attention all bidders

advertisement

JEFFERSON COUNTY COMMISSION

PURCHASING DIVISION

ROOM 830 COURTHOUSE

BIRMINGHAM, ALABAMA 35203-0009

OFFICE: (205)325-5381/FAX: (205)325-5221

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

TO:

REQUEST FOR PROPOSAL NO.:

SEALED PROPOSAL FOR:

Prospective Offerors

171-10

(Full document can be viewed and downloaded at http://paca.jccal.org

)

MONITORING JEFFERSON COUNTY WORKFORCE DEVELOPMENT

PROGRAMS

REQUEST FOR PROPOSALS WILL

BE RECEIVED BY:

Deborah Scales, Principal Buyer

Room 830, 716 Richard Arrington Blvd North

Birmingham, AL 35203

***IMPORTANT SOLICITATION DATES***

PROPOSAL DUE DATE:

AUGUST 18, 2010 by 5:00 PM

(Central Standard Time)

PROPOSAL OPENING DATE:

AUGUST 19, 2010 at 2:00 PM

(Central Standard Time)

Return responses to this Request for Proposal in a sealed envelope marked:

“RFP #171-10 FOR MONITORING JEFFERSON COUNTY WORKFORCE DEVELOPMENT PROGRAMS”

REQUEST FOR PROPOSAL OPENING WILL BE HELD AT:

Jefferson County Courthouse

Purchasing Department, Room 830

716 Richard Arrington Jr. Blvd North

Birmingham, Alabama 35203-0009

NOTIFICATION OF INTENT:

All recipients of this solicitation notice must indicate intent to submit a proposal. Those vendors submitting a Notification of Intent will be sent a complete copy of any related addendum, answers to inquiries, etc. pertaining to this RFP.

Notification of intent must be faxed to (205) 325-5221 or e-mailed to Deborah Scales at scalesd@jccal.org

no later than

JULY 28, 2010 . Full document can be viewed and downloaded at http://paca.jccal.org

TELEPHONE INQUIRIES – NOT ACCEPTED:

Telephone inquiries with questions regarding clarification of any and all specifications of the RFP will not be accepted. All questions must be written and faxed to (205)325-5221or e-mailed to Deborah Scales at scalesd@jccal.org

no later than the end of business, JULY 29, 2010, 5:00 p.m. CST

Submissions may be withdrawn, modified, and resubmitted prior to the formal proposal opening due date. Any submission modification(s) submitted after the “Proposal Opening Due Date” will not be considered.

The County reserves the right to accept or reject any or all proposals, or any part of any proposal, and to waive any informalities or irregularities in the proposal.

All costs incurred by the company to respond to this solicitation may be wholly the responsibility of the Offeror. All copies and contents of the proposal, attachments, and explanations thereto submitted in response to this RFP, except copyrighted material, shall become the property of the Jefferson County Commission regardless of the Consultant selected.

Response to this solicitation does not constitute an agreement between the Offeror and the County.

The County is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the County, or any other means of delivery employed by the Offeror. Similarly, the County is not responsible for, and will not open, any proposal responses which are received later than the date and time indicated above. Late proposal responses will be retained in the RFP file, unopened.

Released by:

_____________________________________________________________

REQUEST FOR PROPOSAL

# 171-10

“MONITORING JEFFERSON COUNTY WORKFORCE

DEVELOPMENT PROGRAMS”

Deborah Scales, Principal Buyer

Room 830*716 Richard Arrington Jr. Blvd North

Birmingham, Alabama 35203

Phone: (205) 325-5381

Email: scalesd@jccal.org

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL

Sealed Proposals, one (1) original and three (3) copies, marked “MONITORING JEFFERSON COUNTY

WORKFORCE DEVELOPMENT PROGRAMS” will be received by the Principal Buyer, Room 830 * 716 Richard

Arrington Jr. Blvd North, Birmingham, Alabama.

