................ 16  GENERAL INSTRUCTIONS .............................................................................................................. 16  INCURRED EXPENSES .................................................................................................................... 16  SUBMITTING A PROPOSAL ............................................................................................................ 16  PROPOSAL SELECTION AND AWARD PROCESS ............................................................................. 19  PRELIMINARY EVALUATION .......................................................................................................... 19  PROPOSAL SCORING ..................................................................................................................... 19  EVALUATION CRITERIA .................................................................................................................. 20 

2 | P a g e    

4.04  NEGOTIATION PROCESS AND RIGHT TO REJECT PROPOSALS ....................................................... 23  4.05  INTENT TO AWARD ....................................................................................................................... 23  4.06  INFORMATION RELEASE ................................................................................................................ 23  4.07  APPEAL .......................................................................................................................................... 24  4.08  CANCELLATION .............................................................................................................................. 24  4.09  CONTRACT ..................................................................................................................................... 24  4.10  AUTHORITY TO DO BUSINESS IN WISCONSIN ............................................................................... 25  4.11  WISCONSIN LAWS GOVERN .......................................................................................................... 25  4.12  VENUE ........................................................................................................................................... 25  4.13  RIGHT TO AUDIT ............................................................................................................................ 25  5.0  SERVICE AND TECHNICAL REQUIREMENTS ................................................................................... 25  5.01  STATEMENT OF INTENT ................................................................................................................ 25  5.02  BACKGROUND AND SCOPE‐COMMISSARY ................................................................................... 26  5.03  BACKGROUND AND SCOPE‐INMATE BANKING SYSTEM ............................................................... 28  5.04  CONTRACTOR INFORMATION REQUIREMENTS ............................................................................ 29  5.05  RESPONSIBILITIES OF THE HOC ..................................................................................................... 30  5.06  RESPONSIBILITIES OF THE CONTRACTOR ...................................................................................... 31  5.07  CONTRACT REVISON/RENEWAL .................................................................................................... 42  5.09  ENTIRE AGREEMENT AND AMENDMENTS .................................................................................... 42  5.10  WAIVER ......................................................................................................................................... 43  5.17  PERFORMANCE BOND ................................................................................................................... 43  6.0  REQUIRED FORMS ......................................................................................................................... 44  ATTACHMENT A ‐ TERMS AND CONDITIONS OF REQUEST FOR PROPOSAL ................................................. 45  ATTACHMENT B – VENDOR BINDING AUTHORITY ....................................................................................... 46  ATTACHMENT C – VENDOR LETTER OF INTENT TO BID ................................................................................ 47  ATTACHMENT D – AUTHORIZATION FOR REFERENCE CHECK ...................................................................... 48  ATTACHMENT E – CONFLICT OF INTEREST STIPULATION ............................................................................. 49  ATTACHMENT F – SWORN STATEMENT OF VENDOR ................................................................................... 50  ATTACHMENT G – COVER SHEET FOR THE TECHNICAL PROPOSAL .............................................................. 51  ATTACHMENT H ‐ COVER SHEET FOR THE COST PROPOSAL ........................................................................ 52  ATTACHMENT I – VENDOR REFERENCES ...................................................................................................... 53  ATTACHMENT J ‐ CONFLICTS OF INTEREST AND PROHIBITED PRACTICES ................................................... 55  ATTACHMENT K – EEOC FOR MILWAUKEE COUNTY CONTRACTS ................................................................ 56  ATTACHMENT L ‐ EQUAL OPPORTUNITY POLICY .......................................................................................... 57  ATTACHMENT M ‐ CERTIFICATION REGARDING DEBARMENT AND SUSPENSION ....................................... 57  ATTACHMENT N – ADDITIONAL DISCLOSURES ............................................................................................. 59  ATTACHMENT O – HOTLINE FLIER ................................................................................................................ 60  ATTACHMENT P – AUDIT SERVICES DIVISION HOTLINE ................................................................................ 61  ATTACHMENT Q ‐ Designation of Confidential and Proprietary Information .............................................. 62  ATTACHMENT R ‐ CERTIFICATION FOR INDEMNITY AND INSURANCE REQUIREMENTS .............................. 63  ATTACHMENT S ‐ MINIMUM WAGE ORDINANCE COMPLANCE ................................................................... 65  ATTACHMENT T – DBE FORMS ..................................................................................................................... 66  ATTACHMENT U ‐ FEATURE CHECKLIST ........................................................................................................ 76  ATTACHMENT V ‐ COST PROPOSAL RESPONSE SHEET .................................................................................. 85  ATTACHMENT W ‐ INDIGENT PRODUCT LIST ................................................................................................ 90  ATTACHMENT X ‐ VENDOR COOPERATION & LISTING OF EXCLUDED SERVICES .......................................... 91   

3 | P a g e    

1.0 

INFORMATION SUMMARY SHEET 

   

Request For Proposal Title:  Inmate Accounting Software & Commissary Services    Request For Proposal Number:  98150009    RFP Issuing Office:  Milwaukee County–House of Correction    RFP Issue Date:  April 16, 2015    Date of Voluntary Pre‐Proposal Conference and Site Tour  April 24, 2015 at 9:00 AM     Voluntary Pre‐Proposal Conference Location:  HOC Administrative Entrance    RSVP for Pre‐Proposal Conference and Site Tour  April 21, 2015 before 4:00 P.M.    Email: [email protected]      Deadline for Receipt of Questions:  April 27, 2015 before 5:00PM    Email: [email protected]      RFP Proposal Receipt Deadline:  May 15, 2015 by 1:30 PM CDT    RFP Submission Location:  Milwaukee County Courthouse County Clerk’s Office    Room 105 901 N. 9th Street Milwaukee, WI 53233    RFP Administrator:  Stephanie Gulizia    Milwaukee County DAS ‐ Procurement    633 W. Wisconsin Ave., Suite 901    Milwaukee, WI 53203    (414) 278‐4129    Email: [email protected]    Intend to Award Notification (Estimated)  June, 2015    Service Starting Date (Estimated):  August 1, 2015    Proposal can be  found  on Milwaukee  County’s website; “Business  Opportunity  Portal.”  http://county.milwaukee.gov/bop 

  4 | P a g e  

2.0 

GENERAL INFORMATION 

 

2.01  INTRODUCTION AND BACKGROUND    The Milwaukee County House of Correction (HOC) is soliciting formal competitive sealed proposals  from qualified professional firms for inmate commissary and accounting software.  The provision of  inmate commissary services and the quality and reliability of service are high priority.  Firms who  submit a response to this Request for Proposal (RFP) shall be responsible to submit technical and  service solutions based on their programs that meet or exceed the goals and objectives herein.  The  RFP serves as a tool to formalize negotiations to enter into a contract with a chosen provider, if any.      The HOC’s intent is to comply with applicable standards and to realize maximum possible  commissions and required service and financial accounting and to award a contract for a period of  five (5) years.  This service and equipment must not result in a decrease in the current level of  service.    The vendor shall install and provide all necessary infrastructure, servers (and any other equipment  necessary), network components, software, construction, installation, support and maintenance as  necessary to implement their proposed solution.  Proposals must comply with all terms and  conditions described in this document.  This RFP process operates under Chapter 32 of Milwaukee  County Ordinances for a Services contract.    Currently, commissary service to each inmate is once per week. Deliveries to the HOC should be the  next day after the orders are entered into the System. The HOC is willing to hear suggested  alternative methods for ordering and delivering.  Ideally, the inmates would be able to order  commissary from a kiosk.  The HOC reserves the right to determine the final methods, retail selling  prices to the inmates, and the dates that the items may be ordered and delivered.  More specifics  on current operations can be found in the Section 5.    If proposing an automated system, please be advised that the HOC currently uses a mainframe  based Jail Management System but will be migrating to the ProPhoenix Jail Management System in  2015. Any program interfacing will be the responsibility of the Contractor.     Vendors must state that they understand that they will have to cooperate with the telephone  vendor and also the provider of money transfer services and e‐media as defined in Attachment X.   The vendor must further state that they understand that their Vendor Cooperation will continue  until such time as those vendor contracts are not renewed or are terminated.    The information provided is an estimate based on past history, but may not accurately reflect  future Commissary volumes.   The total monies (gross sales) generated by the vendor in the performance of the  Commissary contract including sales tax where applicable is estimated to be approximately  $700,000 to $760,000 annually   Please see Cost Sheet Addendum for current estimated volumes per item   Number of Inmate housing units: 37 in Franklin, WI with approximately 1,300 inmates        5 | P a g e  

2.02  SPECIFICATIONS     

All items provided by the winning proposers must meet the specifications set forth in this RFP.  This is a negotiated procurement. Contract award is subject to review and approval by the  Milwaukee County Board of Supervisors.  A detailed discussion of our Specifications and System  Requirements can be found in Section 5. 

 

2.03  RFP ADMINISTRATOR    Stephanie Gulizia  Milwaukee County DAS – Procurement  633 W. Wisconsin Ave., Suite 901  Milwaukee, WI 53203  (414) 278‐4129  Email: [email protected]   

2.04  DEFINITIONS    •

The term “HOC” as herein used shall be deemed as reference to the House of Correction. 



The term “COUNTY” as herein used shall be deemed as reference to Milwaukee  County, Wisconsin.  The term “UNIT” as herein used will be deemed as reference to a housing area containing  bed space.  The term “FACILITY” as herein used shall be deemed as reference to any facility operated in  whole or in part by the House of Correction.  The terms “Proposer”, “Vendor”, “Respondent”, “Bidder” and “Contractor” all refer to  the person (s) or Agency responding to this Request for Proposal.  The term “PREMISES” as herein used will be deemed as reference to any location within  a  building,  wing,  facility  or  satellite  unit  in  which  Milwaukee  County  possesses  a  proprietary interest.  The term “PROPOSER/VENDOR” as herein used shall be deemed as reference to any  vendor, proprietor or corporation responding to the requirements of this RFP.  The term “COMPLEX” as herein used shall be deemed as reference to the HOC premises,  facility, outbuilding, or grounds in or on which the House of Correction possesses the primary  proprietary interest.  The term “CONTRACTOR” as herein used shall be deemed as reference to the successful  bidder, vendor, proprietor or corporation receiving an award and entering into a formal  agreement under the terms of the bid.  The term “DORM” as herein used will be deemed as reference to a housing unit containing  open bed space or individual cells.  The term “INMATE” as herein used will be deemed as reference to any person, inmate or  Resident in the custody of, or incarcerated in any facility operated in whole or in part by  or contracted to the HOC.  The term “SUPERINTENDENT” as herein used shall be deemed as reference to the  Milwaukee County HOC person in charge and/or his/her duly appointed representative(s)  in the administration of the contract. 

• • • •

• •



• •



    6 | P a g e  

  2.05  QUESTIONS  Proposers may submit questions and requests for clarification regarding this RFP. All questions  regarding this RFP shall be made in writing, citing the RFP title, RFP number, page, section, and  paragraph, and shall be submitted via e‐mail to RFP Contact/Administrator.    Questions sent to anyone other than the RFP Contact/Administrator will not be considered.    All questions must be submitted by the specified deadline as identified on the Information Summary  Sheet.  Milwaukee County will not respond to any questions received after this date and time.  Responses to all questions and inquiries received by Milwaukee County will be posted on Milwaukee  County’s website as identified in the Information Summary Sheet. It is the responsibility of  Proposers to check this website for any and all information such as answers or addenda related to  the RFP.    This RFP is issued by the Milwaukee County House of Correction. The RFP Administrator assigned to  this RFP, along with contact information, provided on the Information Summary Sheet.  The RFP  Administrator is the sole point of contact during this process, and no information provided by any  other personnel will be considered binding.    Communication initiated by a proposer to any County official, employee or representative  evaluating or considering the proposals, prior to the time of any award is prohibited unless at the  explicit direction of the RFP Contact/Administrator and any such unauthorized communication may  constitute grounds for rejection or elimination of a proposal from further consideration, in the sole  discretion of the County.    All respondents should use this written document, its attachments and any amendments as the sole  basis for responding.   

2.06  PROPOSER NOTIFICATION REQUIREMENT AND AMENDMENT ACKNOWLEDGEMENT    Should proposer discover any significant ambiguity, error, omission or other deficiency in the RFP  document, they must immediately notify the RFP Contact/Administrator in writing, via email, prior  to the submission of the proposal. The failure of a proposer to notify the RFP Contact/Administrator  of any such matter prior to submission of its proposal constitutes a waiver of appeal or  administrative review rights based upon any such ambiguity, error, omission or other deficiency in  the RFP document.    If it becomes necessary to clarify or revise any part of this RFP, amendments will be posted to the  Milwaukee County website; it is the responsibility of prospective vendors to check the website for  any amendments prior to the RFP submission date. All amendments are acknowledged by your  submission of Sworn Statement of Bidder form.    If the Proposer fails to monitor the web site for any changes or modifications to the RFP, such failure  will not relieve the Proposer of its obligation to fulfill the requirements as posted.      7 | P a g e  

 

2.07  FIRM COMMITMENT, AVAILABILITY, PROPOSAL VALIDITY    Proposers shall maintain their availability of service and proposed price as set forth in their  proposals for an anticipated service starting date provided in the Information Summary Sheet.  Proposers are expected to perform planning and implementation activities prior to commencement  of a contract. Milwaukee County will not reimburse for these costs.   

2.08  NON‐INTEREST OF COUNTY EMPLOYEES AND OFFICIALS    No County official, employee or representative on the evaluation committee shall have any financial  interest, either direct or indirect, in the proposal or contract or shall exercise any undue influence in  the awarding of the contract.    No Milwaukee County employee, shall participate in the selection, award or administration of a  contract if a conflict of interest, real or apparent, would be involved.    Milwaukee County Specific Requirements; No person(s) with a personal financial interest in the  approval or denial of a contract or proposal being considered by a county department or with an  agency funded and regulated by a county department, shall make a campaign contribution to any  county elected   official who has approval authority over that contract or proposal during its  consideration. Contract or proposal consideration shall begin when a contract or proposal is  submitted directly to a county department or to an agency funded or regulated by a county  department until the contract or proposal has reached final disposition, including adoption, county  executive action, proceedings on veto (if necessary) or departmental approval.   

2.09  CODE OF ETHICS    Proposers shall strictly adhere to Chapter 9 of the Milwaukee County Code of General Ordinances  Code of Ethics, with particular attention to Subsection 9.05(2)(k):    “No campaign contributions to county officials with approval authority: No person(s) with a personal  financial interest in the approval or denial of a contract or proposal being considered by a county  department or with an agency funded and regulated by a county department, shall make a campaign  contribution to any county elected official who has approval authority over that contract or proposal  during its consideration. Contract or proposal consideration shall begin when a contract or proposal is  submitted directly to a county department or to an agency funded or regulated by a county department  until the contract or proposal has reached final disposition, including adoption, county executive action,  proceedings on veto (if necessary) or departmental approval. This provision does not apply to those items  covered by section 9.14 unless an acceptance by an elected official would conflict with this section. The  language in subsection 9.05(2)(k) shall be included in all Requests for Proposals and bid documents.” 

 

2.10  ERRORS, OMISSIONS, MINOR IRREGULARITIES AND RETAINED RIGHTS     All information in this RFP, including any addenda, has been developed from the best available  sources; however, Milwaukee County makes no representation, warranty or guarantee as to its  accuracy. Should proposer discover any significant ambiguity, error, omission or other deficiency in  the RFP document, they must immediately notify the RFP Contact/Administrator in writing, via    8 | P a g e  

email, prior to the submission of the proposal. The failure of a proposer to notify the RFP  Contact/Administrator of any such matter prior to submission of its proposal constitutes a waiver of  appeal or administrative review rights based upon any such ambiguity, error, omission or other  deficiency in the RFP document. Milwaukee County reserves the right to waive minor irregularities in  proposals. Minor irregularities are defined as those that have no adverse effect on the outcome of  the selection process by giving a Proposer an advantage or benefit not afforded by other Proposers.  Milwaukee County may waive any requirements that are not material. Milwaukee County may make  an award under the RFP in whole or in part and change any scheduled dates. Milwaukee County  reserves the right to use ideas presented in reply to this RFP notwithstanding selection or rejection  of proposals. Milwaukee County reserves the right to make changes to and/or withdraw this RFP at  any time.   

2.11  PROPOSAL ACCEPTANCE, REJECTION, CANCELLATION AND WITHDRAWAL    Each proposal is submitted with the understanding that it is subject to negotiation at the option of  Milwaukee County. However, Milwaukee County reserves the right to make an award on the basis of  the original proposal, without negotiation with any proposer.    Milwaukee County reserves the right to negotiate with the proposer(s) within the scope of the RFP  in the best interests of Milwaukee County. Milwaukee County may request and require clarification  at any time during the procurement process and/or require correction of arithmetic or other  apparent errors for the purpose of assuring a full and complete understanding of a proposal and/or  to determine a proposer’s compliance with the requirements of the solicitation. Milwaukee County  may use information obtained through site visits, management interviews and the county’s  investigation of a proposer’s qualifications, experience, ability or financial standing, and any material  or information submitted by the proposer in response to the county’s request for clarifying  information in the course of evaluation and/or selection under this RFP.    Upon acceptance in writing by Milwaukee County of the final offer to furnish any and all of the  services described herein, and upon receipt of any required federal, state and local government  approvals, the parties shall promptly execute the final contract documents. The written contract  shall bind the proposer to furnish and deliver all services as specified herein in accordance with  conditions of said accepted proposal and this RFP as negotiated.    Milwaukee County reserves the right to reject any or all proposals, or any part thereof; and to waive any  minor defects in the proposals if this is to the advantage of the County.  The County’s waiver of a minor  defect shall in no way modify the RFP document or excuse the vendor from full compliance with its  specifications if the vendor is awarded the contract.  The County reserves the right to let separate  contracts on any aspect of the work.    Vendor must state that they understand that they will have to cooperate with the telephone vendor and  the provider of money transfer services and e‐media as defined in Attachment X.  The vendor must further  state that they understand that their Vendor Cooperation will continue until such time as the contracts  with those vendors are not renewed or are terminated.    Milwaukee County also reserves the right to accept or reject any and all proposals submitted or cancel  this RFP in whole or in part if such cancellation is in the best interest of Milwaukee County.  Prior to    9 | P a g e  

the date and time set forth as the Proposal Receipt Deadline, proposals may be modified or  withdrawn by the proposer’s authorized representative. After the proposal deadline, proposals may  not be modified or withdrawn without the consent of Milwaukee County.   

2.12  CONTRACT TERMS AND FUNDING    The contract shall be between the County of Milwaukee, known as the "County" and the successful  proposer known as the "Contractor".    Responses to this RFP should be based upon that the initial term of the agreement of five (5) years  by mutual agreement of the County and contractor.    Continuance of the contract beyond the limits of funds available shall be contingent upon     appropriations of the necessary funds and the termination of this contract by lack of appropriations  shall be without penalty. All proposers are notified that Milwaukee County reserves the right to  delete or modify any task from the Scope of Services at any time during the course of the bid  process. All proposers are notified that contracts are contingent upon Federal, State, and local  appropriations.    Milwaukee County contemplates award of a contract resulting from this RFP that reflects payment  for fee for services. Any final contract structure resulting from this RFP may be subject to  negotiation and the required approvals by the Milwaukee County Board of Supervisors.   

2.13  CONTRACT TERMINATION    Milwaukee County in its sole discretion may, in the case of a termination for breach or default, allow  the Contractor 5 days in which to cure a defect. In such case, the notice of termination will state the  time period in which cure is permitted and other appropriate conditions. Milwaukee County, by  written notice, may terminate this contract, in whole or in part, for any reason giving a thirty (30)  day notice.  If this contract is terminated, Milwaukee County shall be liable only for payment under  the payment provisions of this contract for services rendered before the effective date of  termination.    In the event the contractor terminates the contract, such termination will require written notice to  that effect to be delivered by the contractor to the County not less than one hundred twenty (120)  days prior to said termination and shall assist and provide for an orderly transition of services.   

2.14  PRICE ADJUSTMENT    The price sheet established by this contract for Commissary may be adjusted from time to time. Any  proposed price adjustment shall be submitted to the County no later than two months before which  an adjustment is requested, and if approved, will be effective on a date that is mutually agreed  upon. These fees are subject to negotiation and approval by the County.     The Contractor must propose and explain the process that is used to justify any proposed  cost adjustment, which may include the following:   Changes in product costs.    10 | P a g e  

 



An increase in tax rates affecting labor costs.  Changes in Facility’s specified list of products, points‐of‐service, additions or levels of service  provided.  Verification/substantiation of any other cost factors through submissions of supplier  invoices over a six‐month span. 

  In addition, the Contractor may be required to change the Commissary items offered at the request  of the HOC.   If and when a change is requested, the vendor shall give the HOC suggested price  guides, and commission rates for the item.    

2.15  MINIMUM WAGE RATE    This RFP, acquisition and any resulting agreement must conform to Chapter 111 of the Milwaukee  County Code of General Ordinance – Minimum Wage.    In accordance with Chapter 111 of the Milwaukee County Code of General Ordinances, it is the  policy of Milwaukee County that certain contractors, subcontractors, lessees and recipients of  financial assistance doing business with the county shall pay employees performing part of full time  work for the county a minimum wage rate. This rate is currently established at $11.66/hour.    As a matter of responsiveness to this RFP, proposers must complete ‘Attachment S – Declaration of  Commitment to Compliance to Milwaukee County’s Minimum Wage Provision.    It is the proposer’s responsibility to familiarize themselves with the requirements of MCGO Chapter  111 and maintain compliance.    Additional information can be found at:  http://county.milwaukee.gov/ImageLibrary/Groups/cntyDAS/Procurement/livingwage.pdf  https://library.municode.com/HTML/12598/level2/MICOCOGEORVOI_CH111MIWA.html   

2.16  EEOC COMPLIANCE    All proposers shall complete and submit Equal Employment Opportunity Commission (EEOC)  Compliance Certificate (Attachment K).   

2.17  INSURANCE AND INDEMNITY REQUIREMENTS    All proposers shall complete, sign and submit the “Insurance and Indemnity Acknowledgement  Form” (Attachment R). This form outlines required insurance requirements for contractor related to  this RFP and proposer’s ability and commitment to provide such services.   

2.18  SUPERVISION    Contractor shall provide on‐site management and supervisory staff.  Administrative and purchasing  advice related to the commissary operation may come from headquarters or other regional  locations.  Supervisory staff shall follow all the specifications set forth in this document. Supervisory  staff shall insure all staff under their control follow all work rules and all the specifications set forth  in this document. All supervisory staff shall respond and resolve concerns promptly.    11 | P a g e  

 

2.19  PERMITS AND LICENSE    Contractor at the time of proposal submission and during the term of any agreement the contractor  and associated employees performing services must possess and maintain the required licenses and  permits required to perform Commissary and Accounting services.    Any reprimand, disciplinary action or investigation taken by any agency issuing permits and licenses  required to perform catering services by contractor or employee must be reported to Milwaukee  County within 48 hours of notification by the issuing agency.   

2.20  FEDERAL, STATE AND LOCAL REGULATIONS    The successful Proposer shall be required, and hereby agrees, to comply with all applicable Federal,  State and Local laws and regulations during the term of any agreement, including, but not limited to  the regulations listed in this RFP. Successful proposers will be required to enter into and maintain an  agreement with Milwaukee County that complies with all Federal, State, and local, health,  accessibility, environmental and safety laws, regulations, standards and ordinances.   

2.21  START‐UP SCHEDULE    It is anticipated that services will be required on or before August 1, 2015. In order to help ensure an  orderly transition and give the winning proposers an opportunity to learn the procedures for the facility,  the non‐incumbent winning proposers might be required to “shadow” the current service provider(s) for  a minimum of one month on dates mutually agreeable to Milwaukee County and the winning proposers.    





The successful vendor must assume responsibility for installing the equipment  and software for Commissary and inmate banking operations as specified in this  RFP.  All changes required to the current equipment and software to enable  installation of the proposed equipment, software and services must be  identified.  All such changes will be the responsibility of the successful vendor,  except for those changes being specifically negotiated and identified as being a  Facility responsibility.  The vendor must provide a detailed plan for conversion of the currently installed  accounting system to their proposed commissary and accounting system.  This  implementation plan must include all tasks required by both the HOC and the  vendor, covering the period from notification of contract award through the  installations, testing, and implementation of all components of the proposed  system.  The plan must include beginning and completion dates.  The schedule  must include, at a minimum, tasks such as installation of equipment, software,  testing, and implementation. 

   

2.22  RESPONSIBLE CONTRACTOR POLICY    The County of Milwaukee recognizes that proper maintenance and superior service requires that    12 | P a g e  

service contractors hire well‐trained and dedicated staff to service buildings. Assuring the  availability of a qualified staff and avoiding labor disruption and costly employee turnover to treat  workers fairly and to abide by applicable labor laws. The County of Milwaukee supports the  development of a healthy business environment through the responsible management of the  properties in which it is responsible. Therefore, the County of Milwaukee maintains the following  requirement. Contractors shall abide by all applicable local, state and federal laws. Contactors shall  at all times maintain safe and healthful working conditions and abide by all applicable wage and  hour regulations and prohibitions against child labor. Contractors' working conditions shall conform  to the standards set by the Federal OSHA. Contractors shall on request provide to the County a  report on their compliance. The County recognizes the right of an employee to self‐organization and  the right to form, join or assist labor organizations to bargain collectively through representatives of  their own choosing, and to engage in lawful, concerted activities for the purpose of collective  bargaining or other mutual aid or protection and, conversely, the right of such employees to refrain  from any or all such activities. All proposers shall provide working conditions for services of a similar  character in a similar locality in which the services are performed.   

2.23  DISCIPLINE OR DISCHARGE OF EMPLOYEES    Milwaukee County retains the right to require the reassignment of an employee or employees, as  the County may deem necessary. Reasons for this request may be but are not limited to:  Incompetence, Carelessness, Disruptive or otherwise objectionable behavior. The request for  reassignment is in no way a call for dismissal. It is just a request for the individual to be reassigned  out of the County facility.    Any contractor's employee whose employment or performance is objectionable to the county shall  be immediately transferred from the premises. A request by the County to transfer an employee  shall not constitute an order to discipline or discharge the employee. All actions taken by the  contractor in regard to employee discipline shall be at the sole discretion of the contractor. The  County shall be held harmless in any disputes the contractor may have with the contractor's  employees. This shall include, but is not limited to, charges of discrimination, harassment, and  discharge without just cause.   

2.24  PRIME CONTRACTOR & SUBCONTRACTORS     The prime contractor will be responsible for contract performance when subcontractors are used.  However, when subcontractors are used, they must abide by all terms and conditions of the contract  including caregiver and/or background checks, training, uniform policy and infection control policies  and the prime will be responsible to insure compliance to all required term and conditions in RFP  and contract. If subcontractors are to be used, the proposer must clearly explain their participation  in the proposal response documents, inclusive of DBE participation.   

2.25  PRE‐PROPOSAL MEETING    It is the Proposer’s responsibility to completely inspect the facility prior to submitting a proposal to  determine all requirements associated with the contract. Failure to visit the site will in no way  relieve the successful proposer from the necessity of providing, without additional costs to the  County, all necessary services that may be required to carry out the intent of the resulting contract.    A pre‐proposal conference will be held at the date, time, and location as provided on the    13 | P a g e  

Information Summary Sheet.    During the pre‐proposal conference, attendees may request clarification of any section of the RFP  and ask any other relevant questions relating to the RFP.    Proposers are encouraged to submit written questions via e‐mail, for possible response at the pre‐  proposal conference to RFP Contact/Administrator (date and time provided in the Information  Summary Sheet) to enable Milwaukee County to formulate its oral responses. No oral or written  responses will be given prior to the mandatory pre‐proposal conference.    Any responses provided to questions during the pre‐proposal conference and site inspections will be  considered drafts, and will be non‐binding. Only the final answers to written questions submitted  prior to the “Receipt of Questions” deadline (date and time provided in the Information Summary  Sheet) and posted on the website (web address provided on the Information Summary Sheet) will be  considered official and final. Remarks and explanations at the conference shall not qualify the terms  of the solicitation; and terms of the solicitation and specifications remain unchanged unless the  solicitation is amended in writing.    All proposers interested in bidding and in touring facility must RSVP per details (date, time, and  email address) on Information Summary Sheet using Attachment C (Vendor Letter of Intent to Bid).  RSVP email must include Full Name  of the persons participating in the tour.  County reserves the  right to limit the number of participant from each proposing vendor on the tour.   

2.26  FACILITY TOUR    County employees will escort interested proposers on a tour of the HOC facility per date and time on  Information Summary Sheet. Person attending the tour should bring State/Government issued ID at  the time of the tour.   

2.27  PROPOSAL BOND    Any Contractor may withdraw its proposal either personally or by written request at any time prior  to the time set for opening.  No proposal may be withdrawn or modified after that time set forth  thereof unless and until award of the contract has been delayed for a period exceeding ninety (90)  days.  The Contractor must submit a proposal bond within its response which is good for 150 days  from the date the proposal is due. This bond shall be in the amount of $25,000.   

2.28  PAST PRACTICES    The Contractor shall not base its proposal on any past practices that are not clearly defined or  described within this RFP.   

2.29  EXECUTION OF CONTRACT    Within forty‐five (45) days after the notice of award, the successful Contractor shall enter into a  formal contract(s) in the approved form. It is anticipated that the contract will begin August 1,  2015.    14 | P a g e  

 

2.30  DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION    The  award  of  the  contract  is  conditioned  upon  your  good  faith  efforts  in  achieving  this project’s  Disadvantaged Business Enterprise (DBE) goal of 17%, and you must document those efforts. Your  Proposal must state how you will meet the goal, including identifying the DBE firm(s) by name, the  scope(s) of work/service(s) to be provided, the dollar amount(s) of such work, and the percentage of  the DBE goal to be met. Failure to do this will result in a determination of non‐responsiveness, and  rejection of your Proposal will occur. During the Contract, the successful Proposer will use the  County’s online reporting s y s t e m  t o  d o c u m e n t  D B E  p a r t i c i p a t i o n .   The  D i s a d v a n t a g e d  B u s i n e s s  E n t e r p r i s e  ( DBE) Requirements and forms to be used may be  downloaded from: http://county.milwaukee.gov/cbdp/ComplianceServices.htm or (Attachment T).    A  necessary  step  in  the  good  faith  efforts  process  is  contacting  Community  Business  Development Partners  (CBDP)  at  414‐278‐4747  or  [email protected]  for  assistance  in  identifying  DBEs and understanding the County’s DBE Program procedures. The official directory  of eligible DBE firms can be accessed by the following link:  https://app.mylcm.com/wisdot/Reports/WisDotUCPDirectory.aspx   

2.31  SECURITY AND BACKGROUND CHECKS    Caregiver and/or Background checks (as required by the facility)  are mandatory for all contractor  employees at contractor’s cost. Caregiver and/or Background check minimum requirement must  involve a security check and process that is approved by and deemed satisfactory to Milwaukee  County to ensure, at a minimum, that no staff has felony or domestic violence or other bar‐able  offence(s) convictions. This will exclude Inmates working in the HOC assisting in commissary  operations, if any.    Security background checks shall be conducted for all employees prior to starting work. 

2.32  UNIFORMS AND OPERATIONAL MATERIALS    Milwaukee County will not bear costs related to the purchase and/or maintenance of company  uniforms. Employees of the winning proposers are required to wear an ID badge that includes the  company’s name or logo and the employee’s first name and last initial.   

2.33  COMPLIANCE WITH REGULATIONS AND LAWS    The successful firm shall comply with all Federal, State, and local laws, regulations, and policies  governing the preparing, handling, and transportation of food; shall procure and keep in effect all  necessary licenses, permits, and food handler's cards as are required by law, including a  restaurant/catering license and shall post licenses, permits, and cards in a prominent place within  the meal preparation areas, as required. The successful firm shall comply with all applicable Federal,  State, and local laws, regulations and policies pertaining to wages and hours of employment.   

2.34  CERTIFICATION OF INDEPENDENT PRICE DETERMINATION    The prices in this Proposal have been arrived at independently, without consultation,    15 | P a g e  

communication, or agreement, for the purpose of restricting competition, as to any matter relating  to such prices with any other Bidder/Proposer or with any competitor.    Unless otherwise required by law, the prices which have been quoted in this Proposal have not been  knowingly disclosed by the Proposer and will not knowingly be disclosed by the Proposer prior to the  opening in the case of an advertised procurement , or prior to award in the case of a negotiated  procurement, directly or indirectly to any other Proposer or to any competitor; and no attempt has  been made or will be made by the Proposer to induce any other person or firm to submit or not to  submit a Proposal for the purpose of restricting competition. 

  3.0   

PREPARING AND SUBMITTING A PROPOSAL 

3.01  GENERAL INSTRUCTIONS    In an effort to ensure the most efficient and economical service, Milwaukee County is utilizing  Competitive Negotiation in the Request for Proposals(RFP) process to procure commissary services  and accounting software. This process bases the contract award on the County’s evaluation of work  history, technical experience, ability, resources, ease of use, and other pertinent factors of the  Proposer in conjunction with the total cost and commission package.    Failure to respond to each of the requirements in the RFP may be the basis for rejecting a response.  Terms and Conditions of Request for Proposal (Attachment A) constitute an integral part of this RFP  and are incorporated by reference.    RFP materials can be downloaded from http://county.milwaukee.gov/bop.  This site should be  checked frequently, as all revisions/amendments to the RFP and the written answers to the  questions will be posted on the website. It is the responsibility of the applicant to respond to all  requirements as they appear in the posted revisions.    If a proposer discovers any significant ambiguity, error, conflict, discrepancy, omission, or other  deficiency in this RFP, the Proposer must immediately notify the RFP Administrator of such error  and request modification or clarification of the RFP.   

3.02  INCURRED EXPENSES    Milwaukee County shall not be responsible for any cost or expense incurred by the proposers  preparing and submitting a proposal or cost associated with meetings and evaluations of proposals  prior to execution of an agreement. This includes any legal fees for work performed or  representation by proposer’s legal counsel during any and all phases of the RFP process, any appeal  or administrative review process, and prior to County Board approval of a contract award.   

3.03  SUBMITTING A PROPOSAL    Respondents must submit one (1) original signed proposal and one (5) complete signed copies of  their proposal(s).     Proposals shall be submitted by express or overnight mail/shipping service, U.S. Postal Service, hand    16 | P a g e  

delivery by a company representative, or by Courier in two sealed packages clearly marked on the  outside:    “Sealed Proposal for Milwaukee County, Request for Proposal for Commissary Services, RFP  #98150009 ‐Technical Proposal”    “Sealed Proposal for Milwaukee County, Request for Proposal for Commissary Services, RFP #98150009 –  Cost Proposal”    Vendors must state in their Cost proposals that they understand the HOC may or may not select full  automation of the Commissary with the selected vendor.  For purposes of clarification, this means that the  County reserves the right to decide to continue with scan forms for a period of time and/or require the  vendor selected to interface their Commissary services with a kiosk system provided by JPay.  Any changes  in costs or commissions related to these requirements will be negotiated with the finalist.  In other words,  we want to know who has the best fully automated systems (including kiosks) for the County per the  specifications set forth in this RFP, but we may not implement the full system immediately.    The proposals shall be addressed to:  Milwaukee County Clerk’s Office  901 N. 9th Street – Room 105   Milwaukee, WI 53233    Proposals will be accepted no later than time and date on Information Summary Sheet.  Late  proposals will not be accepted.  It shall be the responsibility of the Contractor to see that its  proposal is received prior to the deadline.  The County is not responsible for any internal or external  delays, which may cause any proposal to arrive beyond the stated deadline.  To be considered,  proposals must arrive at the place specified herein and be time stamped prior to the deadline.  Late  proposals will not be accepted.    Format – All original proposals must be submitted in one three‐ring binder.  Information not specific  to this RFP or performance of this contract should be omitted.  If material and/or an exhibit has been  submitted once, it is not necessary to include it again.  A simple reference to where the pertinent  information and/or document can be found will be sufficient.  Within the proposal, the Contractor  must submit, under separate, sealed cover, information regarding cost and expenses.    Presentation Order – A table of contents must be included indicating page numbers, attachments  and appendices.    Supporting Documentation – All supporting documentation must be pertinent and clearly identified  as to the section of the RFP to which it specifically refers.    Proposal Signature – Each proposal must be signed in longhand by the Contractor’s authorized  representative with his/her usual signature.  Proposals by corporations must be signed with the  corporate name by one of the officers, followed by the name of the state of incorporation, date of  incorporation and the signature of the president, secretary, or other person authorized to bind it in  the matter.  Proposals submitted by partnerships must be signed with the partnership name by one  or more of the partners, followed by the date and state of formation.  The name of each person  signing shall be typed or printed below the signature.  In both cases, the agent for service must be  provided.    17 | P a g e  

  Modifications – No oral, telephonic, telegraphic, telefax or computer modem proposals or  modifications shall be considered.    All proposals shall consist of a Technical Proposal and Cost Proposal. Each proposal must be  submitted in separate envelopes and marked as requested below.  Your responses should be  submitted as follows:    Technical Proposal Contents    Presentation Order – The data submitted must be presented in the following order:    Cover Sheet for Technical Proposal (Attachment G)  Vendor Binding Authority (Attachment B)  Vendor Letter of Intent to BID (Attachment C)  Feature Checklist (Attachment U)  Vendor Cooperation Agreement & Listing of Excluded Services (Attachment X)  Vendor Authorization for Reference check (Attachment D)  Conflict of Interest Stipulation (Attachment E)  Sworn Statement of Vendor (Attachment F)  Vendor References (Attachment I)  Conflict of Interest and Prohibited Practice (Attachment J)  EEOC Compliance (Attachment K)  Certification Regarding Debarment and Suspension (Attachment M)  Additional Disclosures (Attachment N)  Audit Services Division Hotline (Attachment P)  Designation of confidential and Proprietary Information (Attachment Q)  Certification of Indemnity and Insurance requirements (Attachment R)  Declaration of Commitment to Compliance with Milwaukee County’s Minimum Wage   Provision (Attachment S)  DBE Participation Requirement Documents (Attachment T)  Feature List (Attachment U)  Vendor Cooperation Agreement & Listing of Excluded Services (Attachment X)    Company Information ‐ Refer to Section 5.04 for details on information requested    Vendor Response to Commissary Delivery & Invoicing Requirements ‐ Refer to Sections 5.02 & 5.06    Vendor Staffing plan, including Management & Training information ‐ See Section 5.06.7.2 through  5.06.7.5    Vendor Response to Inmate Accounting Requirement – Refer to Section 5.06    A description of any additional services related to the work of this contract, if any, which the  Proposer will offer to the County that relate to the work of this contract, but are not specifically  required under this RFP.      18 | P a g e  

Lastly, a proposed timeline detailing the length of time required between contract award and  implementation of the Inmate Commissary Service.  Include the installation schedule for any  equipment (see Section 2.21 titled Start Up).      Cost Proposal Contents) use “Cost Proposal Response packet” to respond    Cover Sheet for Pricing Proposal (Attachment H)  Price/Cost sheet  for Commissary Items (refer Cost Proposal Response Packet ‐ Attachment V)  Price for Software Elements (also refer to Cost Proposal Response Packet – Attachment V)  Indigent Product List (Attachment W)    Proposals submitted in response to this RFP must be received no later than the deadline as identified  in the Information Summary Sheet.    Both Technical and Cost Proposals shall be identified in the lower left corner as follows:    Technical Proposal    Request for Proposal Title: (Title as provided on the Information Summary Sheet)   Request for Proposal Number: (Number as provided on the Information Summary Sheet)   Request for Proposal Receipt Deadline: (Date as provided on the Information Summary Sheet)    And    Cost Proposal    Request for Proposal Title: (Title as provided on the Information Summary Sheet)   Request for Proposal Number: (Number as provided on the Information Summary Sheet)   Request for Proposal Receipt Deadline: (Date as provided on the Information Summary Sheet) 

  4.0 

PROPOSAL SELECTION AND AWARD PROCESS 

  4.01  PRELIMINARY EVALUATION    The proposals will be reviewed to determine if mandatory submission requirements are met. Failure  to meet mandatory submission requirements will result in rejection of the proposal. Proposals that  do not comply with submittal instructions established in this document and/or that do not include  the required information will be rejected as non‐responsive. The Proposer assumes responsibility for  meeting submission requirements and addressing all necessary technical and operational issues to  meet the objectives of the RFP.   