Proposals will be accepted until 5:00 P.M

. Central Time (standard or daylight savings time, as applicable) on AUGUST 18,

2010. Proposals submitted after this date may not be considered.

Proposals will be opened at 2:00 P.M. on AUGUST 19, 2010.

Proposals may be withdrawn, modified, and resubmitted prior to the formal proposal due date. Modifications submitted in any other manner will not be considered.

All costs incurred by the company in the preparation of this response, or costs incurred in any other manner in responding to this proposal may be wholly the responsibility of the company. All responses, materials, supporting materials, correspondence and documents submitted by the company in response to this Proposal become the property of Jefferson

County and will not be returned to the company.

The County is not responsible for delays occasioned by the U. S. Postal Service, the internal mail delivery system of the County, or any other means of delivery employed by the Offeror. Similarly, the County is not responsible for, and will not open, any proposal responses, which are received later than the date and time, indicated above. Late proposals will be retained in the RFP file, unopened.

TERM OF CONTRACT

Any contract resulting from this RFP will become effective upon bid award or within 30 days of award notification, approval of the County Commission and purchase order is issued. Contract will expire on OCTOBER 1, 2011. However, the contract may be extended, at the County’s option, for a period of up to two (2) additional years, not to exceed a total of three

(3) years.

INQUIRIES

Questions about this RFP should be directed in writing, via e-mail to Deborah Scales at the address shown below, no later than the end of business JULY 29, 2010 . Correspondence with individuals other than those listed herein will not be allowed:

Deborah Scales, Principal Buyer

E-Mail: scalesd@jccal.org

INTERPRETATIONS AND ADDENDA

No interpretation or modification made to any respondent as to the meaning of the RFP shall be binding on the Jefferson

County Commission unless submitted in writing and distributed as an addendum by the Jefferson County Purchasing

Department. Interpretations and/or clarifications shall be requested in writing and directed to Deborah Scales,

Jefferson County Purchasing Division, 830 Courthouse, 716 Richard Arrington Jr. Blvd. North, Birmingham, AL

35203, (Fax 205 325-5221) or (e-mail: scalesd@jccal.org

) Verbal information obtained otherwise will not be considered in awarding of contract. All addenda shall become part of the RFP.

3

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

NOTIFICATION OF INTENT

All recipients of this solicitation notice must indicate intent to submit a proposal. Those vendors submitting a Notification of

Intent will be sent a complete copy of any related addendum, answers to inquiries, etc. pertaining to this RFP. Notification of intent must be faxed to (205) 325-5221 or e-mailed to Deborah Scales at scalesd@jccal.org

no later than JULY 28, 2010 .

Full document can be viewed and downloaded at http://paca.jccal.org

BID ACCEPTANCE/REJECTION

The Jefferson County Commission expressively reserves the right to reject any and all proposals, or parts of proposals, and to make the award or awards as the best interest of the county appears. If, in the opinion of the County, multiple awards are warranted to ensure sufficient personnel is available when needed, there will be a primary and secondary award for this proposal.

SCOPE OF WORK

The Jefferson County Work Investment Act monitor shall be responsible for conducting the monitoring of all contractors.

The monitor shall review a sample of participant files to determine eligibility. Files shall contain evidence of pertinent client activity records; program activities and services to participants including review of classroom training. OJT, work experience, supportive services information will be included as well. If necessary, the monitor will interview participants, staff, instructors and employers. The monitor will review actual actual-versus-planned activities to assess progress toward goals and objectives. The review will include the identification of problems (existing or emerging) and initiate corrective actions as appropriate. Reviews of compliance with established accounting and internal control; fiscal and procurement policies and procedures; and examine claims for reimbursements and verify against financial records; in compliance with 29

CFR 97.20(a) –(c).

PURPOSE AND OBJECTIVE

To provide fiscal and program monitoring for 22-25 sub recipients and providers of JEFFERSON COUNTY WORKFORCE

DEVELOPMENT for program year 2009-2010.