4.02  PROPOSAL SCORING    An Evaluation Committee(s) will be established by Milwaukee County to evaluate all responsive  proposals and to make a recommendation. A proposer may not contact any member of an  evaluation committee except at the RFP Administrator’s direction. Reference the “Questions”    19 | P a g e  

section for additional information.    These proposals will be reviewed by an evaluation committee(s) and scored against the criteria  outlined in this RFP.    Technical Proposal scoring: the Evaluation Committee shall conduct its evaluation of the technical  merit of the all proposer’s responsive proposals. The process involves applying the evaluation  criteria and the associated weighting as outlined in the RFP to assess each vendor’s proposal. The  criteria that will be used by the Evaluation Committee for the technical evaluation of this RFP are  outlined below.    Cost & Commission Proposal scoring: cost is one of the evaluation categories listed below and will be  a defined percentage of the total RFP evaluation. It is advantageous for the County to promote  revenue potential yet not “gouge” the inmate. Therefore, the cost score will be based on reasonable  wholesale and sales prices and highest projected commissions.  In other words, we are looking for  the reasonable prices (cost to inmates) and a commission percentage that will result in the highest  commission revenues.  Therefore, Cost Proposals should include the wholesale price, recommended  sales price, and their responses to the gross sales commission structure.  The Cost Proposal form has  the columns for the requested data set‐up for entry by the vendor.   The vendor should also provide  the one‐time costs for the Inmate Accounting package, as well as any ongoing or per‐user fees.  Any  and all costs associated with the installation of kiosks shall be borne by the vendor.    The evaluation committee's scoring will be tabulated and proposals ranked based on the total  numerical scores, comprising the sum of both technical and cost scoring.    Contractors may be required to attend an oral presentation or question/answer session to clarify or  elaborate on the written proposal.  Contractors are encouraged to introduce key likely area and/or  site‐ specific management candidates at this session.    Following final evaluation, the Committees will inform the HOC Superintendent of the final scores of  proposers.    At this stage County Administration will enter into negotiation process as defined in 4.04.   

4.03  EVALUATION CRITERIA    The evaluation panel will use the following criteria to evaluate each RFP response. The weights  specify the percentage value for criterion.  A maximum of 1050 points may be awarded based upon  five distinct areas of Contractor fitness: Commission/pricing rates, experience and service record,  quality and variety of products, and inmate trust accounting services. Proposals will be scored and  points awarded as follows:    A. Requested Services    Commission/Pricing Rates 200  Experience and Service Record 100  Quality and Variety of Product 300  Inmate Trust Accounting Services 400  ‐ Ease of Use (125)    20 | P a g e  

‐ ‐  

Performance Metrics – Reliability & Speed (100)  Ability to Meet Requirements & Features Checklist (175) 

  B Additional Services (50 points).     The County will consider offers or recommendations from proposers for additional services with  the potential to lower the cost, improve the level of service, or reduce risks to the County. The  evaluation committee may, in its reasonable judgment, award up to the maximum amount of  points based upon its evaluation of the merits of the proposed additional services, if any.     

Total Possible Points: 1050 

 

Technical proposals shall convey an understanding of the scope of services required. Technical  proposals shall not contain any reference to price. Through its proposal, the proposer offers a  solution to the objectives, problem, or need specified in the RFP, and defines how it intends to  meet or exceed the RFP requirements.    RFP submission must address, at a minimum, the requests enumerated below.  Please indicate for  each response the number of the request that it addresses (e.g. Response to Request 1, Response  to Request 2…).    Experience and Service Record    Request 1 ‐ Describe your firm’s experience and capabilities in providing similar services to those  required.  Be specific and identify projects, dates, and results.    Request 2 ‐ Describe your organization’s familiarity with inmate programs.    Request 3 ‐ Describe how much of an expansion of services and/or equipment is anticipated to  meet the requirements of this RFP.    Request 4 – Describe your organization’s ability to meet the requirements set forth under Delivery, 

Pricing, and Invoicing in Section 5.02 below.    Request 5 – Provide the information set forth under Contractor Information and  Requirements in Section 5.04 below.    Request 6 – Describe your organization’s ability to meet the requirements set forth under  Commissary Services in Section 5.06.1 below.    Request 7 – Describe your organization’s ability to meet the requirements set forth under  Staffing in Section 5.06.7.2 below.    Request 8 – Describe your organization’s ability to meet the requirements set forth under  Management in Section 5.06.7.4 below.      21 | P a g e  

Request 9 – Describe your organization’s ability to meet the requirements set forth under  Training in Section 5.06.7.5 below.    Request 10 – Describe your organization’s ability to meet the requirements set forth under  Transition Plan in Section 5.06.21 below.    Quality and Variety of Product    Request 11 – Describe your organization’s ability to provide the products (or substantially similar  products) listed on the Cost Proposal sheet.  Indicate whether there are any items that your  organization would not be able to provide.    Request 12 – Describe how your organization maintains a wide variety of available products.    Request 13 – Describe how your organization ensures that the products it provides are of high  quality, within permissible expiration periods, etc.    Request 14 – Describe your organization’s process for adding products available to customers,  including the process for a request by a customer to add product(s).    Request 15 – Describe your organization’s process for handling quality complaints from customers.    Inmate Trust Accounting Services    Request 16 – Describe your organization’s ability to meet the requirements set forth under Inmate 

Banking System in Section 5.03 below.    Request 17 – Describe your organization’s ability to meet the requirements set forth under  Inmate Accounting in Section 5.06.2 below.    Request 18 – Describe how your organization’s system is used by inmates, including factors  that differentiate it from other available systems.    Request 19 – Describe how your organization’s system produces performance metrics,  including metrics that measure the system’s reliability and speed.    Request 20 – Describe how your organization will meet the items set forth on the  Requirements and Features Checklist attached to this RFP.    Additional Services    Request 21 – Describe any additional services or features your organization is able to  provide within the scope of your proposal (i.e., do NOT include services or features that  would involve additional cost to the HOC).        22 | P a g e  

4.04  NEGOTIATION PROCESS AND RIGHT TO REJECT PROPOSALS    Out of 1050 possible points, Proposers will be ranked based on their combined Technical and Cost  scores. Competitive range will be within 100 points from the top scoring (technical criteria and  original costs) proposals. Top three proposers in the competitive range will be given an opportunity  to submit best and final cost offer. Respondent offering the best final total technical & cost scoring  proposal will be recommended.     The award of the contract, if made, shall be as defined in the negotiation process above. Milwaukee  County reserves the right to reject any and all proposals received if it deems appropriate and may  modify, cancel or re‐publish the RFP at any time prior to a contract being awarded up to and through  final action of the County Board of Supervisors, and the County Executive.   

4.05  INTENT TO AWARD    Intent to Award will be issued and all proposers will be notified. Milwaukee County reserves the  right to negotiate with the selected proposer(s), at its option, regarding the terms of a contract and  other issues to be incorporated into the contract.    In the event that a successful agreement cannot be executed, Milwaukee County reserves the right  to proceed with contract negotiations with the other responsive, qualified bidders to provide service  as referenced under negotiation process.    Prior to execution of any final agreement, the House of Correction shall make a recommendation of  award and request approval of the County Executive and the County Board of Supervisors if  required.  An agreement will only be fully executed following final approval by the County Board of  Supervisors, if required.   

4.06  INFORMATION RELEASE    All materials submitted become the property of Milwaukee County. Any restriction on the use of  data contained within a request must be clearly stated in the bid itself. Proprietary information  submitted in response to a request will be handled in accordance with applicable Milwaukee  County Ordinances, State of Wisconsin procurement regulations, and the Wisconsin public  records law. Proprietary restrictions normally are not accepted. However, when accepted, it is  the vendor’s responsibility to defend the determination in the event of an appeal or litigation.    Data contained in a Request for Proposal, all documentation provided therein, and innovations  developed as a result of the contracted commodities or services cannot be copyrighted or  patented. All data, documentation and innovations become the property of Milwaukee County.    Milwaukee County may, at any time during the procurement process, request and/or require  additional disclosures, acknowledgments, and/or warranties, relating to, without limitation,  confidentiality, EEOC compliance, collusion, disbarment, and/or conflict of interest.    Any materials submitted by the applicant in response to this Request for Proposal that the    23 | P a g e  

applicant considers confidential and proprietary information and which proposer believes  qualifies as a trade secret,  as provided in s. 19.36(5), Wis. Stats, or material which can be kept  confidential under the Wisconsin public record law, must be identified on the Designation of  Confidential and Proprietary Information form (Attachment Q). Confidential information must be  labeled as such. Costs (pricing) always becomes public information and therefore cannot be kept  confidential. Any other requests for confidentiality MUST be justified in writing on the form  provided and included in the bid submitted. Milwaukee County has the sole right to determine  whether designations made by a proposer qualify as trade secrets under the Wisconsin public  records law.    As this RFP is for a MCGO 32 “Service Contract,” provisions of MCGO Chapter 32.47 apply to the  release of information. Chapter 32.47 governs disclosure and use of information before award.  After receipt of proposals, none of the information contained in them or concerning the number  or identity of proposers shall be made available to the public or to anyone in county  government. During the pre‐award or pre‐ acceptance period of a negotiated procurement, only  the procurement director or his or her designee, and other specifically authorized shall transmit  technical or other information and conduct discussions with prospective vendors. Information  shall not be furnished to a prospective vendor if, alone or together with other information, it may  afford the prospective vendor an advantage over others. However, general information that is  not prejudicial to others may be furnished upon request. Prospective vendors may place  restrictions on the disclosure and use of data in proposals. The procurement director or his or her  designee shall not exclude proposals from consideration merely because they restrict disclosure  and use of data, nor shall they be prejudiced by that restriction. The portions of the proposal that  are so restricted (except for information that is also obtained from another source without  restriction, or information required to be disclosed to county auditors) shall be used only for  evaluation and shall not be disclosed outside the county without the permission of the  prospective vendor.   

4.07  APPEAL    Protests and appeals related to this RFP after issuance of “Intent to Award” are subject to the  provisions of the Milwaukee County Code of General Ordinances, Chapter 32.  Appeal process  information is available at http://www.municode.com/Library/WI/Milwaukee_County.    

  4.08  CANCELLATION    Milwaukee County reserves the right to rescind award of the contract at any time before execution of  the contract by both parties if it is deemed to be in the best interest of Milwaukee County.  In no event  shall the County have any liability for the rescission of award.  The proposer assumes the sole risk and  responsibility for all expenses connected with the preparation of its proposal.   

4.09  CONTRACT    A formal written contract, with specifications, will be entered into between the parties.  The  proposal, or any part thereof, submitted by the successful proposer may be attached to and  become a part of the contract award by the Milwaukee County.  After selection of the successful    24 | P a g e  

proposer, a formal written contract basically encompassing this RFP, the Contractor’s proposal  response, and all other relevant documents/correspondence will be drawn by Milwaukee County  and will not be binding or in force until signed by both parties and approved by the County Board  of Supervisors and County Executive, as required.   

4.10  AUTHORITY TO DO BUSINESS IN WISCONSIN    Any corporation selected to provide Commissary service not incorporated under the Laws of  Wisconsin must furnish from the Wisconsin Secretary of State, a copy of its certificate of  authority to do business in the State of Wisconsin.  All applicable laws and regulations of the  federal government, the State of Wisconsin, and ordinances, code and regulations of Milwaukee  County, Wisconsin, and other lawful entity having proper jurisdiction, will apply to any resulting  agreement and the work and services performed.   

4.11  WISCONSIN LAWS GOVERN    This Agreement shall be governed by and construed and enforced in accordance with the laws of  the State of Wisconsin.   

4.12  VENUE    This RFP and resulting Agreement shall be deemed to have been made and performed in  Milwaukee County, Wisconsin.  For the purposes of venue, all suits or causes of action arising out  of this RFP and resulting Agreement shall be brought in the general courts of justice in Milwaukee  County, Wisconsin.   

4.13  RIGHT TO AUDIT    Milwaukee County reserves the right to audit any aspect of its Commissary program, as  performed by the Contractor and Contractor will keep accurate and complete records thereof for  at least four (4) years.   

5.0 

SERVICE AND TECHNICAL REQUIREMENTS 

  5.01  STATEMENT OF INTENT     

In the interest of providing commissary services and inmate banking software for:    Approximately  1200‐1660  inmates reside  at  the  House  of  Correction  and Franklin M.  Lotter (FML) Annex located at 8885 S. 68th Street, Franklin, WI, and approximately 150‐ 225 are Huber residents.   

  25 | P a g e  

In the most professional, yet cost efficient manner possible, Milwaukee County House of  Correction (hereinafter referred to as House of Correction or HOC) intends to solicit  proposals from qualified professional firms for the services for Commissary Services.  In  addition to Commissary, the Vendor shall provide a full inmate fund accounting systems  as indicated within the context of this proposal for Milwaukee County.      The vendor chosen for these services shall install and provide all necessary  infrastructure, servers, kiosks (if so desired), network components, software,  construction, installation, support and maintenance as necessary to implement the  proposed solution.  Proposals must comply with all terms and conditions described in  this document.  This RFP process operates under Chapter 32 of Milwaukee County  Ordinances for a Services contract.    Commissary has been, and will continue to be an important inmate and staff morale  issue. In the case of inmates, it is absolutely essential that the items sold not become  the source of inmate complaints and disciplinary problems.    All proposals and any resultant contract must reflect the manner in which the House of  Correction will achieve and sustain these goals on a consistent basis.    5.02  BACKGROUND AND SCOPE‐COMMISSARY   

It is the intent of these specifications to solicit written proposals from experienced  vendors to operate our commissary and to service and provide inmate accounting  software.       Scope of Services – Commissary    The County may grant exclusive right to provide a specified list (see Attachment V) of  commissary services for inmates at our Milwaukee County facility.  The vendor shall  provide a large selection of food, candy and gum, non‐alcoholic beverages, health and  drug items, and general merchandise, including quality brand name products  (collectively, called “Products”), all of which shall be subject to the approval of the  County.  The County approves all Products set forth in the Cost Proposal Sheet attached  here to.  In addition, the County is looking for a vendor to also provide the Products set  forth on Exhibit W attached hereto and titled “Indigent Products.”  Other Products may  be proposed by the vendor, but the HOC reserves all rights in determining what Products  to offer the inmates.  The HOC also reserves the right to determine the final retail selling  prices to the inmates.    Our requirements for Delivery, Pricing, and Invoicing are detailed below.    26 | P a g e  

 

A.  Delivery Requirements ‐ Currently Commissary service is delivered to each inmate once per  week. Deliveries to the HOC shall normally be next day after the orders are entered into the  System. Delivery dates may change and will be determined by the HOC.  Currently Commissary  service is Monday through Friday with dorms ordering on different days of the week.  Below is  the current schedule.  The HOC is willing to hear different proposals to determine if a better  schedule can be utilized.     # of Dorms    Inmate Submits   Canteen Places Order  Inmate Receives  5      Thursday    Friday      Monday  3      Friday      Monday    Tuesday  5      Monday    Tuesday    Wednesday  4      Tuesday    Wednesday    Thursday  3      Wednesday    Thursday    Friday 

  i. ii. iii. iv.

v. vi. vii.

Deliveries will be made in individual clear zipped mesh bags that allow for  easy inspection.  All discrepancies with inmate commissary orders shall be reported by the  County to ARAMARK on the day following delivery.  Commissary items will be delivered in the sorting order designated by the  individual facility.  Deliveries must be between  6:00 a.m. and 6:30 a.m. daily on the days  designated for delivery by the facility or another time mutually agreed to  by the parties.  There must be flexibility of delivery dates around the  holidays.  Delivery containers must be one standard size per facility or a size that is  mutually agreed to by the parties.  Vendor must allow returns if the prisoner was released prior to delivery.  Vendor shall transport such Products ordered by inmates to inmates, and  pick up Products returned by inmates to ARAMARK at its commissary  facility, in a timely manner. 

 

B.  Selection and Pricing of Commissary Items     The selection and pricing of all commissary items shall be subject to the approval  of the head of the individual facility.   All  additions,  deletions  and  changes  in commissary  items  shall be  made subject  of  the approval  of the facility  head.   The vendor shall provide a list to the County of all taxable items, as determined  by applicable statutes or regulations.   

C.  Invoices   

The vendor shall submit to the County on the first day of every month, for the preceding    27 | P a g e  

month, an invoice for total Gross Sales of Products made during such month, and other  goods or services provided by the Vendor during such month, if any.  The term “Gross  Sales” shall mean total commissary sales (including, but not limited to, sales of Products  and pre‐stamped envelopes, excluding any sales or use taxes).  For purposes of this  Agreement, a sale shall be deemed made when a Product ordered by an inmate is  delivered to the inmate, and the Product is not returned.  For purposes of this Agreement,  all sales are final and no returns will be honored unless the inmate who ordered a Product  refuses delivery of such Product at the time such Product is delivered.  If an inmate is  released prior to Product delivery and fails to claim such Product within seventy‐two (72)  hours after release, the Product shall be deemed returned.  If a vendor desires to utilize kiosks equipment for Commissary, floor plans for the HOC  which include identification of anticipated kiosk equipment locations (approximately 29)  can be supplied. Vendors must request a floor plan and submit a letter of intent to bid.   Floor plans will be distributed during the site visit.  Vendors may utilize kiosks that will be  installed for another service, if both vendors agree, otherwise the HOC is willing to allow  multiple kiosk in the dorms.     

The information provided is an estimate based on past history, but may not accurately  reflect future Commissary volumes.   The total monies (gross sales) generated by the vendor in the performance of  this contract excluding sales tax where applicable is estimated to be  approximately $700,000 to $760,000 annually at the HOC.   See estimated Item Sales Counts in the Cost Proposal Sheet.  

Number of Inmate housing units: 37 at HOC.  (Possibly 18 more at jail; however,  that facility is not included in this RFP at this time.) 

  Interested Contractors will be given a guided tour of the facility as mentioned on  Information Summary Sheet.  Subsequent visits are permitted but must be prearranged  with County staff.    The HOC currently uses a mainframe based Jail Management System but will be  migrating to the ProPhoenix Jail Management System in 2015. Any program interfacing  will be the responsibility of the Contractor.      5.03  BACKGROUND AND SCOPE‐INMATE BANKING SYSTEM    Scope of Services – Inmate Banking System     

 

An accounting system is required to manage our Inmate Trust Account activities.  Our  Inmate Trust account staff uses the system to manage and allow inmates to purchase    28 | P a g e  

items, such as barber, medical co‐pays, commissary, as well as to pay fines and so on.   This system tracks each deposit and withdrawal entry and also allows the HOC to  determine and to provide the remaining funds back to the inmate upon their release via  check or debit release card.  The HOC is seeking options in the hopes of implementing a  new or updated system on or before August 1, 2015.     

5.04  CONTRACTOR INFORMATION REQUIREMENTS   

In order to be considered for this contract, the proposing Contractor must have a  minimum of three years of experience providing various services required by and to  similar type and size correctional facilities.  A statement attesting this fact must be  included within the proposal response.  In addition, the following information must be  included in each proposal.  The information will give the HOC an overview of the  Contractor’s business operation.    5.04.1    Headquarters Office    5.04.1.1  Location‐Street Address, City, State, Zip Code, Phone Number    5.04.1.2  Services available‐Describe any services that can be provided that is  related to inmate Commissary and Accounting    5.04.1.3  Financial Considerations    Ownership Private (furnish most recent CPA’s audited financial statement  and tax return) or Public (furnish annual report)  Credit rating – Bank, credit rating services or other letter of reference  Credit guarantee – If applicable; will parent guarantee subsidiary’s debts  throughout life of contract?  Bankruptcy declaration – State whether there has been any form of  bankruptcy or creditor protection within the past ten years.  Accounting Procedures‐Describe  Audit Control – Example:  Lawsuits won, lost and settled.  Describe the number, type and amount paid out for each case filed within  the past ten years.  The state, court jurisdiction and case number should  be supplied for each.  Designate the person to be contacted for receipt of  all legal claims and explain the process for handling each case or  complaint.  Contract Compliance Penalties – All monetary losses (to include billing  credits) in excess of $5,000 must be explained.    29 | P a g e  

 

5.04.1.4 

   

5.04.1.5 

  References  References – List of comparable type/size accounts and contract as well  as the duration of each. The customers may be interviewed in at least  five areas including installation dates, equipment and/or service  performance, hardware, software maintenance and timeliness of  commission checks.  The majority of the customers must respond  positively in order for the vendor to be successful in this portion of the  evaluations.      All current and previous customers that are comparable‐sized clients  within the past three years must also be listed with position/title, name,  address phone number, and email address of client contacts.  Organization Structure  Form/History – Legal organization classification and recent history  relative to form, name and significant ownership changes.  Majority/principal owners – List all with 5 percent or more ownership  positions.  Area of activity – Business segment and geographic location(s).    Total  number of operations ‐ number of corrections related units and annual  gross sales.  Structure of national organization – Specific to Commissary & Inmate  Accounting services, the supervision number of regions, span of control,  levels of management.   

 

       

5.04.2   

Regional Office 

5.04.2.1 

Location – Street Address, City, State, Zip Code, Phone Number 

5.04.2.2 

Services Available ‐ Describe   

5.05  RESPONSIBILITIES OF THE HOC 

 

5.05.1   

  5.05.2      30 | P a g e  

The County shall provide the vendor with adequate office and storage facilities  (except as noted in Vendor Responsibilities) at the HOC Facility, equipped and  ready to operate together with such heat, and utility services as may be reasonably  required for the efficient performance of the Services. If applicable, any other  hardware that is installed shall become the property of the County after the initial  contract.  Ingress/Egress‐The HOC will provide ingress/egress, subject to security 

requirements, for the Contractor’s employees via the designated entry ways.  The  HOC can only try to facilitate the same at any other applicable County facilities.    5.05.3   

 

Building Maintenance‐  The County will provide the vendor with building  maintenances services for the Facility and preventive maintenance and equipment  repairs and replacements for any County‐owned equipment.   

   

 

If the vendor choses to propose a kiosk system to order any commissary item, then  the HOC will provide the space needed for the necessary number of kiosks at the  HOC.  The HOC can only help facilitate the same at any other applicable County  facilities. 

   

 

Office space will be provided at the HOC temporarily during installation and any  training period. 

  5.05.4   

Contract Administration‐The administration and management of this contract is the  direct responsibility of the HOC Superintendent.  The Superintendent has delegated  day‐to‐day responsibility for contract administration/communication to the  Assistant Superintendent, Fiscal Operations Manager as assigned, or other persons  so designated. No adjustment in the level of service, commission rates, monthly  charges, or any other matters concerning the terms of the contract may be made  without the express written consent of the Superintendent of his assigned delegate. 

 

5.06  RESPONSIBILITIES OF THE CONTRACTOR     

5.06.1   

Commissary Services‐ The vendor shall provide the following services.  Please 

respond with how your system and products would address these needs.   Alternative solutions and recommendations may also be presented.    •







•   31 | P a g e  

All necessary supplies and equipment, including automation  equipment, to maintain an inventory of approved items for sale at a  location approved by the Superintendent, until ordered by Milwaukee  County inmates.  County may terminate use of space at the HOC with a  ninety (90) day notice to the vendor.  County shall then assign an  alternate space to the vendor to store its inventory.  Only fresh (non‐expired) and legal products may be sold on  commissary. Items requiring refrigeration will not be considered. Items  found to be expired or defective must be picked up and replaced by  the Contractor at the Contractor’s expense.  A wide variety of products must be available for purchase, including  small food items, hygiene products, and stationery (paper, envelopes,  etc.). All products and prices must be approved by the Superintendent  prior to being made available to inmates  The County requires the Contractor to provide adequate staff to gather  and distribute commissary items to individual housing areas at the  agreed day and time. Vendor staff will pass out the items to the  inmates once they are delivered to the housing areas.  The County will provide an area for staging and information gathering. 

• • • • •



• •







• •  

  5.06.2   

Packing and other commissary operations must occur off site.  Should training be required, the Contractor is responsible for providing  training to County employees.  Vendor will be responsible for long distance telephone service.  Vendor will be responsible for installation, support, upgrades and  maintenance of all software and hardware related to Commissary.  Seamless electronic integration with the current or future inmate  trust accounting system for the inmates at Milwaukee County HOC  and/or jail, to verify account balances, record purchases, and to  access information that determines commissary ordering privileges  (e.g. inmate housing unit and classification).  The successful proposal shall provide all equipment, materials, training  and supervision required to provide Commissary services. Any cost  associated with equipment, installation, materials and/or services shall  not be the responsibility of HOC.  Any peripherals, such as a scanner or modem, and software required  to complete an automated ordering system process.  Process inmate commissary orders utilizing an automated system that  interfaces with the Accounting system used to manage inmate  accounts.  If using scan forms, provide all commissary order forms which shall be  customized scan forms.  The scan form shall specify the quantity, size,  and cost of each item, inmate location, and indicate if the item is  taxable.  If using alternative to scan forms, vendor must provide all  necessary items for the system.    A description of the process for managing refunds to inmates who are  released after an order has been filled, but prior to receiving ordered  goods. Include Proposer's policy for returning unopened bags.  Vendor must agree to interface with the designated inmate telephone  vendor’s system, and also integrate with the vendor providing money  transfer and e‐media services.  Must be able to turn a specific inmate account on or off for a period of  time, e.g. for disciplinary purposes; no commissary for two weeks.  All work shall be performed without the use of inmate labor. 

Inmate Accounting ‐ Vendors shall provide a detailed description of the capabilities  and features of their specific accounting software.  The system must at a minimum  provide the following.  Please respond with how your product would address these  needs.  Alternative solutions and recommendations may also be presented.   Vendors shall also respond to the Feature Checklist found in Attachment V. 

  1. Maintenance and repairs. The County requires that the Contractor provide an on‐ site maintenance response for all system components according to the following  schedule:  a. Within four (4) hours for of the first call for service of the kiosk in the Booking  area if the issue renders the unit unusable.    32 | P a g e  

2. 3. 4.

5. 6.

7. 8. 9. 10. 11.

b. Within twenty‐four (24) hours of the first call for service for all other  components.  The trust accounting system must interface with the current and future jail  management system.  The system must have the ability to deduct a set percentage of funds deposited on  an account for fees owed.  The system must have the ability to maintain a negative account balance after  inmate discharge to aid in the collection of owed funds in a subsequent  incarceration.  The system must have the ability to show a detailed individual account history for  each inmate that includes all transactions.  The system must have the ability to show the origin of funds placed on an inmate  account. In addition, the County prefers the system provide investigative tools,  such as the ability to run a depositor’s name to show all inmates that depositor has  contributed funds to.   The system must have the ability to create charges, credits, and debits to an inmate  account.   Provide a description of how system updates will be performed, and how updates  or changes are communicated to the County.  Provide a description of other system requirements, including network and  internet connectivity requirements and bandwidth needs, if applicable.  The Contractor is responsible for providing training to County employees.  The County requires the ability to access the Contractor's customer service staff  during normal business hours (M‐F, 8am‐5pm local time) to assist with inmate  accounting needs and issues. 

12. The software will be provided at no charge and will be used as the primary inmate fund accounting system.   13. The vendor will ensure that the latest software version is utilized and that upgrades and modifications will be provided at no charge.  14. The software must be able to maintain a permanent record of activity for each individual inmate, including a full accounts receivable capability for recoverable.  15. The software must be able to provide various reports on gross sales, totals sales by items, location, and by individual inmate.   16. Provide a list of reports that can be run, including a brief description of what each report contains, if the report’s title does not make the report’s contents clear. Include sample reports if possible.  17. Accounting system that is based upon and adheres to Generally Accepted Accounting Principles (GAAP) and conforms to and facilitates recommended Government Accounting Standards Board (GASB) financial reporting.  

18. Require ability to identify inmates exceeding cash inflow/outflow thresholds to  support compliance with U.S. Bank Secrecy Act (BSA) and Anti‐money Laundering  (AML) with reporting capability/software downloads.  Identify inmates that are  listed in the OFAC list of Specially Designated Nationals or Blocked Entities (SDN).  19. The system must follow the County’s fiscal period, which is January 1 through December 31.   20. They system must be able to produce invoices for billing purposes. For example, we need to know how customized system-generated statements might print automatically for inmates being released with outstanding debt. System should also have the ability to print out invoices to mail to former inmates using window envelopes.     33 | P a g e  

21. The inmate must have an account on the system or kiosk as soon as they are entered into the Jail Management System.  22. We must be able to search by an inmate name as well as date of birth to see all related accounts.  23. The accounting system must allow fees to be charged and credited to inmate

24. 25. 26. 27. 28. 29. 30.

31.

32.

33. 34. 35. 36. 37. 38. 39. 40.   34 | P a g e  

accounts. Including the creation of separate accounts for all inmate transactions including accounts that are not related specifically to commissary, such as haircuts, work release fees, and booking fees.   The system must be able to determine true revenue amounts versus adjustments and arrearage revenue. We have accounts with negative balances, and we need to be certain what is uncollected.   We must be able to run reports which show what revenue amounts belong to each service, such as full-time Huber Board fees, part-time Board fees, medical, or indigent.  The system must limit inmate commissary purchases based upon the balance available in the inmate’s account, dietary restrictions, classification, and/or housing assignment.   Vendors must describe the technical process, such as describing how inmate information is added and removed when they arrive and leave and also what happens in the event that there is no jail management system connectivity.   Vendor must also discuss how money is collected from an incoming inmate, keeping in mind that County personnel should have minimal contact with money.   Inmate accounts with debt balances must be maintained until the account balance is zero.   The accounting system have the ability to display a screen that reflects all individual inmate account activity (incoming payments, commissary charges/credits, receivable charges, payments) and the running balance on the account as well as the ability to generate an all-inclusive report showing all transactions on an individual inmate account and the resulting account balance.  The vendor shall describe in detail how prior debt and/or prior transactions are merged into a new record in the event that the same inmate returns to the facility or how the software recognizes a potential duplicate record. The ability to merge records must be described regardless of whether the proposed inmate accounting software utilizes a booking number or a global jacket number.   The system must have the ability for the HOC to determine what percentage of available/incoming funds on inmate accounts is made available for commissary purchases versus what percentage is applied toward each of the other potential types of fees outstanding.   Vendors must describe any disaster recovery or redundancy options, both off-site and on-site.  Vendor must describe what reports are available and how ad-hoc reports can be created.  Must be able to download reports into Excel.  Vendor must also describe how requested system changes are handled.  Vendor must discuss how the software is licensed and paid for, as well as who owns the software and data, and if changes in ownership over time or negotiation is possible   Vendor must discuss how vendor and also customer requested upgrades and maintenance are handled and paid for.  Below are other desired features and considerations. Please comment on how your offer addresses these features. Please also complete the attached Feature Checklist.  Typically these systems have a dual entry general ledger. 

41. It would be preferable for the system to automatically collect any outstanding debt prior to releasing a check or debit card to the inmate.   42. The accounting system should have the ability to generate a “positive pay” file for all checks written.   43. The system must also allow bank related overages or shortages to be entered into the general ledger.  44. The system should also allow journal entries to be made in the general ledger by accounting staff.   45. The accounting system must allow transactions (charges, payments, and

46.

47. 48. 49. 50. 51. 52. 53. 54. 55.

corrections) to be posted on inactive inmate accounts and should allow payments to be accepted and posted to inactive inmate accounts via third party payment mechanisms (secure website, telephone, mail, walk-in cash location, lobby kiosks).   It is preferable that the accounting system have the capability to charge certain types of fees automatically and/or to allow staff members to upload certain types of fees to various inmate accounts from an Excel list in lieu of charging each inmate account individually.  The bank reconciliation feature in the accounting system should be able to accept/download checkbook reconciliation information from the bank.  The system should include a safeguard to ensure all debt is collected prior to issuing any form of payment to an inmate upon release.  Most solutions allow inmates to either receive a check or debit card upon release and should allow the inmate to pay all or a portion of any outstanding balance by credit/debit card before leaving the facility.  It would be preferable for check numbering to be done by the system and recorded in the inmate account automatically.  At the time of release, the check or debit card amount should be automatically determined by the system based upon the actual inmate account balance including any commissary or telephone credits.  The system should be able to determine various revenue streams from inmates and to code it as such using the County’s revenue codes.  Typically commissary orders are deducted from the inmate account and commissary credits are posted to the inmate account in real-time.  Desire that receipts print automatically for each transaction with regard to an inmate’s account including deposits upon arrival, withdrawals when released, etc.  If inmate orders for commissary are to be done using a kiosk, please describe a backup (e.g., paper) solution that would and must be available in the event that the electronic system is down.  

56. A description of any special features or options applicable to this system.  57. The inmate and the public should access the system via a separate means or line to maintain separation between this group and the main backend system and users.        

5.06.3   

 

  5.06.4   

  5.06.5      35 | P a g e  

Equipment & Facilities‐The Contractor shall warrant that it will take all reasonable  and prudent measures necessary to assure the County that its equipment is being  properly used and maintained. The Contractor will have direct responsibility for the  care and maintenance of their equipment in County facilities.  HOC Maintenance Assistance – The Contractor may, at its discretion, utilize HOC or  County maintenance personnel for minor electrical and equipment repairs. The  decision to repair or not repair rests solely with the HOC or County.  Contractor Purchased Equipment – Contractor purchased equipment determined by 

the HOC to be nonproprietary will, upon contract termination, become the property  of the HOC.  A separate list of all Contractor supplied equipment must be  maintained and submitted to the HOC annually.   The HOC will permit the Contractor to use whatever equipment that has  historically been used by the Commissary that are available in the HOC.  The Contractor must, however, purchase all other equipment that it  deems necessary.     Vehicles – Any vehicles required by the Contractor in the  execution of this contract, shall be purchased, used and  maintained at its own expense. 

  5.06.6   

  5.06.7      5.06.7.1 

   

 

  5.06.7.2  

   

 

      5.06.7.3  

  36 | P a g e  

Cleaning – The Contractor will be responsible for all day‐to‐day as well as periodic  major cleaning of the Commissary areas in the HOC.  Janitorial personnel will not be  assigned any work in Commissary.  The Contractor must immediately clean up any  spills that occur in the halls or elevators during the transport of food, drinks, and  other supplies. A cleaning schedule will be developed and maintained on a daily  basis. The Contractor will inspect and verify cleanliness by a manager’s signature on  a daily basis. The County shall be responsible for extermination services and the  removal of trash and garbage from the commissary areas.  Personnel and Supervision  Selection and Hiring – All personnel being considered for hire by the Contractor  must submit to a HOC screening process for contractor employees and background  records check.  All prospective Commissary service employees must undergo a  Contractor paid for drug and alcohol screen prior to having their names submitted  for a security check.  The HOC reserves the right to exclude potential or expel any incumbent Contractor  management and staff personnel without notice for any reason. Furthermore, the  HOC reserves the right to conduct announced drug and alcohol screens.  Staffing – The Contractor must staff its operations with the optimum number of  employees at all times for the efficient operation of the facility.  Detailed staffing  charts showing scheduled hours for each person by position must be submitted  within the primary proposal.  Any subsequent reductions in the total number of  hours proposed for each location must be approved in writing by the HOC prior to  implementation.    A plan for staffing the needs for commissary services, including the method to be  used to address staffing “no shows” or absences on delivery days. Include a  description of how the Proposer plans to ensure Commissary orders are delivered  on time every week.            Wages & Benefits – Proposals with wage rates which do not meet the “living wage”  and specified prevailing wages for comparable positions within Milwaukee and the  Milwaukee County metropolitan area will be rejected. 

      5.06.7.4  

  Management 

 



The proposing Contractor shall provide job profiles and resumes for  individuals who will be considered for the Contractor’s position of on‐  site Regional or Region Manager, General Manager, as well as the people  assigned to manage the Commissary & Accounting software. It is  required a Regional/Region Manager maintain a minimum presence of  two days per week at the HOC, the General Manager have previous  comparable (a minimum of two years in terms of type/size correction  facility) experience. An interview and HOC approval of all proposed  managers will be required prior to the award of the contract. 



The HOC also requires that it be notified no less than thirty (30) days  prior to the transfer/removal of any manager and primary assistant and  to interview/approve any replacement.  The HOC reserves the right to  reject any manager candidates without cause.  



A management level person must be on duty during all service periods. 

  5.06.7.5  

   

   

  5.06.7.7 

  5.06.7.8  

 

 

  5.06.7.9 

  37 | P a g e  

Training – The Contractor’s proposal is to specifically identify what initial (to  include orientation) and ongoing training and amount of time will be dedicated to  Commissary and Accounting System operations. The HOC reserves the right to  prohibit the Contractor from using HOC facilities to train its staff for other area  clients if it determines that such activity is detrimental to Commissary and  Accounting operations.    All Contractor staff will be required to attend an orientation program at which  time all HOC rules and regulations will be explained, to include the Federal Prison  Rape Elimination Act.  Contractor employees will be required to acknowledge, in  writing, that they have received both the oral presentation and written materials  from the HOC’s Training staff.  Compliance with Rules and Regulations – The Contractor and its employees  assigned to any HOC facility area will be expected to comply with all HOC rules of  conduct and dress concerning normal day‐to‐day operations.  Uniforms – Contractor employees, including management, shall be properly  attired in a distinctive uniform or coat.  The Contractor’s employees must be  clean, and neat at all times and easily discernible from the inmates/inmate  workers.  The Contractor must adopt adequate safeguards to insure that all  uniforms are regularly inventoried and stored in areas non accessible to inmates.  Contractors are to encourage their employees to not wear their uniforms to and  from work.  Employee Removal – The HOC may require the Contractor to immediately  remove any of the Contractor’s employees from the HOC’s premises for any  reason sufficient to the HOC.  Any and all such removals will be made in the name  of the Contractor and therefore the Contractor will assume the responsibility for 

the removal. The Contractor has sole responsibility for returning to the HOC the  employee’s security identification badge within 24 hours of the employee’s final  shift.    5.06.8      5.06.8.1 

       

Financial  Compensation – Each Contractor must respond to the itemized list of Products that  will be for sale, along with their respective wholesale cost, and recommended sales  price (excluding sales taxes where applicable), under separate, sealed cover. The  proposed commission percentage based on the gross monthly sales range provided  must also be provided.  Additional products may be listed with the information on costs  and sales price included.   The format for responses can be found in Cost Proposal  Response packet (Attachment V). 

 

The County will be compensated monthly based on the commission earned.  

 

In addition, the total one‐time and any ongoing maintenance costs for any software  or kiosks should be listed separately. Any one‐time or ongoing cost for additional  County system users or other features should also be listed separately. 

      5.06.8.2 

  Compensation – Report  The Contractor is to submit to the HOC on a monthly basis, a commission  statement for the previous month with the number and type of commissary  items sold to:  • Facility inmates by floor and/or dorm  • Official guests (prior written authorization and separate billing  required)  • Authorized extra purchases 

 

5.06.8.3  

  5.06.9      5.06.9.1    38 | P a g e  

Commissary Count Reconciliation – The Contractor and the HOC will reconcile  Commissary counts with the Inmate Accounting System. In the event of any  dispute regarding item counts and subsequent charges, the HOC shall resolve  any discrepancy by using the count of the actual number of items received,  unless it is exceeded by the number of items ordered, in which event that  number will prevail. In the event of any dispute, the HOC’s count shall prevail.     Accounting Cycle – The Contractor must comply, for accounting cycle purposes,  with the HOC’s fiscal year of January 1st to December 31st and calendar month  periods. The vendor shall submit monthly invoices for the prior month’s  deliveries.  Any invoices shall be paid within sixty (60) days from the time  Milwaukee County’s Accounts Payable receives the approved invoice or within  ninety days date stamped from Contractor.  Facility Security  Ingress/Egress – All Contractor employees must enter the building via the  designated building entrance and will be signed in and out of the buildings. 

  5.06.9.2 

  5.06.9.3 

  5.06.9.4 

  5.06.9.5 

  5.06.9.6    5.06.9.7    5.06.10    5.06.11.1 

Search – All Contractor employees will be subject to search upon entering and  leaving the building.  All items carried into and out of the facility should be in  clear plastic bags. No tobacco products of any type will be permitted except in  designated smoking break areas. No cellular or other electronic devices are  permitted in HOC; these and any other personal items are to be stored inside of  the designated locker room in assigned locker. Physician prescribed medications  sufficient for consumption during that shift will be permitted. Contractor’s  employees, their personal articles and lockers/storage containers are subject to  search anytime in all HOC and contracted detention facilities.  Identification Badges – All Contractor employees will wear the County purchased  identification badge (with picture) face up in a visible manner from the point at  which they enter the building and at all times while in the building until the point  at which they leave the building.    Locked Doors – The Contractor and its employees will be responsible for keeping  closed and locked all internal doors in the assigned work areas.  The Contractor  and its employees must adhere to all security restrictions imposed by the HOC.  Employee/Inmate Relationships – The Contractor must ascertain and notify the  HOC in writing if any employee is related to or has or initiates an ongoing  personal relationship with any person confined as an inmate in any of the HOC–  operated detention facilities.  It is the Contractor’s responsibility to require its  employees to alert the Contractor whenever a person, who is a relative or  personal acquaintance of that employee, is admitted to any HOC detention  facility.  No cigarettes, tobacco products, or any other kind of contraband can be  given or sold to inmates.  Maintenance Vendors – Maintenance vendors will be required to enter the  building though the proper security channels.  There will be no exceptions.  Emergency Authority – In an emergency situation, HOC staff takes supervisory  and/or command precedent over the Contractor’s management and staff.  Sanitation and Safety  Medical Exams – All prospective Contractor personnel must obtain medical  clearance from a State of Wisconsin licensed physician prior to being permitted  to work.  At a minimum, the medical clearance must address, but not necessarily  be limited to the following “screens:”   

  • •

Blood for communicable diseases (hepatitis, etc.)  Chest X‐ray or Tine test for Tuberculosis (TB) 

   

  39 | P a g e  

 

If mandated, all employees will be required to obtain and must have a valid  Serve Safe certificate. Appropriate records and proof of such medical  clearances and certificates for each employee must be kept on file for the 

County to review.    5.06.11.2    5.06.11.3 

  5.06.12  

  5.06.13  

  5.06.14  

Medical Clearance – The Contractor will require medical clearance for any  employee to return to work after a three (3) day’s absence for illness.  Employee/Inmate Worker Physical Health – The Contractor will not permit  employees or assigned inmate workers with communicable health programs  (including open sores) to work.  Inmate workers must be cleared through  medical.  As a precaution, the Contractor must visually inspect the hands and  face of each inmate worker prior to the start of each inmate worker shift.  Any  inmates with suspicious symptoms or open cuts must be directed to report to the  medical office and receive written clearance before being permitted to work  again.  Energy Conservation‐When the Commissary is not in use, the Contractor will  assume maximum utility/energy cost conservation by turning off or down lights,  fans, and other energy consuming items.  The Contractor will be responsible for  turning off all non‐essential equipment when the area is not in use.  Assignment‐The Contractor’s rights and obligations cannot be transferred or  subcontracted without the written approval from the HOC.  The HOC by this  agreement incurs no liability to third persons for payment of any compensation  provided herein to Contractor.  Records‐The Contractor will be required to maintain sufficient records to  establish a verifiable audit trail.  Also the vendor will provide: 

   



Along with the monthly invoice, Contractor shall furnish a statement  that itemizes all sales for the respective month.  Contractor shall keep adequate books and records of accounts related  to the County and shall permit the County to inspect such books and  records at any reasonable time during normal business hours with a  seven (7) day notice.  Contractor shall permit the County to conduct an annual audit of  Contractor’s books and records that relate to the services provided at  any reasonable time during normal business hours with a seven (7) day  notice. 