AWARDEE MUST PERFORM THE FOLLOWING TASKS:

PROGRAM MONITORING

Program monitoring ensures that contracted services are carried out. It also addresses ‘eligibility' of participants, counseling, orientation, preparation for training and placement, and delivery of all services specified in the contract.

PERFORMANCE MONITORING

Performance monitoring ensures the contractor is providing said services and said services are provided in conformance with standards specified in the contract and WIA regulations incorporated in the contract.

COMPLIANCE MONITORING

Compliance monitoring ensures the contractor is carrying out the stated terms and conditions of the contract that are administrative.

4

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

FISCAL MONITORING

Fiscal monitoring ensures the contractor has financial systems in place required by contract terms. It also ensures the contractor’s financial performance is commensurate with program performance.

MONITORING REPORT

Each on-site monitoring visit will be documented by a written report. Monitoring reports are official records of JCWIA staff reviews of contractor's program at a certain point identified in the period of performance. It constitutes the basis for future assessment. Monitor's findings are available for federal, state and public inspection. Monitoring reports will be prepared on all on-site visits and when combined with the desk review report, will provide the background of the program, follow-up on previous findings, current findings, (positive or negative), and recommendations (if any) for corrective action with timeline for implementation. Any regular or special review and any technical assistance provided to the contractor are also included in the report. Contractor shall provide the county with one (1) original hard copy and one (1) disk in 2003 Microsoft word or excel format.

The monitoring report is issued as promptly as possible to make the information available for timely consideration and action by the management of both the JCWIA and program operators. If there are significant findings, a copy shall be distributed to the contractor identifying definitive corrective actions that may be taken. Contractor will provide the county with copies of all work papers.

RELEASE OF MONITORING REPORT

The original copy of the completed monitoring report and copies of wok papers shall be filed in the contract folder and shall be available for review by federal and state officials.

RETENTION OF MONITORING REPORT

The original copy of the completed monitoring report and copies of work papers and other records related to the monitoring activities must be retained for three years from the date of submission of the final expenditure reports regarding the funding sources being monitored. Should any litigation, claim, audit or other action involving the records starts before the expiration of the three year period, the records must be retained until completion and resolution of all such actions or until the end of the three-year period, whichever is later.

CORRECTIVE ACTION

Through desk and on-site reviews, the JCWIA monitor makes recommendations in the monitoring report for corrective action on identified problem areas.

5

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

REVIEWER

The review will include the identification of problems (existing or emerging) and initiate corrective actions as appropriate.

Performance outcomes reviewed will include: Entered Employment Rate, Employment Retention Rate, Earnings Change in six months, Credential Rate, Literacy/Numeracy Rate as indicated, and for Younger Youth, Skill Attainment Rate, and

Diploma or Equivalent Attainment Rate; and for all participants, Customer Satisfaction. Reviews of administrative and management policies and procedures will be conducted to determine compliance with EEO and nondiscrimination reporting requirements and if grievance procedures exist and complaints are resolved in accordance with established procedures.

Reviews of compliance with established accounting and internal control; fiscal and procurement policies and procedures; and examine claims for reimbursements and verify against financial records; and other supporting documentation will be conducted by the appropriate JCWIA fiscal staff or contracted agency.

FREQUENCY

Compliance monitoring will be conducted a minimum of once each program year. Performance monitoring will be conducted a minimum of once each program year through desk review and on-site visits. The quality' of this data analyses depends on the capabilities of the contractor's management information system to generate timely and accurate reports.

TECHNICAL ASSISTANCE

Technical Assistance is formal or informal training provided to contractors independently as a result of an identified need revealed through a monitoring review.

PROBLEM SOLVING/ CORRECTION

A major element of monitoring is problem correction and/or problem solving. Technical assistance may be offered to strengthen Contractor's performance as well as prevent weaknesses from becoming problem areas which require correction. This may be as simple as identifying a lack of procedure or an actual procedure which, if continued, will produce deficiencies.