   

5.06.15  

Complaints/Grievances‐All complaints by inmates and staff will be submitted in  writing to the Superintendent. All complaints will be forwarded in writing to  Contractor management. The Contractor will have five (5) business days in which  to present a written response to all grievances detailing the solution to the  problem. A written record of all complaints and responses must be maintained  for the life of this contract plus three years. A record of grievances listing the  number and cause for grievance will be submitted quarterly to the  Superintendent. 

   

5.06.16  

Insurance‐(refer to section 1 Certification for Indemnity and Insurance 

  40 | P a g e  

Attachment R)     

5.06.17  

Independent Status of Contractor‐The Contractor hereby represents and agrees  that it is engaged as an independent Contractor and not as the agent, employee,  or servant of the County; that it has and  hereby retains the right to exercise  control and supervision of the work and full control over the employment,  direction, compensation, and discharge of all persons assisting it in the work; that  it will be solely responsible for wages (including withholding of income taxes and  social security), taxes, worker’s compensation, compliance with OSHA and all  State of Wisconsin and Federal employment related regulations relating to its  employees; and that it will be responsible for its own acts and those of its  subordinates, employees and agents during the term of the Agreement.  Contractor shall retain the exclusive right to hire and fire and set the terms and  conditions of employment for its employees, including wages, hours, fringe  benefits, duties, grievance procedures and labor relations matters.  The County  shall not be considered a joint employer, joint venturer, or partner with  Contractor. 

   

5.06.18  

Termination of Contractor‐The HOC shall have the right to immediately terminate  the contract without notice if, for any reason, the Contractor fails to provide  service for a period in excess of 48 hours.  In addition, this termination right will  be enforced if the Contractor is determined to be in consistent serious violation of  health, sanitation and safety requirements by the HOC, Milwaukee County Health  Office, or other relevant agencies. 

   

5.06.18.1 

Failure by the Contractor  to correct any contract violation within five (5) calendar  days after receipt of notice will be cause for immediate termination of the  contract. 

   

5.06.18.2 

The HOC reserves the right to terminate the Contractor upon 30 days written  notice for any cause. 

5.06.19  

Liquidated Damages  for Non and Partial Performance 

5.06.19.1 

Penalties‐if contractor fails to meet any of the performance requirements set forth  below more than one (1) time in any twelve (12) month period, and after notice from  the County and a reasonable opportunity to cure, Contractor fails to meet any of the  performance requirements set forth below, the Contractor shall pay the County the  following penalty amounts unless the contract violation or triggering event results from  an event outside of the Contractor’s direct control: 

       

  • • •   41 | P a g e  

Commissary Order Forms not available; $500 each day,  Commissary Order Forms not accurate; $500 each discrepancy,  County‐provided tracking form for commissary credits not  completed accurately and/or submitted; $500 each day, 

• • • • • • • •

Breach of security regulations; $1,000, repeat occurrence $2,000,  Product identified on order form is unavailable for delivery‐out of stock &  no noticed; $100 each occurrence,  Product identified on order form not delivered‐packaging oversight; $10  each occurrence,  Product substituted without prior approval; $500, repeat  occurrence $1,000,  Quantity, price, or size of product changed without prior approval;  $500 each occurrence,  Pre‐established commissary delivery schedule not accomplished;  $500 each day,  Automated order processing/posting system not online due to  vendor issue; $250 each day,  Vendor books and records not made available for audit with a seven  day notice; $5,000 each occurrence. 

   

5.06.20  

   

  5.06.21  

   

   

   

Emergencies‐The Contractor shall include in the proposal, contingency plans to  provide service in the face of unexpected events, i.e., power failure, fire, riot,  lockdown, labor strikes, ice storms or acts of God that would preclude normal  expectations.  Transition Plan‐The Contractor will submit, in writing within its proposal, a plan for  transition; for hiring and training of staff, security clearances, medical screenings,  purchasing, inventory, and other factors to assure that there is no operational or  security break in the system during said transitions.    The Contractor agrees to fully cooperate with any subsequent contractor so as to  insure a smooth transition.  In the event of any question or conflict, the HOC’s  decision shall be binding on both parties. 

 

5.07  CONTRACT REVISON/RENEWAL    5.07.1   

  5.07.2   

  5.07.3   

Limitations‐The HOC reserves the right to either increase or decrease or change the  type of Commissary items within the terms of the contract.  Any cost for the changes  or additional services only will be negotiated at the time the request is made.  Notification of Renewal‐The HOC will notify the Contractor no later than 90 days  before contract renewal whether or not it will exercise the option to renew the  contract for the next fiscal year.  Fiscal Year Funding‐The fiscal year funding for the HOC contract which extends  beyond the current fiscal year to be executed subject to future appropriations to  fund its provision, and contract documents will reflect this condition. 

 

5.09  ENTIRE AGREEMENT AND AMENDMENTS   

This Agreement represents the entire agreement between the parties and supersedes any and all  prior agreements.  All prior negotiations have been merged into this Agreement, and there are no    42 | P a g e  

understandings, representations, or agreements, oral or written, express or implied, other than  those set forth herein.  Obligations of the parties set forth in this agreement arising out of events  occurring during the life of this Agreement shall survive the termination of this Agreement. 

  The terms of this Agreement may not be changed, modified or amended except by a writing  signed by both parties.   

5.10  WAIVER   

 

The failure of the Contractor or HOC to exercise any right or remedy available under this  Agreement upon the other party’s breach of the terms, representations, covenants or  conditions of this Agreement of the failure to demand the prompt performance of any  obligation under this Agreement shall not be deemed a waiver or (i) such right or remedy; (ii)  the requirement of punctual performance; or (iii) any right or remedy in connection with any  subsequent breach or default on the part of the other party.   

5.11  DESIGNEE    Any action, authorization or representation required under this Agreement by the HOC may be  fulfilled by the Superintendent or his designee.   

5.17  PERFORMANCE BOND   

The successful Contractor will provide to the HOC a $100,000 Performance Bond with surety  satisfactory to the HOC, within ten (10) working days after notice is received from the HOC that  the contract has been awarded to the Contractor.  The cost of providing the bond shall be  considered as included in the proposal price (but listed separately) and no additional  compensation will be allowed therefore.  All other specifications pertaining to insurance  requirements (HOC Section 6.16) will pertain to this bond requirement. The HOC may, at its  sole discretion, waive this requirement and receive a corresponding commission and/or  software pricing adjustment.     

  43 | P a g e  

6.0 

REQUIRED FORMS 

Attachment # A

Terms and Conditions of Request for Proposal

B

Vendor Binding Authority

C

Vendor Letter of Intent to Bid

D

Authorization for Reference Check

E

Conflict of Interest Stipulation

F

Sworn Statement of Vendor

G

Cover Sheet for the Technical Proposal

H

Cover Sheet for the Cost Proposal

I

Vendor References

J

Conflicts of Interest and Prohibited practices

K

Equal Employment Opportunity Certificate

L

Equal Opportunity Policy

M

Certification regarding Debarment and Suspension

N

Additional disclosures

O

Hotline Flier

P

Audit Services Division Hotline

Q

Designation of Confidential and Proprietary Information

R

Certification for Indemnity and Insurance Requirements

S

Minimum Wage Ordinance Compliance

T

DBE Forms

U

Feature Requirements Checklist – Commissary & Inmate Accounting Software

V

Cost Proposal Response Packet

W

Indigent Product List

X

Vendor Cooperation & Listing of Excluded Services

  44 | P a g e  

ATTACHMENT A - TERMS AND CONDITIONS OF REQUEST FOR PROPOSAL

 

  45 | P a g e    

ATTACHMENT B – VENDOR BINDING AUTHORITY

  VENDOR BINDING AUTHORITY        Re:  Milwaukee County      I am an officer and/or have the authority to bind our company to any and all contractual agreements with  the contract holder.    I  have  reviewed  our  response  to  the  bid/proposal  specifications  and  certify  that  it  is  an  accurate  representation of our organization, capabilities, and proposed services, and is in agreement with the RFP  requirements except as stated or referenced below (or on the attached page).            _____________________________________   

____________________________________ 

 

 

 

Company Name 

 

 

 

Signature 

  _____________________________________   

____________________________________ 

 

 

 

46 | P a g e    

 

Date 

 

 

 

 

    Title 

ATTACHMENT C – VENDOR LETTER OF INTENT TO BID

  VENDOR LETTER OF INTENT TO BID  The undersigned hereby acknowledges the terms and conditions of this Request for Proposal (RFP) and  intends to respond to Milwaukee County Commissary & Inmate Banking Services RFP.  We understand  that  Milwaukee  County  will  post  all  modifications  or  updates  to  this  RFP  at  http://county.milwaukee.gov/bop. It is our responsibility  to  check  the  site  frequently,  as  all  revisions/amendments to the RFP and the written answers to the questions will be posted on the website.   It  is  the  responsibility  of  the  applicant  to  respond  to  all  requirements  as  they  appear  in  the  posted  revisions.    _______________________________________   _______________________  Representative’s Signature 

 

 

 

 

 

 

Date 

__________________________________________________________________  Representative’s Printed Name    __________________________________________________________________  Company Name and Legal Name for Business within Wisconsin  ___________________________ 

____________________   ___________________________ 

Telephone Number & Extension   

Facsimile Number 

 

E‐mail Address (required) 

We will be participating in the Pre‐Proposal conference and facility tour.  The below is a list of attendees  (limit 3)*:   

 

Name   

 

 

 

 

 

Title 

1._________________________________________________________________  2._________________________________________________________________  3. ________________________________________________________________    This form is mandatory if the vendor intends to or has any interest in response to this RFP.  The attendee information  is required to obtain security clearance for individuals scheduled to attend the Pre‐Proposal Meeting (if applicable).   No more than three individuals may participate for any one vendor.  However, neither this letter of intent to bid nor  the  company’s  participation  in  the  Pre‐Proposal  meeting  obligates  the  vendor  to  actually  submit  a  proposal  in  response to this RFP.  Government issued photo identification is required to enter the facility.     *County reserves the right to limit the number of participant from each proposing vendor on the tour. 

 

47 | P a g e    

ATTACHMENT D – AUTHORIZATION FOR REFERENCE CHECK   

AUTHORIZATION FOR REFERENCE CHECK    This authorization should be on company letterhead.  Do not modify the contents of this letter.  The  undersigned  hereby  authorizes  the  recipient  of  this  authorization  (or  a  copy  thereof)  to  furnish  Milwaukee  County  any  and  all  information  that  said  recipient  may  have  concerning  the  undersigned’s  contract performance history.  This information is to be furnished to Milwaukee County for the purposes of evaluating the ability of the  undersigned to perform Commissary & Inmate Banking Services for Milwaukee County.  The  undersigned  further  authorizes  any  person  contacted  to  give  Milwaukee  County  any  and  all  information  concerning  the  undersigned’s  (and  the  employees  of  the  undersigned)  education,  work  experience, and character which they may have, personal or otherwise, and releases all parties from all  liability for any damage that may result from furnishing the same to Milwaukee County.     

 

A photocopy of this authorization shall be deemed equivalent to the original. 

 

 

Dated this __________ day of ________________________, 20 ____. 

 

 

 

 

 

 

 

 

 

Authorized Signature _____________________________________ 

 

 

 

 

 

 

 

 

  Title ___________________________________________________        Name of Firm ___________________________________________ 

48 | P a g e    

 

ATTACHMENT E – CONFLICT OF INTEREST STIPULATION    CONFLICT OF INTEREST STIPULATION    For purposes of determining any possible conflict of interest, all vendors submitting a proposal in response  to this RFP must disclose if any Milwaukee County employee, agent or representative or an immediate  family member is also an owner, corporate officer, employee, agent or representative of the business  submitting the bid.  This completed form must be submitted with the proposal.  Furthermore, according  to the Milwaukee County Code of Ethics, no person may offer to give to any County Officer or employee  or immediate family member, may solicit or receive anything of value pursuant to an understanding that  such County representative’s vote, official actions or judgment would be influenced thereby.    Answer below either YES or NO to the question of whether any employee, agent or representative or  immediate family member is involved with your company in any way:   

 

 

 

YES 

__________ 

 

 

 

 

NO 

__________ 

  If the answer to the question above is YES, then identify the name of the individual, the position with  Milwaukee County and the relationship to your business:  Name _______________________________________________________________  County Position _______________________________________________________  Business Relationship __________________________________________________  The appropriate corporate representative must sign and date below:  Printed Name _________________________________________________________    Authorized Signatory ____________________________________________________  Title ________________________________________________________________  Date ________________________________________________________________ 

49 | P a g e    

ATTACHMENT F – SWORN STATEMENT OF VENDOR    SWORN STATEMENT OF VENDOR  I, being first duly sworn at __________________________________________________,   

 

 

 

 

 

City, State 

On oath, depose and say I am the ______________________________________________   

 

 

 

 

 

Official Title 

Of the Vendor, ____________________________________________________________,   

 

 

 

 

Name of Company 

Do state the following: that I have fully and carefully examined the terms and conditions of this Request  for Proposal, #_______, and prepared this submission directly and only from the RFP and including all  accessory data.  I attest to the facts that:       

I have reviewed the RFP, and all related attachments and information provided through Milwaukee  County, in detail before submitting this proposal.  I unconditionally accept all of the Milwaukee County requirements in our response unless we clearly  address the specific issue(s) within our response.  I have indicated review, understanding and acceptance of the RFP (or relevant service component  being bid upon) by initials on each page of the RFP.  I certify that all statements within this proposal are made on behalf of the Vendor identified above.  I  have  full  authority  to  make  such  statements  and  to  submit  this  proposal  as  the  duly  recognized  representative of the Vendor.  I further stipulate that the said statements contained within this proposal are true and correct and  this sworn statement is hereby made a part of the foregoing RFP response. 

    __________________________________________________________________________  Signature  __________________________________________________________________________  Legal Address  Subscribed and sworn to before me  This _______ day of ____________________, 20_____  Notary Public, _________________________ County  State of ______________________________________  My commission expires ________________________   

50 | P a g e    

 

ATTACHMENT G – COVER SHEET FOR THE TECHNICAL PROPOSAL  

COVER SHEET FOR THE TECHNICAL PROPOSAL  (on Vendor’s Letterhead)    In  submitting  and  signing  this  proposal,  we  also  certify  that  we  have  not,  either  directly  or  indirectly,  entered into any agreement or participated in any collusion or otherwise taken any action in restraint of  free trade or competition; that no attempt has been made to induce any other person or firm to submit  or not to submit a proposal; that this proposal has been independently arrived at without collusion with  any  other  vendor,  competitor,  or  potential  competitor;  that  this  proposal  has  not  knowingly  been  disclosed  prior  to  the  opening  of  the  proposals  to  any  other  vendor  or  competitor;  that  the  above  statement is accurate under penalty of perjury.  In submitting signing this proposal, we represent that we have thoroughly read and reviewed this Request  for  Proposal  and  are  submitting  this  response  in  good  faith.    We  understand  the  requirements  of  the  program and have provided the required information listed within the Request for Proposal.  The undersigned certifies and represents that all data, pricing, representations, and other information of  any  sort  or  type,  contained  in  this  response,  is  true,  complete,  accurate,  and  correct.    Further,  the  undersigned acknowledges that Milwaukee County is, in part, relying on the information contained in this  proposal in order to evaluate and compare the responses to the RFP.    Vendor’s Name ______________________________________________    Title _______________________________________________________    Signature ___________________________________________________    Date _______________________________________________________    51 | P a g e    

 

ATTACHMENT H - COVER SHEET FOR THE COST PROPOSAL (on Vendor’s Letter Head)    In  submitting  and  signing  this  proposal,  we  also  certify  that  we  have  not,  either  directly  or  indirectly,  entered into any agreement or participated in any collusion or otherwise taken any action in restraint of  free trade or competition; that no attempt has been made to induce any other person or firm to submit  or not to submit a proposal; that this proposal has been independently arrived at without collusion with  any  other  vendor,  competitor,  or  potential  competitor;  that  this  proposal  has  not  knowingly  been  disclosed  prior  to  the  opening  of  the  proposals  to  any  other  vendor  or  competitor;  that  the  above  statement is accurate under penalty of perjury.  In submitting signing this proposal, we represent that we have thoroughly read and reviewed this Request  for  Proposal  and  are  submitting  this  response  in  good  faith.    We  understand  the  requirements  of  the  program and have provided the required information listed within the Request for Proposal.  The undersigned certifies and represents that all data, pricing, representations, and other information of  any  sort  or  type,  contained  in  this  response,  is  true,  complete,  accurate,  and  correct.    Further,  the  undersigned acknowledges that Milwaukee County is, in part, relying on the information contained in this  proposal in order to evaluate and compare the responses to the RFP.    Vendor’s Name ______________________________________________    Title _______________________________________________________    Signature ___________________________________________________    Date _______________________________________________________ 

52 | P a g e    

ATTACHMENT I – VENDOR REFERENCES   VENDOR REFERENCES    1) Agency Name _______________________________Agency Address ______________________________    Contact Person ______________________ E‐mail__________________________ Contact Number_____________    Number of Sites_______________ Number of Inmates________________        Facility Type  _____Jail  _____Prison    _____Juvenile  _____ Hospital  _____Other    Accreditation    _____ACA  _____NNCHC    _____JCAHO    _____Other    Contract Term (original, extensions, renewals, rebids) _____________    ___Current Contract    ___Prior Contract    N  (circle one), if so specify by whom  _____agency  _____vendor  Contract Terminated    Y  ____Lost in Rebid, if so specify award recipient _____________  ____Other, specify (i.e. returned to self‐operated, transition to University)    Reason  _____________________________________________________________________________________________    _____________________________________________________________________________________________      2) Agency Name ______________________________ Agency Address ____________________________________    Contact Person _________________________ E‐mail___________________ Contact Number______________    Number of Sites_______________ Number of Inmates________________         Facility Type  _____Jail  _____Prison  _____Juvenile  _____ Hospital   _____Other    Accreditation    _____ACA  _____NNCHC    _____JCAHO  _____Other    Contract Term (original, extensions, renewals, rebids) _____________   ___Current Contract    ___Prior  Contract    Contract Terminated   Y  N  (circle one), if so specify by whom  _____agency  _____vendor  ____Lost in Rebid, if so specify award recipient _____________  ____Other, specify (i.e. returned to self‐operated, transition to University)    Reason  _____________________________________________________________________________________________    ____________________________________________________________________________________________ 

53 | P a g e    

VENDOR REFERENCES  Page 2    3) Agency Name ______________________________  Agency Address ___________________________________    Contact Person _______________________ E‐mail_________________________ Contact umber______________    Number of Sites_______________ Number of Inmates________________      Facility Type _____Jail  _____Prison    _____Juvenile  _______ Hospital     _____Other    Accreditation    _____ACA  _____NNCHC    _____JCAHO    _____Other    Contract Term (original, extensions, renewals, rebids) _____________   ___Current Contract    ___Prior Contract    Contract Terminated    Y  N  (circle one), if so specify by whom  _____agency  _____vendor  ____Lost in Rebid, if so specify award recipient _____________  ____Other, specify (i.e. returned to self‐operated, transition to University)    Reason  _____________________________________________________________________________________________    _____________________________________________________________________________________________      4) Agency Name ____________________________________  Agency Address  _____________________________    Contact Person _________________________ E‐mail___________________ Contact number_________________    Number of Sites_______________ Number of Inmates________________      Facility Type  _____Jail   _____Prison  _____Juvenile  ____ Hospital     ____Other    Accreditation    _____ACA  _____NNCHC    _____JCAHO    _____Other    Contract Term (original, extensions, renewals, rebids) _____________   ___Current Contract  ___Prior Contract    Contract Terminated   Y  N  (circle one), if so specify by whom  _____agency  _____vendor  ____Lost in Rebid, if so specify award recipient _____________  ____Other, specify (i.e. returned to self‐operated, transition to University)    Reason  _____________________________________________________________________________________________    ____________________________________________________________________________________________    Name (Print)________________________________ Title_____________________________     Date______________________     Authorized Signatory____________________________________________ 

54 | P a g e    

ATTACHMENT J - CONFLICTS OF INTEREST AND PROHIBITED PRACTICES Interest in Contract No officer, employee or agent of the County who exercises any functions or responsibilities with carrying out any services or requirements to which this contract pertains has any personal interest, direct or indirect, in this contract.

Interest of Other Public Officials No member of the governing body of a locality, County or State and no other public official of such locality, County or State who exercises any functions or responsibilities in the review or approval of the carrying out of this contract has any personal interest, direct or indirect, in this contract. Contractor covenants s/he presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services under this contract. Any conflict of interest on the part of the Contractor will be disclosed to the County. In the event Contractor has a conflict of interest that does not permit Contractor to perform the services under the contract with respect to any client or recipient, Contractor will notify the County and will provide the County with all records and reports relating to same. Prohibited Practices Contractor attests that it is familiar with Milwaukee County’s Code of Ethics, Chapter 9 of Milwaukee County Code of General Ordinances, which states in part, “No person may offer to give any County officer or employee or his immediate family, or no County officer or employee or his immediate family may solicit or receive anything of value pursuant to an understanding that such officer’s or employee’s vote, official action, or judgment would be influenced thereby.” Said chapter further states, “No person(s) with a personal financial interest in the approval or denial of a contract being considered by a County department or with an agency funded and regulated by a County department, may make a campaign contribution to any candidate for an elected County office that has final authority during its consideration. Contract considerations shall begin when a contract is submitted directly to a County department or to an agency until the contract has reached its final disposition, including adoption, county executive action, proceedings on veto (if necessary) or departmental approval.” Where Agency intends to meet its obligations under this or any part of this RFP through a subcontract with another entity, Agency shall first obtain the written permission of County; and further, Agency shall ensure it requires of its subcontractors the same obligations incurred by Agency under this RFP. Authorized Signature: _______________________ Date: _________________ Printed Name:_________________________________ Title: __________________________ Agency: _________________________________________________________

55 | P a g e    

ATTACHMENT K – EEOC FOR MILWAUKEE COUNTY CONTRACTS EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATE FOR MILWAUKEE COUNTY CONTRACTS  In accordance with Section 56.17 of the Milwaukee County General Ordinances and Title 41 of the Code of Federal Regulations, Chapter 60, SELLER or SUCCESSFUL BIDDER or CONTRACTOR or LESSEE or (Other-specify),(Hence forth referred to as VENDOR) certifies to Milwaukee County as to the following and agrees that the terms of this certificate are hereby incorporated by reference into any contract awarded. Non-Discrimination VENDOR certifies that it will not discriminate against any employee or applicant for employment because of race, color, national origin, or ancestry, age, sex, sexual orientation, gender identity and gender expression, disability, marital status, family status, lawful source of income, or status as a victim of domestic abuse, sexual assault or stalking,  which includes but is not limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training including apprenticeship. VENDOR will post in conspicuous places, available to its employees, notices to be provided by the County setting forth the provision of the non-discriminatory clause. A violation of this provision shall be sufficient cause for the County to terminate the contract without liability for the uncompleted portion or for any materials or services purchased or paid for by the contractor for use in completing the contract. Affirmative Action Program VENDOR certifies that it will strive to implement the principles of equal employment opportunity through an effective affirmative action program, which shall have as its objective to increase the utilization of women, minorities, and disabled persons and other protected groups, at all levels of employment in all divisions of the vendor's work force, where these groups may have been previously under-utilized and under-represented. VENDOR also agrees that in the event of any dispute as to compliance with the afore stated requirements, it shall be his responsibility to show that he has met all such requirements. Non-Segregated Facilities VENDOR certifies that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location under its control, where segregated facilities are maintained. Subcontractors VENDOR certifies that it has obtained or will obtain certifications regarding non-discrimination, affirmative action program and non segregated facilities from proposed subcontractors that are directly related to any contracts with Milwaukee County, if any, prior to the award of any subcontracts, and that it will retain such certifications in its files. Reporting Requirement Where applicable, VENDOR certifies that it will comply with all reporting requirements and procedures established in Title 41 Code of Federal Regulations, Chapter 60. Affirmative Action Plan VENDOR certifies that, if it has 50 or more employees, it will develop and/or update and submit (within 120 days of contract award) an Affirmative Action Plan to: Mr. Paul Grant, Audit Compliance Manager, Milwaukee County Department of Audit, 2711 West Wells Street 9th Floor, Milwaukee, WI 53208 [Telephone No.: (414) 278-4292]. VENDOR certifies that, if it has 50 or more employees, it has filed or will develop and submit (within 120 days of contract award) for each of its establishments a written affirmative action plan. Current Affirmative Action plans, if required, must be filed with any of the following: The Office of Federal Contract Compliance Programs or the State of Wisconsin, or the Milwaukee County Department of Audit, 2711 West Wells Street, Milwaukee, WI 53208 [Telephone No.: (414) 278-4292]. If a current plan has been filed, indicate where filed and the years covered___________. VENDOR will also require its lower-tier subcontractors who have 50 or more employees to establish similar written affirmative action plans. Employees VENDOR certifies that it has_____ (No. of Employees) employees in the Standard Metropolitan Statistical Area (Counties of Milwaukee, Waukesha, Ozaukee and Washington, Wisconsin) and (No. of Employees) employees in total. Compliance VENDOR certifies that it is not currently in receipt of any outstanding letters of deficiencies, show cause, probable cause, or other notification of noncompliance with EEO regulations. Executed this

day of

By

, 20

by: Firm Name Address

(Signature) Title

56 | P a g e    

City/State/Zip

_______________________

ATTACHMENT L - EQUAL OPPORTUNITY POLICY          

           

is in compliance with the equal opportunity policy and standards of all applicable Federal and State rules and regulations regarding nondiscrimination in employment and service delivery. EMPLOYMENT - AFFIRMATIVE ACTION & CIVIL RIGHTS It is the official policy of that no otherwise qualified person shall be excluded from employment, be denied the benefits of employment or otherwise be subjected to discrimination in employment in any manner on the basis of race, religion, color, national origin or ancestry, age, sex, sexual orientation, gender identity and gender expression, disability, marital status, family status, lawful source of income, or status as a victim of domestic abuse, sexual assault or stalking, handicap, physical condition, developmental disability, arrest or conviction record, sexual orientation, military/veteran status or military participation. We pledge that we shall comply with Affirmative Action and Civil Rights standards to ensure that applicants are employed and that employees are treated during their employment without regard to the above named characteristics. Such action shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. has a written Affirmative Action Plan which includes a process by which discrimination complaints may be heard and resolved. SERVICE DELIVERY - CIVIL RIGHTS It is the official policy of that no otherwise qualified applicant for services or service recipient shall be excluded from participation, be denied benefits or otherwise be subjected to discrimination in any manner on the basis of age, race, religion, color, sex, national origin or ancestry, handicap, physical condition, developmental disability, arrest or conviction record, sexual orientation, military/veteran status or military participation. We pledge that we shall comply with civil rights laws to ensure equal opportunity for access to service delivery and treatment without regard to the above named characteristics. has a written Civil Rights Action Plan which includes a process by which discrimination complaints may be heard and resolved. All officials and employees of are informed of this statement of policy. Decisions regarding employment and service delivery shall be made to further the principles of affirmative action and civil rights. To ensure compliance with all applicable Federal and State rules and regulations regarding Equal Opportunity and nondiscrimination in employment and service delivery, has been designated as our Equal Opportunity Coordinator. Any perceived discrimination issues regarding employment or service delivery shall be discussed with Ms. /Mr. . Ms. /Mr. may be reached during week days at ________________ . A copy of the Affirmative Action Plan and/or the Civil Rights Action Plan including the process by which discrimination complaints may be heard and resolved is available upon request. (Director or Chief Officer) (Title) This Policy Statement shall be posted in a conspicuous location.

(Date)

ATTACHMENT M - CERTIFICATION REGARDING DEBARMENT AND SUSPENSION 57 | P a g e    

CERTIFICATION STATEMENT

DEBARMENT AND SUSPENSION The Proposer certifies to the best of its knowledge and belief, that the corporation, LLC, partnership, or sole proprietor, and/or its’ principals, owners, officers, shareholders, key employees, directors and member partners: (1) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (2) have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) are not presently indicted for or otherwise criminally charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in (2) of this certification; and, (4) have not within a three-year period preceding this proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

Authorized Signature: _______________________ Date: _________________ Printed Name:_________________________________ Title: __________________________ Agency: _________________________________________________________

 

58 | P a g e    

ATTACHMENT N – ADDITIONAL DISCLOSURES    ADDITIONAL DISCLOSURES

1.

Has your organization or any representative, owner, partner or officer ever failed to perform work awarded or had a contract terminated for failure to perform or for providing unsatisfactory service?

 Yes  No 2.

If yes, on a separate page please provide a detailed explanation.

Within the past five (5) years, has your organization or any representative, owner, partner or officer (collectively “your Company”) ever been a party to any court or administrative proceedings or disciplinary action, where the violation of any local, state or federal statute, ordinance, rules, regulation, or serious violation of company work rules by your Company was alleged?

 Yes  No

If yes, on a separate page, please provide a detailed explanation outlining the following:    

3.

Within the past 5 years has your organization had any reported findings on an annual independent audit?

 Yes  No 4.

Date of citation or violation Description of violation Parties involved Current status of citation

If yes, on a separate page please provide a detailed explanation.

Within the past 5 years, has your organization been required to submit a corrective action plan by virtue of review or audit by independent auditor, or any governmental agency or purchaser of services?

 Yes  No If yes, on a separate page please provide a detailed explanation including if the corrective action has been accepted by the purchasing agency and completely implemented? remaining action required by purchasing agency.

5.

If not, please explain

Have you, any principals, owners, partners, shareholders, directors, members or officers of your business entity ever been convicted of, or pleaded guilty, or no contest to, a felony, serious or gross misdemeanor, or any crime or municipal violation, involving dishonesty, assault, sexual misconduct or abuse, or abuse of controlled substances or alcohol, or are charges pending against you or any of the above persons for any such crimes by information, indictment or otherwise?

 Yes  No

If yes, on a separate page, please provide a detailed explanation.

Authorized Signature: _______________________ Date: _________________ Printed Name:_______________________________ Title: __________________________ Agency: _____________________________________________________

59 | P a g e    

  

ATTACHMENT O – HOTLINE FLIER

60 | P a g e    

ATTACHMENT P – AUDIT SERVICES DIVISION HOTLINE Audit Services Division Hotline

Milwaukee County has set up the Audit Services Division Hotline to be the primary conduit for concerned employees, citizens, and contractors to communicate allegations of fraud, waste and abuse involving County government. Milwaukee County’s resolution states, in part,

“All department heads and administrators of Milwaukee County are hereby directed to provide information regarding Milwaukee County Department of Comptroller-Audit Services Division

Fraud Hotline to all

professional service and construction contractors when they commence work for Milwaukee County and, further, that instructions and bulletins shall be provided to said contractors that they post this information in a location where their employees will have access to it and provide said information to any and all subcontractors that they may retain; and

…Milwaukee County funded construction and work sites shall also have posted the bulletin that the Department of Audit has developed which provides the Fraud Hotline number and other information and the Department of Public Works shall inform contractors of this requirement”

A Hotline bulletin is attached (See flyer under Appendices). Please distribute the revised bulletin to contractors as contracts are let or renewed and also post it prominently at all County employee work locations associated with your organization.

Certifies that the copies of Audit Hotline poster will be posted at prominent locations within our organization upon effective date of awarded contract.

Authorized Signature: _______________________ Date: _________________ Printed Name: ____________________________________Title: ________________________ Agency: _________________________________________________________

61 | P a g e    

  

ATTACHMENT Q - Designation of Confidential and Proprietary Information The attached material submitted in response to the 2015 Request for Proposal includes proprietary and confidential information, which qualifies as a trade secret, s provided in s. 19.36(5), Wis. Stats. Or is otherwise material that can be kept confidential under the Wisconsin Open Records Law. As such, we ask that certain pages, as indicated below, of this bid/proposal response be treated as confidential material and not be released without our written approval. Prices always become public information when bids/proposals are open, and therefore cannot be kept confidential. Other information cannot be kept confidential unless it is a trade secret. Trade secret is defined in s. 134.90(1)(c). Wis. Stats. As follows: “Trade secret” means information, including a formula, pattern, compilation, program, device, method, technique or process to which all of the following apply: 1. The information derives independent economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by, other persons who can obtain economic value from its disclosure or use. 2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances. We request that the following pages not be released: Section Page # Topic _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________ IN THE EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFOMRATION IS CHALLENGED, THE UNDERSIGNED HERBY AGREES TO PROVIDE LEGAL COULSEL OR OTHER NECESSARY ASSISTANCE TO DEFEND THE DESIGNATION OF CONFIDENTIALITY AND AGREES TO HOLD MILWAUKEE COUNTY HARMLESS FOR ANY COSTS OR DAMAGES ARISING OUT OF MILWAUKEE COUNTY’S AGREEMENT TO WITHOLD THE MATERIALS.

Failure to include this form in the Request for Proposal may mean that all information provided as part of the proposal response will be open to examination and copying. Milwaukee County considers other markings of confidential in the proposal document to be insufficient. The undersigned agrees to hold Milwaukee County harmless for any damages arising out of the release of any materials unless they are specifically identified above. Company Name _______________________________________________

Authorized Representative _______________________________________________ Signature Authorized Representative _______________________________________________ Type or Print                      Date ____________________________________ 

62 | P a g e    

ATTACHMENT R - CERTIFICATION FOR INDEMNITY AND INSURANCE REQUIREMENTS   Potential Contractors must understand and agree that financial responsibility for claims or damages to any person or  to company’s and agents shall rest with the Contractor.  The Contractor must affect and maintain any and all insurance  coverage,  including,  but  not  limited  to,  Worker’s  Compensation,  Employer’s  Liability  and  General,  Contractual  and  Professional  Liability,  to  support  such  financial  obligations.    The  indemnification  obligation,  however,  shall  not  be  reduced in any way by existence or non‐existence, limitation, amount or type of damages, compensation or benefits  payable under Worker’s Compensation laws or other insurance.    A.    B. 

Compliance  with  Government  Requirements  –  the  Contractor  shall  evidence  satisfactory  compliance  for  Unemployment Compensation and Social Security reporting as required by federal and state laws.  Evidence of Insurance – Evidence of Worker’s Compensation, Auto and General Liability Insurances shall be provided  to Milwaukee County by a certificate naming Milwaukee County as an additional insured on general coverage and auto  liability and providing a waiver of subrogation on Worker’s Compensation in favor of Milwaukee County and certificate  holder on all policies affording a thirty (30) day written notice of cancellation, non‐renewal, or known material change  for the duration of the contract.  

 

  C. 

The successful Contractor shall purchase and maintain policies of insurance and proof of financial responsibility to cover  costs as may arrive from claims of tort, statutes, and benefits under Worker’s Compensation laws, as respects damages  to persons or property and third parties in such coverages and amounts as required and approved by Milwaukee County  Director of Risk Management and Insurance.  Acceptable proof of such coverage’s shall be furnished to the Director of  Risk Management and Insurance prior to service commenced on or before January 1, 2015, under the contract.      Types of Coverage and Limits of Liability ‐ The vendor shall provide evidence of the following coverages and minimum  amounts prior to the implementation of services: 

  1.

Worker’s Compensation:  State of Wisconsin, including Employer’s Liability coverage.  Coverage shall be  modified  to  include  a  Waiver  of  Subrogation  in  favor  of  Milwaukee  County,  as  well  as  including  their  directors, officers, agents and employees. 

 

2.

3.   63 | P a g e    

Wisconsin Worker’s Compensation Statutory  Employer’s Liability  Bodily Injury by Accident    $100,000 each accident  Bodily Injury by Disease    $500,000 each policy limit  Bodily Injury by Disease    $100,000 each employee    Commercial or General Liability – Including coverage for Public Liability and Property Damage Insurance.  Comprehensive General Liability  General Aggregate       $1,000,000 per occurrence  Bodily Injury & Prop. Damage                $1,000,000 aggregate  Personal Injury        $1,000,000 per person  Contractual Liability      $1,000,000 per occurrence  Fire Legal Liability       $5,000,000 per occurrence  Each Occurrence Limit      $1,000,000  Aggregate        $6,000,000        Automobile/Truck Liability –  

Bodily Injury & Property Damage $1, 000,000 per accident    All autos owned, non‐owned and/or hired  Uninsured Motorists per Wisconsin Requirements    D.

Indemnity – The vendor agrees to the fullest extent permitted by law to indemnify, defend and hold harmless, the County,  and its agents, officers and employees, from and against all loss or expense including costs and attorney’s fees by reason  of liability for damages including suits at law or in equity, caused by any wrongful, intentional, or negligent act or omission  of the Contractor, or its (their) agents, which may arise out of, or are connected with, the activities by this agreement.   E. Milwaukee County's liability is limited by Wisconsin Statute 893.80(3) for general liability and 345.03(3) for automobile  liability.    In accordance with applicable laws, the County shall be responsible for defending and paying judgments on behalf of its officers,  employees and agents for any claims that may arise out of County’s negligence for acts, policies, or directives that affect the  activities covered by this agreement.    Insurance Rating – All of the insurance coverage specified about shall be placed with an “A” rated carrier per Best’s Rating Guide  approved  to  do  business  in  the  State  of  Wisconsin.    Any  deviation  or  waiver  of  required  coverages  or  minimums  shall  be  submitted in writing and approved by Milwaukee County Director of Risk Management and Insurance as a condition of the  agreement.    A certificate of insurance shall be submitted for review to Milwaukee County for each successive period of coverage for the  duration of this agreement.      The undersigned certifies and represents an understanding of Milwaukee County’s Insurance and Indemnification  requirements. The undersigned acknowledges that Milwaukee County is, in part, relying on the information contained in this  proposal in order to evaluate and compare the response to the RFP.      Authorized Signature: _______________________ Date: _________________ Printed Name:_________________________________ Title: __________________________ Agency: _________________________________________________________    

64 | P a g e    

 

ATTACHMENT S - MINIMUM WAGE ORDINANCE COMPLANCE  

 

65 | P a g e    

 

ATTACHMENT T – DBE FORMS   COMMUNITY BUSINESS DEVELOPMENT PARTNERS 

MILWAUKEE COUNTY DISADVANTAGED BUSINESS ENTERPRISE (DBE)  

UTILIZATION SPECIFICATIONS

1. The award of this contract is conditioned upon your good faith efforts in achieving this project’s Disadvantaged Business Enterprise (DBE) goal of 17%, and you must document those efforts.

2. DBE Goal: This participation goal is based on the total dollar value of your base bid, initial offer or initial scope of work, less allowance and/or reimbursable items as indicated in the solicitation. Participation must be maintained throughout the contract, including additional contract work, e.g., acceptance of alternates, negotiated procurements, change orders, addendums, use of allowances, etc.

BID/PROPOSAL CONSIDERATIONS  3. The County will reject your bid/proposal if you fail to do one of the following: a. Submit the completed Subcontractor/Subconsultant/Supplier Information Sheet (DBE-02) and the Commitment to Contract with DBE (DBE-14) form(s) detailing your proposed participation plan with your bid/proposal; or b. Submit the completed Certificate of Good Faith Efforts (DBE-01) form with the bid/proposal, along Subcontractor/Subconsultant/Supplier Information Sheet (DBE-02). 4. Your good faith efforts are those that one could reasonably expect to be taken if you were actively and aggressively trying to obtain DBE participation sufficient to meet the goal. Additional guidance is part of the Certificate of Good Faith Efforts (DBE-01) form). 5. If awarded the contract, you will enter into a contractual agreement, directly or through subcontractors, according to the Commitment to Contract with DBE (DBE-14) form(s) submitted with your bid/proposal. Copies of the executed contract(s) or purchase order(s) will be required to be submitted to the County.