PROBLEM IDENTIFICATION/ ANALYSIS

Problem areas and other deficient conditions will be analyzed and discussed so that difficulties encountered by contractors can be presented with a balanced perspective in the monitoring report. Difficulties/problems are essentially deviations from a usual or desired condition. The JCWIA monitor will explain to the contractor what constitutes an acceptable condition.

CORRECTIVE ACTION PLAN

The type and extent of the problem encountered may require action at more than one level.

TECHNICAL ASSISTANCE OR ADDITIONAL INFORMATION:

Will be provided when deficient condition is caused by inadequate information or training.

CORRECTIVE ACTION PLAN:

The contractor must implement the recommended corrective action in accordance with the adopted plan and within the timeframe indicated by the monitor in his /her monitoring report. The implementation will be closely followed-up by the monitor (1) to determine the overall efficiency and effectiveness of the approach, and (2) to measure progress toward

6

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED) resolving the problem. The contractor is required to respond in writing to the monitor's recommendations to acknowledge that the corrective action plan is being implemented.

DIRECTIVE:

If the problem has resulted from an incorrect practice, discontinuation of the practice and substituting a correct procedure will alleviate or resolve the problem.

POLICY CHANGE:

Some procedures may not be workable in a particular circumstance. The monitor will submit appropriate recommendation for procedure change to allow performance to be acceptable.

As the final step in the monitoring process, the monitor will follow-up on corrective action recommendations as well as on the results of any technical assistance. The monitor may also extend the target date for completion of the corrective action if the contractor's request for extension is reasonable and has provided justification for such action.

Follow-Up Methodology

If a corrective action is crucial to the operation of the program or is required immediately to resolve a problem involving questioned costs, a follow-up visit for the purpose of ensuring that the correction action has been implemented may be necessary. In other situations corrective actions may be followed-up during the course of the next regular monitoring visit (this may be specified in the monitor’s report or follow-up letter).

Correction actions may be verified through a desk review. Data documentation may be submitted by the contractor in response to a monitoring report.

Follow-up to verify eligibility and services, in addition to a review of participant records conducted by the monitor in the course of the on-site monitoring visit, the JCWIA staff will review data entry information for affected participants in the State’s data entry system (AlaWorks).

In the case of incomplete participant files reviewed during site visits, the monitor may allow the submission of photocopies of missing data for purposes of data validation. The

Contractor's cooperation will be required to obtain the evidence.

In the event of any inconsistencies, Contractor’s will be contacted regarding such inconsistencies and will be informed of the appropriate corrective action (including a specific period of time to address the situation or implement the correction action).

SELECTION CRITERIA

All submissions will be independently reviewed by the Jefferson County Economic Development and the Jefferson County

Commission Purchasing Department. Award criteria will be based on an evaluation of the individual or firm’s 1)

Experience 2) Capacity 3) Program Approach, 4) Time Frame for Performance/Report turn-a round time and 5)

Price. The determination of services to be provided from this solicitation will become effective upon award (or within 30 days of award notification and approval of the County Commission).

7

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

SELECTION CRITERIA (cont’d)

Failure of any Offeror to receive or examine any form, instrument, addendum or other document shall in no way relieve any

Offeror from any obligation with respect to their proposal or to any contract resulting from this proposal. The submission of a proposal shall be taken as conclusive evidence of compliance with this condition. Failure to meet this condition may result in rejection of any offering on this proposal.

SUBMISSION INSTRUCTIONS

All costs incurred by the company to respond to this solicitation will be wholly the responsibility of the Offeror. All copies and contents of any proposal, attachment, and explanation thereto submitted in response to this RFP, except copyrighted material, shall become the property of the Jefferson County Commission regardless of the Vendor selected. Any materials submitted in response to this solicitation shall not be returned.