6. DBE participation credit, for both DBE and non-DBE primes, is calculated as follows: a. All of the identified scope(s) of work must have a commercially useful function in the actual work of the contract and must be performed directly by the DBE. This means that DBEs must perform the contract work with their own employees, as determined by the County.

b. One hundred percent (100%) for the work performed by a DBE. If a DBE subcontracts a portion of its work to another firm, the value of the subcontracted work will not be counted towards the DBE goals unless the work is performed by another DBE. Material, equipment and supplies provided and installed (put into use) by a DBE also count dollar for dollar to toward the goal.

c. One hundred percent (100%) for products manufactured by a DBE. DBE manufacturers operate or maintain a facility produces goods from raw materials, or substantially alters the materials or supplies, on- site.

d. Sixty percent (60%) for materials or supplies purchased from a certified DBE regular dealer. Regular Dealers own, operate, or maintain stores, warehouses, or other establishments where materials or supplies are kept in stock, and regularly sold to the public in the usual course of business. A regular dealer in bulk items such as steel, cement, gravel, stone, and petroleum products don’t need to keep stock, if it owns or operates distribution equipment. DBE-00 (07/07/14) Previous Editions Obsolete

66 | P a g e    

COMMUNITY BUSINESS DEVELOPMENT PARTNERS

MILWAUKEE COUNTY e. One hundred percent (100%) for the fees or commissions charged for assistance in the procurement of material and supplies. Fees or transportation charges for the delivery of material or supplies by a DBE to a job site also count dollar for dollar toward the goal. The cost of the materials and/or supplies themselves will not be credited towards its DBE goals. Brokers, Trade Agents and Manufacturers’/Independent Sales Representatives arrange or expedite transactions without taking title of the goods being sold and receive a commission or fee for their service.

f.

One hundred percent (100%) for DBE trucking firms. The DBE must be responsible for the management and supervision of the entire trucking operation for which it has contracted. The DBE must also use trucks it owns, insures, and operates using drivers it employs. The DBE may lease trucks from another firm, or an owneroperator, certified as a DBE. The DBE may also lease trucks from a non-DBE firm, or owner-operator, but credit will only be given for the fee or commission and not the trucking itself. Ready mix operations will not receive credit for deliveries made by non-DBE firms.

g. You are required to notify the County if any DBE contractor(s) working on this contract will sublet any portion of their work.

7. Only DBEs certified by the State of Wisconsin Unified Certification Program (UCP) prior to the bid/proposal submission deadline count towards the satisfaction of the goal. If you want to use a DBE certified in another state, that firm must apply for certification with the UCP prior to the submission deadline. You must also include a copy of DBE certification from its home state along with your bid/proposal. For assistance related to certified DBE firms, contact the Certification Compliance Administrator at (414) 278-4747.

8. The County reserves the right to request supporting documentation from both you and any listed DBE. If you fail to respond within the time specified, the County will determine you to be non-responsive and remove you from further consideration for contract award.

FOLLOWING CONTRACT AWARD  9. The County reserves the right to conduct compliance reviews and request, both from you and your subs or suppliers, supporting documentation to verify DBE participation, in addition to the information entered monthly into the County’s online reporting system. The County will notify you if you are not in compliance with contract specifications. If you fail to take corrective action as directed, the County will take one or more of the following actions:

a. Terminate or cancel your contract, in whole or in part; b. Remove you from the list of qualified contractors/consultants, and refuse to accept future bids/proposals from you for a period not to exceed three (3) years;

c. Withhold contract payments, or pay subs and/or suppliers directly, to cover shortfall; and/or d. Bring suit to recover damages up to the amount of the shortfall, including interest at the rate of 12% annually, plus the County’s costs, expenses and actual attorney’s fees incurred in the collection action.

10. You must submit copies of the executed subcontract agreement(s) or purchase order(s) for each sub and/or supplier listed on the contract. Include copies with the first monthly request for payment. REQUESTS FOR PAYMENT WILL NOT BE PROCESSED IF AGREEMENTS ARE NOT SUBMITTED. In addition, you will document that each DBE is notified at least three (3) working days before start of their subcontract work. 11. You are required to notify the County if any DBE contractor(s) working on this contract will sublet any portion of their work. DBE-00 (07/07/14) Previous Editions Obsolete 2

67 | P a g e    

COMMUNITY BUSINESS DEVELOPMENT PARTNERS

MILWAUKEE COUNTY   12. If the DBE(s) cannot perform, if you have a problem in meeting the goal, or any other issue such issues come up, you must immediately contact CBDP at (414) 278-4747. You must submit written notification of your desire for substitution to the DBE affected, and copy the County. This notice must state the reason for the request. The DBE has five (5) business days to provide written objection/acceptance to you. Approval must be obtained from County prior to making any substitutions. DBE contractors are also required to notify and obtain approval from the County prior to subletting work on this project.

13. Requests for Payment: You will enter payments to subs and suppliers directly into the County’s online reporting system on a monthly basis. These entries will cover payments made during the preceding month and will include zero dollar ($0) entries where no payment has occurred. You must also indicate on the AIA Document G703 - Continuation Sheet, or equivalent, work being performed by DBEs. Either a) place the word “DBE” behind the work item or b) break out the work done by DBEs at the end of the report. If you don’t do these things, the County will deny payments, or enforce other sanctions including those listed in Section 9, above.

14. The County has a revolving loan program for DBEs. If you use a DBE that is using these County funds, you must assist the County repayment of these funds. This may include, but is not limited to, providing written information regarding the sub’s contract balance, prior payment (two or three party) agreements, and the issuance of two-party checks payable in the name of Milwaukee County and the DBE indebted to the County under this program.

15. The County reserves the right to waive any of these specifications when it is in our best interest.

DBE-00 (07/07/14) Previous Editions Obsolete

68 | P a g e    

3

COMMUNITY BUSINESS DEVELOPMENT PARTNERS

MILWAUKEE COUNTY CERTIFICATE OF GOOD FAITH EFFORTS

This document should detail what your firm has done to meet this project’s participation goal. Guidance as to what ‘good faith efforts’ are and are not is found on pages 5 & 6 of this document. Failure to use good faith efforts to meet the assigned participation goal will result in the rejection of your bid/proposal. I, _______________________________________________________, do hereby acknowledge that I am the _ of

_________________________________, who has been identified as a

bidder/proposer on the following Milwaukee County Project: Project No.

Total Contract Amount

Project Title

DBE Percentage Goal Pledged

Provide a brief summary of why your firm is unable to meet the participation goal on this project. (Attach additional pages if necessary)

I hereby certify that our firm has used good faith efforts to solicit, negotiate with, and utilize certified firms to meet the participation goal of this contract, as demonstrated by my responses to the following questions: A. Identifying Contractible Work Items You were encouraged to select portions of work to be contracted in a manner that will increase the likelihood of meeting the participation goal. In selecting work to be contracted, you considered, where appropriate, breaking down contracts into economically feasible units to facilitate small business participation. 1. Which portion(s) or section(s) of the project work was/were selected to be contracted to certified firms (or broken down into economically feasible units to facilitate participation)?

DBE-01 (07/07/14) Previous Editions Obsolete

1 of 6

B. Notifying Certified Firms of Contracting Opportunities 2. List the certified firms that received written notification of work items to be subcontracted. In the appropriate space, also indicate when firms received subsequent telephone, or email (with deliver,

69 | P a g e    

read receipts and certified firm’s response) solicitations. Include copies of the written notice(s) sent to certified firms. (Attach additional pages if necessary) Date of Written Notification

Certified Firm Contacted

DBE (Yes/No)

Date of Follow-up Telephone Call/or Email

3. Identify publications in which announcements or notifications were placed and published, if any. Include a copy of each announcement or notification. Published Announcement/Publication (please describe)

Date

4. Identify minority and/or women’s associations or organizations that received written notifications, including dates of notifications. Provide person’s name contacted during, and the date of, the followup call. If no follow-up calls were made, explain why not. Include copies of notice(s) sent. Association/Organization

5.

Date of Notification

Contact Person

Date of Follow-Up Call

Did you contact Milwaukee County’s Community Business Development Partners Department (CBDP) to assist in identifying certified firms for this project? Yes _____

No _____

Contact was made by: _________Telephone ______ Email ______Other Date contacted: _____________________ Person Contacted: ______________________

DBE-01 (07/07/14) Previous Editions Obsolete

2 of 6

C. Providing Certified Firms with Assistance

70 | P a g e    

6. Explain any efforts to provide certified firms with timely, accurate and complete information about the project, scope(s) of work and/or requirements of the project.

7. Describe any other efforts to provide special assistance to certified firms interested in participating in the project.

D. Soliciting Proposal/Quotes from Interested Certified Firms You must solicit quotes in good faith from certified firms. Quotes, proposals and/or bids, from certified firms shall not be rejected without sound justification. 8. List certified firm(s) that submitted quote(s) for the project, and include copies of all quotes received. If any quotes from certified firms were rejected provide an explanation as to why. (Attach additional pages if necessary) Name, Phone & Address of Contact Person at Certified Firm

DBE-01 (07/07/14) Previous Editions Obsolete

Work Quoted / Explanation for Rejecting Quote

3 of 6

9. Please include all other comments you want Milwaukee County to consider. (Attach additional pages if necessary)

71 | P a g e    

NOTE:

The information requested above is the minimum information required.

AFFIDAVIT OF CERTIFICATION The undersigned, being duly sworn, deposes that he/she has examined and carefully prepared this Certificate of Good Faith Efforts and has verified that the information given in this certificate is true and correct to the best of his/her knowledge and belief.

Signed: ___________________________ Authorized Representative

Subscribed and sworn to before me: This _________________day of __________________, 20 _____ ______________________________ Notary Public

.

___

My commission expires ____________, 20 ____.

DBE-01 (07/07/14) Previous Editions Obsolete

4 of 6

GUIDANCE CONCERNING GOOD FAITH EFFORTS 72 | P a g e    

When Milwaukee County assigns a participation goal, you will make good faith efforts to meet this goal prior to submitting a bid or proposal in order to be responsive. You can meet this requirement in one of two ways. First, you can meet or exceed the goal with commitments for participation of certified firms. Second, even if you don’t meet the goal, you can document adequate good faith efforts toward that end. This means that you must show that you took all necessary and reasonable steps to achieve the participation goal. The County will make a fair and reasonable judgment as to whether you made adequate good faith efforts according to the following guidelines. It is important to consider the quality, quantity, and intensity of the different kinds of efforts that were made. These efforts should be those that one could reasonably expect you to take if you were actively and aggressively trying to obtain participation sufficient to meet the participation goal. Going through the motions by making a phone call or two to a firm that you think should qualify is not good faith efforts to meet the project requirements. The County’s determination concerning the sufficiency of your good faith efforts is a judgment call and meeting quantitative formulas is not required. The following is a list of types of actions the County considers as part of your good faith efforts. This isn’t a mandatory checklist, nor is it all-inclusive. Other factors or types of efforts may be relevant in appropriate cases: 1. Solicit, through all reasonable and available means (e.g., attendance at pre-bid meetings, advertising and/or written notices), all certified firms who have the capability to perform work on the project. Get the solicitation(s) out with enough time for them to review and respond. Be sure to record who you sent information to, and how/when they verified their interest in the project.

2. Select portions of the work to be performed by certified firms in order to increase the likelihood that the participation goal will be achieved. This includes, where appropriate, breaking out contract work items into smaller pieces, even when you might otherwise prefer to self-perform the work.

3. Provide certified firms with timely, accurate and complete plans, specifications, and requirements of the project to assist them in bidding/quoting.

4. Negotiate in good faith with certified firms. a. It is your responsibility to make a portion of the work available to certified firms and to select that work based on the available certified firms. Evidence of such negotiation includes the names, addresses, email, and telephone numbers of certified firms that were considered; a description of the information provided regarding the plans and specifications for the work selected for contracting; and evidence as to why agreements could not be reached for certified firms to perform the work.

b. A bidder/proposer using good business judgment would consider a number of factors in negotiating with subcontractors, including certified subcontractors, and would take a firm’s price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding certified firms is not sufficient reason for your failure to meet the participation goal. Also, self- performing work does not relieve you of the responsibility to make good faith efforts. You are not required to accept higher quotes from certified firms if the price difference is excessive or unreasonable.

5. Do not reject certified firms as being unqualified without sound reasons based on a thorough investigation

6.

of their capabilities. Your standing within the industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union status) are not legitimate causes for the rejection or non-solicitation of bids in your efforts to meet the project goal. Effectively use the services of available minority/women community organizations; minority/women contractors’ groups; local, state, and Federal minority/women business assistance offices; and other organizations to provide assistance in the recruitment and placement of certified firms.

In determining whether you have made good faith efforts, the County may take into account the performance of other bidders/proposers in meeting the contract goal. For example, when you fail to meet the contract goal, but others meet it, the County may raise the question of whether, with additional reasonable efforts, you could have met the goal. If you fail to meet the goal, but you meet or exceed the average participation obtained by other bidder/proposers, the County may view this, in conjunction with other factors, as evidence of you having made good faith efforts. DBE-01 (07/07/14) Previous Editions Obsolete

73 | P a g e    

6 of 6

 

FIRM:

___________________________________________________________________

Project No: _______________________

SUBCONTRACTOR/SUBCONSULTANT/SUPPLIER INFORMATION SHEET Milwaukee County requires the following collection of information on all subcontractors, sub-consultants and/or suppliers submitting quotes on Milwaukee County projects. This information is to be submitted with bid/proposal. PROVIDE THE FOLLOWING INFORMATION ON EACH BID/QUOTE

()*

Name

DBE Yes/No

Address

Date Annual Firm Gross Established Receipts (**)

Work or Service to be Performed

(*) Check if this firm’s quote has been used in your bid/proposal. (**) Annual Gross Receipts:

A: Less than $250,000 D: $1 million to $5 million

B: $250,000 to $500,000 E: $5 million to $15 million

C: $500,000 to 1 million F: More than $15 million

Note: Information gathered on the background and financial status of firms is protected from disclosure by Federal Regulation. DBE-02 (07/07/14) Previous Editions Obsolete

74 | P a g e    

COMMUNITY BUSINESS DEVELOPMENT PARTNERS 

MILWAUKEE COUNTY  COMMITMENT TO CONTRACT WITH DBE  (This form is to be completed by the bidder/proposer and the DBE named for submission with bid/proposal)  PROJECT No.: _______________ PROJECT TITLE: TOTAL CONTRACT AMOUNT $

____________________________________

_______________

DBE Goal: _________________________ Scope of Work Detailed Description

Name & Address of DBE(*)

DBE Contract Amount

% of Total Contract

(* Separate commitment form must be completed for each DBE firm)

Bidder/Proposer Commitment (To be completed by firm committing work to DBE) I certify that the DBE firm listed quoted the identified service(s) and cost(s). I further acknowledge our firm having negotiated with, and having received confirmation, on partnering, pricing and delivery from DBE firm listed herein. Our firm (Phone No. ________________ ), or one of our subcontractors, will enter into contract with the DBE firm listed, for the service(s) and amount(s) specified when awarded this contract. A copy of the contract between our firm and that of the named DBE will be submitted directly to CBDP within seven (7) days from receipt of Notice-to-Proceed on this contract. The information on this form is true and accurate to the best of my knowledge. I further understand that falsification, fraudulent statement, or misrepresentation will result in appropriate sanctions under applicable law. ___________________________________________ Signature of Authorized Representative

______________________________________ Name & Title of Authorized Representative

___________________ Date

Subscribed and sworn to before me this __________ day of _______________________ , 20___ State of _______________________. My Commission expires __________________

. Signature of Notary Public

[SEAL] * Only firms certified as DBEs (within qualifying NAICS codes) by the State of Wisconsin UCP prior to bid/proposal opening will be credited on this contract

• • • •

DBE Affirmation (To be completed by DBE Owner/Authorized Representative) I affirm that the State of Wisconsin UCP has certified our company as a DBE, and that our company is currently listed in the State of Wisconsin UCP Directory. I acknowledge and accept this commitment to contract with my firm for the service(s) and dollar amount(s) specified herein, as put forth by ___________________________________________________________ . I understand and accept that this commitment is for service(s) to be rendered in completion of the Milwaukee County project specified herein to be completed with my own forces, unless otherwise approved by CBDP. I affirm that approval from CBDP will be obtained prior to subletting any portion of this work awarded to my firm on this project.

Signature of Authorized DBE Representative

Name & Title of Authorized DBE Representative

Date

FOR CBDP USE ONLY Commitment number _______ of ____ Verified with:

Project Total:

___________________________

(A) ____________

(V) $ ______________

___________________________________

________________

Authorized Signature DBE-14 (07/07/14) Previous Editions Obsolete

COMMUNITY BUSINESS DEVELOPMENT PARTNERS 75 | P a g e    

 

Total % Date

_____

MILWAUKEE COUNTY COMMITMENT TO CONTRACT WITH DBE ADDITIONAL INFORMATION & REQUIREMENTS: 1. The Directory of Certified DBE firms eligible for credit toward the satisfaction of this project’s DBE goal will be found at the following link, and can be searched by Name and/or NAICS code. https://app.mylcm.com/wisdot/Reports/WisDotUCPDirectory.aspx 2. CONTRACT ADJUSTMENTS: The successful Bidder/Proposer will maintain the approved DBE participation level during the term of the contract with the County, including any additional work on the contract, e.g., change orders, addendums, scope changes, etc. Contract adjustments shall include proportional DBE participation. 3. WRITTEN CONTRACTS WITH DBEs: The County requires that the successful Bidder/Proposer enter into contract, directly or through subcontractors, as stated in this form. Agreements must be submitted to the County within 7 days of receipt of the Notice-To-Proceed. By executing this commitment, you are certifying that you have had contact with the named DBE firm and that they will be hired if awarded the contract by the County. VIOLATION OF THE TERMS OF THIS COMMITMENT IS GROUNDS FOR TERMINATION OF YOUR CONTRACT. 4.

SUBSTITUTIONS, DBEs SUBCONTRACTING WORK, TRUCKING FIRMS: The successful Bidder/Proposer must submit written notification of desire for substitution to the DBE affected, and send a copy to the County, stating the reason(s) for the request. The DBE will have five (5) business days to provide written objection/acceptance of the substitution. The “right to correct” must be afforded any DBE objecting to substitution/termination for less than good cause as determined by the County. Approval must be obtained from the County prior to making any substitutions. DBEs are also required to notify and obtain approval from the County prior to seeking to subcontract out work on this project. In the case of DBE trucking firms, credit will be given for trucks leased from other DBE firms; however, if the DBE leases trucks from non-DBE firms, the commission or fee will be counted for DBE crediting.

5. REQUESTS FOR PAYMENT: The successful Bidder/Proposer must indicate on the Continuation Sheet (AIA form G703, or equivalent) the work being performed by DBE by either a) placing the word “DBE” behind the work item or b) breaking out the work done by DBEs at the end of the report. The successful Bidder/Proposer shall notify DBEs of the date on which they must submit their invoices for payment. 6. DBE UTILIZATION REPORTS: The successful Bidder/Proposer will enter payments to subs and suppliers directly into the County’s online reporting system on a monthly basis. These entries will cover payments made during the preceding month and will include zero dollar ($0) entries where no payment has occurred.

If you have any questions on forms or related to Milwaukee County’s DBE Program, please contact

CBDP Compliance Team / [email protected] / 414.278.4747 DBE-14 (07/07/14) Previous Editions Obsolete 

ATTACHMENT U - FEATURE CHECKLIST 76 | P a g e    

        1   2   3   4  

5   6 

7   8   9  

10   11  

12  

13   14  

15   16  

COMMISSARY FEATURES / REQUIREMENTS     

MEETS COUNTY  NEEDS  YES   NO  

Ability to restrict the maximum quantity on  specific items   Ability  to  limit  the  total  number  of  items  an  inmate may receive with each order   Ability  to  restrict  commissary  purchasing  for  medical conditions or for disciplinary reasons   User Defined/Programmable Requirements   (Charges are user defined)   Ability to add additional subjects to the  inmate ordering kiosk without the assistance  of a programmer.   Identify location of inmate and whether there  is an automatic charge (user‐defined)    When an inmate is moved to another facility,  fiscal user to print check to "Inmate Trust  Bank".   The  Contractor  shall  maintain  sufficient  stock  levels in order to limit shortages.    Contractor shall not substitute and should  have an order full rate in excess of 98%.   Any hardware or software used must be  compatible with Accounting System, Kiosks,  and Jail Management System.   Vendor purchases, provides and is responsible  for all inventory items.   Vendor provides sufficient quantity of  employees to receive goods at Facility and  deliver goods to inmates 5 days per week.   Vendor capable of providing and tracking  quantity/items obtained by indigent inmates  to ensure purchases do not exceed maximum  allowances.   Inmate commissary charges not to exceed  user defined limits      Commissary orders edited against inmate  account for sufficient funds.  When there are  not sufficient funds to fill the entire order, the  order will be filled up to the available funds.   (entire order not rejected)       Vendor is responsible for the remittance of all  State Sales Taxes     

77 | P a g e    

  

  

  

  

  

  

   

   

   

   

COMMENTS                   

       

   

   

   

   

       

   

   

   

   

   

       

       

   

   

   

   

       

          

  

   

   

  

  

Vendor provides monthly commission check  payable to Milwaukee County HOC based on  commissionable sales to include backup  sufficient for the County to audit the  commission calculation.   Vendor provides monthly invoice to the HOC  for the purchase of any indigent kits.        

17   18  

  

  

  

  

  

  

    

  

   

GENERAL REQUIREMENTS  

   

   

MEETS COUNTY  NEEDS  YES  

NO  

Ability to freeze the inmate’s account so that  1   the inmate is unable to order commissary.  

  

  

Ability  to  freeze  an  inmate’s  account  so  that  nothing  whatsoever  can  affect  the  inmates  2   account  

  

  

   

 ACCOUNTING SOFTWARE  

   

 

       

Compliance Requirements      

2

Accounting system complies with GAAP, CoA format for accounts, transactions, etc. Ability to identify inmates exceeding cash inflow/outflow thresholds to support compliance with U.S. Bank Secrecy Act (BSA) and Anti-money Laundering (AML) with reporting capability/software downloads. Identify inmates that are listed in the OFAC list of Specially Designated Nationals or Blocked Entities (SDN)

1

Functionality Requirements Windows-based/Drop-down menus. Scalable, e.g., users, accounts, retention. Operate in "real time."

1

78 | P a g e    

COMMENTS         

  

VENDOR  PROVIDES  YES   NO      

   

   

   

COMMENTS      

       

Automate account merges based on matching criteria, inmate booking-in versus existing inmate database, for collection of previous charges and eliminating duplicity of accounts. 2 3

4

5

6 7 8 9 10

11 12 13 14

15

16

17

18 19

Date specific historical reporting Posting of debt charges to inmate accounts either individually or multiple inmates through a batch process Maintain outstanding debt files with automatic collection upon deposits to inmates’ accounts. Reports of collected debt charges by category; reporting of outstanding debt records. Checkbook reconciliation module, ability to rerun reconciliation reports at any time Release and check writing module Ability to merge multiple accounts for the same inmate. Detailed ledger reporting for inmates’ accounts Reports, on demand, of frozen, stale, active and inactive accounts Outstanding checks and deposits reporting Ability to reclaim stale checks Receipt generation for deposits and withdrawals Create accounts, e.g., cash hold, cash, per diem, medical, commissary, etc. capable of creating automatic holds as well as partial payments when balance cannot be fully paid. Permit specific charges to be added to account even when no unrestricted cash available to pay them, e.g., debts. Restrict commissary charges when no unrestricted cash in account. Capable of generating money orders or debit cards upon release/discharge. Accept credit card for balances due. Set parameters for debits and credits of inmate accounts and payable accounts, (debit inmate account and credit the payable account "inmate welfare"). Is system accessible to unlimited concurrent users from Windows 7 based workstations.

79 | P a g e    

20

21

Browser based systems should be browser agnostic or should not require the individual installation of special software patches, the lowering of browser security or manual modification of default browser settings. Browser based systems must run on modern browsers, i.e., IE 10+, Firefox 20+, Chrome 30+ or Safari 7+. Role Based Access Control (RBAC) for users and administrators.

22

23

Ability to freeze an inmate’s account so that nothing whatsoever can affect the inmates account. Ability to freeze the inmate’s account so that the inmate is unable to order commissary.

24 25

The system provides for daily backups.

26

The system allows only secure, encrypted access, i.e., SSL/TLS or similar.

27 28

29 30 31

32

33

34

System conforms to accepted standard accounting methods. System provides an audit log of user transactions. The system provides account reconciliation and account balancing functions/reports. The system allows for check printing from multiple workstations. The system can interface with cash kiosk. Allows for automatic charges for predetermined situations/items. Automatically pay charges by hierarchy when funds available For BSA/AML certification, deposits totaling $1,000 or more per month can be tracked on a monthly basis and reported to the bank. Deposits may be restricted or unrestricted to allow time to clear bank without NSF (hold). Fiscal user has ability to place manual holds and releases, as well as transfers for account corrections on inmate accounts.

80 | P a g e    

35 36 37

38

39 40

Accounting software can interface with the county Budget Reporting and Accounting System. The system can allow for identification and processing of unclaimed funds. 24/7/365 support The system allows for the management of commissary sales and inventory management. Web portal for friends or family of inmates to query inmate account balance. Training provided to County staff, if needed. REPORTING FEATURES

YES

1

2 3

COMMENTS

VENDOR  PROVIDES NO

Ability to create any ad hoc reports that the institution may require. Ability to create reports based on zero balance, indigent status (under $2), uncollectible accounts, credit balances, etc. Notify fiscal user when credit balance or transaction dollar limits are exceeded. Reports available in text, excel, or pdf. Audit trails and histories available for all transactions.

4 COMMISSARY FEATURES, IF ANY

YES 1

Ability to restrict the maximum quantity on specific items

2

Ability to limit the total number of items an inmate may receive with each order

5

Ability to restrict commissary purchasing for medical conditions or for disciplinary reasons User Defined/Programmable Requirements (Charges are user defined) Ability to add additional subjects to the inmate ordering kiosk without the assistance of a programmer.

6

Identify location of inmate and whether there is an automatic charge (userdefined)

3

4

81 | P a g e    

COMMENTS

VENDOR  PROVIDES NO

7 8

When an inmate is moved to another facility, fiscal user to print check to "Inmate Trust Bank". The Contractor can maintain sufficient stock levels in order to limit shortages.

10

Contractor will not substitute and can achieve an order full rate in excess of 98%. Any hardware or software used is compatible with Accounting System, Kiosks, and Jail Management System.

11

Vendor purchases, provides and is responsible for all inventory items.

9

13

Vendor provides sufficient quantity of employees to receive goods at Facility and deliver goods to inmates 5 days per week. Vendor capable of providing and tracking quantity/items obtained by indigent inmates to ensure purchases do not exceed maximum allowances.

14

Inmate commissary charges not to exceed user-defined limits

12

16

Commissary orders edited against inmate account for sufficient funds. Hygiene items must come first. When there are not sufficient funds to fill the entire order, the order will be filled up to the available funds. (entire order not rejected) Vendor is responsible for the remittance of all State Sales Taxes

17

Vendor can provide monthly commission check based on commissionable sales and also can include backup sufficient for audit the commission calculation.

18

Vendor can provide monthly invoice to County for the purchase of any indigent kits.

15

GENERAL REQUIREMENTS

YES

1

Ability to freeze the inmate’s account so that the inmate is unable to order commissary.

2

Ability to freeze an inmate’s account so that nothing whatsoever can affect the inmates account

3

Ability to shut down and restart kiosk through the Trust Accounting Software

82 | P a g e    

COMMENTS

VENDOR  PROVIDES NO

4

Ability to handle multiple cash drawers.

5

Can make updates to the Inmate Trust Accounting that may be beneficial to the County at no charge

6

Ability to interface with the telephone system for inmate purchase of phone time.

7

Release debit cards available for dispensing of inmate funds

8

Interface to credit and debit card providers (pay over the internet)

KIOSKS AND INFRASTRUCTURE, IF ANY

YES

1

Can provide kiosks in each housing unit, and in booking. Also, a few in other areas.

2

Kiosks in the public area and booking are able to receive checks, money orders, coin, currency, and credit cards.

3

Kiosks in the housing units can accept commissary orders , give real time account balance,

4

Housing kiosks have the ability to file grievances, medical requests, view law library materials, and read grievance responses.

5

Ability to implement program when no infrastructure currently exists so needs to be engineered and installed.

6

Vendor can absorb loss for all counterfeit money accepted by Kiosk.

7

Kiosks capable of interfacing with the Jail Management System and inmate accounting system at implementation.

8

Provide equipment required for issuing debit cards to inmates upon their release.

9

Can provide all equipment, cables, etc. required to network all Kiosks at no cost to County.

83 | P a g e    

COMMENTS

VENDOR  PROVIDES NO

10

Ability to change an inmate’s pin number should the inmate’s account be compromised at no charge.

11

Ability to require inmate’s to enter their pin number and one other form of identification in order to access the ordering kiosk

12

Ability to associate kiosk to a specific location so that only inmates within that location may use the kiosk.

13

Ability to add an additional convenience fee to the lobby kiosk to belong to the county/detention center should the county desire to do so.

14

Ability to make deposits through a Booking kiosk when the inmate is processed.

84 | P a g e    

ATTACHMENT V ‐ COST PROPOSAL RESPONSE SHEET  Please list any one‐time costs of Inmate Accounting Software Package and any ongoing or per‐user fees.    One‐time    Ongoing & Per‐User (if applicable)    $    $   

Based on the Product list below, please provide the following commission structure proposed.  Please also  indicate the sale price being recommended for each item listed below the commission schedule. 

$200,000.00   $160,000.00   $120,000.00   $80,000.00   $40,000.00   $1.00  

and up  $199,999.99   $159,999.99   $119,999.99   $79,999.99   $39,999.99  

Commission  Schedule /  Rate                   

             

Commission  Rate with  Kiosks  Installed for  Free                   

             

  Total Estimated Unit Count

Item

For example: Soda

FLAMING HOT CHEETOS  STAMPED ENVELOPE  RAMEN CHILI  JALAPENO CHZ SQZ  MAYO  CHEETOS CH JALAPENO  RAMEN PICANTE BEEF  HONEY BUN  FR VAN CAPPUCCINO  DORITOS NACHO CH  RUFFLES CH & SR CRM  RAMEN CHICKEN  JOLLY RANCHER  PEANUT BUTTER SQUEEZ  CUPCAKES 4.0 OZ  MILD PICANTE SAUCE  85 | P a g e    

Est Qty sold (Q1) For example: 25,000

31,829  27,045  23,018  16,994  17,142  17,059  15,843  12,976  14,043  9,717  11,265  8,981  9,081  9,874  9,340  8,324 

Est Qty sold (Q2) For example: 15,000

57,709  49,146  42,888  30,907  29,809  29,173  28,248  22,170  20,041  18,964  18,306  17,035  16,412  15,917  15,686  15,665 

Wholesale Unit Cost Q1 For example: $.30

Wholesale Unit Cost Q2 For example: $.35

Recommended Sale Price Q1 For example: $. 75

Recommended Sale Price Q2

For example: $.90

JALAPENO SLICES  MEAT STICK  RAMEN BEEF  HOT 'N SPICY STICK  MAXWELL HOUSE 3oz  RICE KRISPIES TREATS  FRITOS CHILI CH  CHEETOS 2.0 OZ  CHEESE SQUEEZER  BLANK LEGAL ENVELOPE  DALAN GREEN SOAP 

8,394  8,667  8,121  7,594  9,104  7,012  6,375  6,664  5,592  4,345  6,789 

15,330  14,614  14,482  13,822  13,001  12,130  11,349  11,198  10,625  10,495  10,176 

DORITOS COOL RANCH  PENCIL  GRAPE JELLY  BBQ PORK RINDS  CHOC CHIP COOKIES  SNICKERS  AA BATTERY  PEPSI 12 OZ  PENCIL TOP ERASER  CHEDDAR & BACON  TUNA IN A BAG  PEANUTS 1.0 OZ  MOUNTAIN DEW  SPICY CHILI  CK CUP  PNUTBTTR CRM COOKIE  CHILI RICE & BEANS  SALTINES 16 OZ  S/F WATERMELON  REESES P/B CUP  S/F FRUIT PUNCH 10 P  ATOMIC FIREBALLS  RAZOR  TORTILLAS  TOOTHBRUSH  LEGAL PAD  DUPLEX CREAM COOKIES  CRUNCH BUDDY BAR  LARGE SIZE KIT KAT  TWIX BAR 1.79 OZ  CHERRY MIX  ORANGE CRUSH 12 OZ  SWEET & SALTY MIX  FRUIT PUNCH MIX  9 X 12 ENVELOPE  SEASONED SALT  STARBURSTS  S/F LEMONADE 10 PK 

5,469  4,148  5,598  5,751  4,407  4,653  4,532  3,674  3,035  3,815  4,201  3,447  3,500  3,900  3,044  3,247  3,003  3,359  3,250  3,116  3,168  2,723  2,404  2,998  2,315  2,290  2,823  2,951  2,657  2,313  1,985  2,488  2,066  1,696  1,945  2,170  2,236 

10,125  9,900  9,898  9,536  7,806  7,641  7,286  6,771  6,603  6,595  6,458  6,158  6,140  6,135  6,048  6,010  5,862  5,314  5,309  5,245  5,210  5,062  4,974  4,856  4,723  4,695  4,653  4,621  4,538  4,214  4,208  4,065  3,917  3,909  3,859  3,752  3,702 

86 | P a g e    

MEAT & CH STICK  MILKYWAY  OATMEAL MAPLE & BS  GROCERY BAG  LEMONADE  GRANOLA BAR  IVORY SOAP 3.1 OZ  LADY SPEED STICK  VANILLA CRM COOKIE  TOOTHBRUSH HOLDER  LEVER SOAP  CLOSE‐UP TOOTHPASTE  CUP  MENNEN SPEEDSTICK  FROSTED STRWBRY TST  S/F WAFER  STARLIGHT MINTS  PLAYING CARDS  REESE'S PIECES  IBUPROFEN(2)  PLASTIC SPOON  TOSTITOS  BABY LOTION  COLGATE TOOTHPASTE  SIERRA MIST 12 OZ  ORANGE MIX  HERSHEY ALMOND LCS  HAIR TIE SINGLE  SOAP BOX  BOWL  CHEEZ ITS  PIZZERIA COMBOS  BABY OIL 4 OZ  PETROLEUM JELLY  BUTTERFINGER COOKIES  M & M PEANUT  COTTON SWABS  SHAMPOO  PLAIN M&M'S  1.69 OZ  VANILLA PUDDING  PEPPERJACK CRACKERS  COCOA BUTTER LOTION  PECAN CHOC. CHIP  MAGIC CREAM SHAVE  REPLACEMENT EARBUDS  SUGARFREE HARD CANDY  PROMO BAG  MENNEN SPD STICK  HOT TOMALES 2.0 OZ  87 | P a g e    

1,988  2,200  2,298  816  1,766  1,900  1,804  1,722  1,502  1,942  1,836  1,804  1,362  1,685  1,530  1,534  1,403  1,540  1,568  1,374  1,486  1,402  1,318  1,380  1,151  1,218  1,408  1,298  1,270  1,082  1,119  1,098  1,088  1,091  1,072  1,046  1,147  1,041  1,082  652  881  713  726  854  893  712  692  700  550 

3,641  3,381  3,361  3,304  3,161  3,140  3,123  3,084  2,960  2,949  2,946  2,914  2,884  2,798  2,737  2,675  2,675  2,630  2,580  2,532  2,496  2,495  2,395  2,327  2,316  2,287  2,259  2,220  2,210  2,175  2,040  1,973  1,866  1,852  1,842  1,834  1,803  1,772  1,713  1,494  1,434  1,316  1,288  1,284  1,235  1,167  1,165  1,139  1,136 

STAMP  DECONGESTANT(2)  TAMPONS SUPER  COFFEE 4.5oz  CONDITIONER 4OZ  LIP BALM  COMB 5 "  HAIR BRUSH  COUGH DROPS  DIET PEPSI 12 OZ  ACETAMINOPHEN  LOTION 4 OZ  ASPRIN  SKETCH PAD  HAIR FOOD  RADIO W/HEADPHONES  SHOWER CAP  SPECIAL OCCASION  BIRTHDAY ENG.  DANDRUFF SHAMPOO 4OZ  COFFEE 10 PACK  MEDICATED LIP BALM  GEL THOOTHPASTE  ANTACID  12 COLORED PENCILS  APPLE CIDER MIX  SHAVING CREAM  FRIENDSHIP CARD ENG.  FLAMIN' HOT VP  COND HAIR DRESSING  HYDROCORTIZONE  NOXZEMA  BLACK AND WHITE SOAP  DICTIONARY  QUEENHELEN STYLE GEL  ANTIFUNGAL CREAM  AAA BATTERY  AFTERSHAVE  HOT BUNDLE PROMO BAG  TAMPONS REGULAR  SULFER 8 CONDITIONER  MUSCLE RUB  DOMINOS  ACNE TREATMENT  SHOWER SHOE MEDIUM  DENTURE CLEANSER (6)  SHOWER SHOE LARGE  ORANGE SANDAL XLARGE  SHOWER SHOE SMALL  88 | P a g e    

443  587  783  648  623  502  633  524  529  601  399  422  349  314  381  280  399  281  264  304  298  249  296  230  180  172  140  93  107  99  110  135  118  78  108  73  67  44  108  60  54  48  45  57  47  57  42  75  41 

1,126  1,117  1,115  1,022  1,021  979  967  952  915  908  905  772  768  694  690  685  635  608  591  566  560  467  449  410  381  288  286  232  228  213  213  210  190  182  180  149  126  113  108  104  96  95  90  83  82  80  80  75  74 

EYE DROPS  PANTY LINERS  CHESS  DENTURE ADHESIVE  ORANGE SANDAL XXL  ORANGE SANDAL LARGE  CHECKERS  FRIENDSHIP CARD SPN.  KORAN  SALINE SOLUTION  FIRST AID CREAM  ORANGE SANDAL MEDIUM  SANITARY NAPKINS‐12  TISSUE PACKET  READING GLASSES  READING GLASSES  ORANGE SANDAL SMALL 

40  52  29  43  49  39  14  14  10  10  13  13  7  10  9  3  3 

71  69  68  55  49  39  31  26  21  21  20  13  12  10  9  3  3 

   

 

Vendors must state here in their Cost proposal that they understand that the HOC may or may not select full  automation of the Commissary with the selected vendor.  For purposes of clarification, this means the  County reserves the right to decide to continue with scan forms for a period of time and/or require the  vendor selected to interface their Commissary services with a kiosk system provided by another vendor  (JPay).  Any changes in costs or commissions related to these requirements will be negotiated with the  finalist.  In other words, we want to know who has the best fully automated systems (including kiosks) for the  County per the specifications set forth in this RFP, but the HOC may not implement the full system  immediately.   

89 | P a g e    

ATTACHMENT W - INDIGENT PRODUCT LIST Please provide your unit costs in the chart below.  The Contractor must provide “indigent” packs at no  markup for delivery or other proposer costs. The HOC will receive no commission on all Indigent packs sold,  and each must include, at a minimum, the following items:    Unit  Item  Cost  Deodorant     Razor     Shampoo 2 oz.     Soap 3 oz.     Toothbrush 3.25"     Toothpaste 1.5 oz.    

   

90 | P a g e    

 

 

ATTACHMENT X - VENDOR COOPERATION & LISTING OF EXCLUDED SERVICES 1. Services. JPay shall provide HOC with trust account payments, release debit cards and media services (the “Services”). a) Trust Account Payments. HOC shall have JPay provide the following payment channels for family and friends to send money to inmate trust accounts (these shall be the exclusive means for family and friends to send money to an inmate’s account) i. ii. iii. iv. v.

Internet/Mobile with a credit/debit card. Telephone/IVR with a credit/debit card. Walk-In Cash Payments at MoneyGram. 2 Lobby Kiosks with cash or a credit/debit card. Lockbox with a money order or approved check.

b) Release Debit Cards. JPay shall provide a release debit card program to HOC whereby HOC can give a prepaid debit card to inmates upon release that contains their remaining trust account balance. The released inmate can use the card for cash withdrawals at ATMs and at merchants for signature and PIN-based purchases. c) Media Services. JPay shall provide approximately 29 kiosks in the living units of HOC facilities for inmates to perform the following: i. Media Players – Inmates may purchase JP4 players or JP5 tablets (when available) from

the kiosk to be used for email, music, eBooks and more. ii. Email – Customers send inmates messages using JPay.com or by downloading the JPay

iPhone or Android smartphone app. Inmates respond from either the kiosk in their dorm or from their player or tablet. The customer can also add photo or VideoGram (30second video clips) attachments to the email. Purchase of postage is required to send or respond to an email. iii. Music – Inmates may purchase and download music. iv. EBooks – Inmates may purchase and download eBooks.

 

The vendor understands that the above services are excluded in the RFP and hereby agrees to cooperate with JPay as necessary to ensure any required coordination of Commissary and Inmate Banking features. Vendor also agrees to interface with the designated inmate telephone vendor’s system. ________________________________ Authorized Company signature

91 | P a g e    

Date