Submittals should include one (1) original hard copy (“marked original”) and (3) copies on compact disc, arranged in the following format;

A.

Introduction : provide a brief letter of introduction on the firm’s letterhead identifying the proposal contents

B.

Experience : provide a profile of experiences including resume that the individual has performed work on similar projects in accordance with the scope of services

C.

Firm Capability : Resume(s) of staff that will be assigned to perform this service and the key function(s) they will perform; ( Failure to include this information may be deemed as nonresponsive)

D.

Program Approach : Offeror must describe in detail in their proposal how they will fulfill the requirements as described in the scope of services in this RFP

E.

Timeframe for Perfomance : provide a turn-a-round time for completing your report

F.

References : provide contact information for five (5) references for the most recent projects your company has been awarded similar to the scope of services to be provided

G.

Required Forms (price structure, non-collusion affidavit, and signature page). The forms may not be altered or substituted. Offerors that do not use the forms within this RFP may be deemed as nonresponsive. However, Offerors may include additional data to provide explanation as needed.

H.

Price : (Fee Schedule including hourly rates for each individual to be assigned to the project.)

I.

Contract : Offerors may provide a contract to provide proposed services for consideration by Jefferson

County Commission.

AWARD OF SERVICES

The award of services, will be made to the most qualified, responsive, and responsible Offeror as determined in accordance with the evaluation criteria, policies and procedures solely identified by Jefferson County. The determination of services to be provided by selected Offeror shall be at the sole discretion of Jefferson County.

OFFEROR QUALIFICATIONS

1.

Offeror must be financially stable (vendor may be requested to submit evidence of financial position).

2.

Offeror must have all necessary business licenses as required by State and County.

INVOICING

All invoices must agree with the purchase order in description and price and include the following information: 1) Purchase

Order Number; 2) Ship-to Department name and address. Title Commitment updates will be invoiced with the same original number plus the addition of a letter for use by the Finance Department. “A” for first update, “B” for second update, etc.

In order to ensure prompt payment, ALL ORIGINAL INVOICES* MUST BE SENT TO:

8

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

INVOICING(cont’d)

Keith A. Strother, Economic Development Manager

Jefferson County Workforce Development

Jefferson County Commission

3420 3rd Avenue South

Birmingham, Alabama 35222

*If invoice does not agree with purchase order, credits or a corrected invoice will be required in order for the County to process payment. Invoices that do not reference an authorized Purchase Order will be returned to the vendor .

THIRD-PARTY “REMIT-TO”

If Offeror has a third-party “remit-to” company, that information must appear on the Offeror’s response. Jefferson County will send payment to the company designated by Offeror on its response, but will not be responsible for resolving payment issues, should the Offeror change payment processing companies after a payment has been mailed or without forty-five (45) days written notification to the Purchasing and Accounting division of Jefferson County.

CANCELLATION

Failure to deliver as specified and in accordance with the RFP submitted, including promised delivery will constitute sufficient grounds for cancellation of the order at the option of the County Commission.

SOLE CONTRACTOR/IMPLEMENTER

The Jefferson County Commission intends to award the contract to a sole contractor. The successful Offeror shall assume total responsibility for all Deliverables whether a sub-contractor or third-party produces them in whole or in part. Further, the County will consider the successful Offeror to be the sole point of contact with regard to contractual matters, including payment of all charges resulting from the Contract. The successful Offeror will be fully responsible for any default by a subcontractor, just as if the successful Offeror will be solely responsible for the success of the entire Project.

GOVERNING LAW/DISPUTE RESOLUTION

The parties agree that the contract is made and entered into in Jefferson County, Alabama, and that all services, materials and equipment to be rendered pursuant to said contract agreement are to be delivered in Jefferson County, Alabama. The interpretation and enforcement of this Agreement will be governed by laws of the State of Alabama. The parties agree that jurisdiction and venue over all disputes arising under this Agreement shall be the circuit Court of Jefferson County Alabama,

Birmingham Division.

TERMINATION OF CONTRACT

This contract may be terminated by the County with a thirty (30) day written notice to the other party regardless of reason.

Any violation of this agreement shall constitute a breach and default of this agreement. Upon such breach, the County shall have the right to immediately terminate the contract and withhold further payments. Such termination shall not relieve the contractor of any liability to the County for damages sustained by virtue of a breach by the contractor.

GUARANTEE

Offeror certifies by bidding, that he is fully aware of the conditions of service and purpose for which item(s) included in this bid are to be purchased, and that his offering will meet these requirements of service and purpose to the satisfaction of the

Jefferson County Commission and its agent.

OTHER BENEFITS AND COMPENSATION

There are no other benefits or compensation except as listed in Method of Payment below.

9

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

PRICES

Shall include all billable charges related to the successful performance of this contract.

METHOD OF PAYMENT

Offeror will be paid monthly after submission and approval of an itemized invoice showing date of service, name of resident, staff member, etc. and legal or consultation service provided.

TAX

Jefferson County is exempt from all tax. Successful offeror is responsible for all Federal, State, and Local taxes that are due as a result of this transaction. These taxes are not deducted from monthly payment.

INDEPENDENT CONTRACTOR

The Offeror acknowledges and understands that the performance of this contract is an independent contracting individual and/or agency and, as such, the Offeror is obligated for all applicable taxes and neither the County nor the using department will be obligated for same under this contract.

WORKMEN’S COMPENSATION

FICA taxes, Occupational Taxes, all applicable Federal, State and Local taxes:

The Offeror acknowledges and understands that the performance of this contract is an independent contracting individual and/or agency and, as such, the Offeror is obligated for all applicable taxes and neither the County nor the using department will be obligated for same under this contract.

NON-DISCRIMINATION POLICY

The Jefferson County Commission is strongly committed to equal opportunity in solicitation of RFP’s. The County encourages Offerors and proposers to share this commitment. Each Offeror submitting a proposal agrees not to refuse to hire, discharge, promote, demote, or to otherwise discriminate against any person otherwise qualified solely because of race, creed, sex, national origin or disability.

NEGOTIATIONS

Jefferson County reserves the right to enter into contract negotiations with the selected Offeror. If the County and the selected Offeror cannot negotiate a successful contract, the County may terminate negotiations and begin negotiation with the next selected Offeror. This process will continue until a contract has been executed or all proposals have been rejected. No

Offeror shall have any rights against the County arising from such negotiations.

BREACH AND DEFAULT

Any violation of this Agreement shall constitute a breach and default of this agreement shall be cause for termination. Upon such termination Offeror shall immediately refund to the County all amounts paid by the County pursuant to this Agreement.

10

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

INSURANCE

The successful Offeror will maintain such insurance as will protect him and the County from claim under Workmen's

Compensation Acts, and from claims for damage and/or personal injury, including death, which may arise from operations under this contract. Insurance will be written by companies authorized to do business in Jefferson County, Alabama and shall include Jefferson County, Alabama as Added Additional Insured By Endorsement including a thirty (30) day(s) written cancellation notice . Evidence of insurance will be furnished to the Purchasing agent not later than seven (7) day(s) after Purchase Order/contract date. Successful Offeror is also required to include the RFP number on the evidence of insurance.

Comprehensive Form including Premises/Operation, Products/Completed Operations, Contractual, Independent contractors, Broad Form property damage and personal injury.

Automobile Liability:

$1,000,000 - Bodily injury and property damage combined coverage

Any automobile including hired and non-owned vehicles

Workers Compensation and Employers Liability:

$100,000 - Limit each occurrence

Umbrella Coverage:

$1,000,000 - Each occurrence

$1,000,000 - Aggregate

Added Additional Insured By Endorsement:

Jefferson County, Alabama

30 day(s) written cancellation notice

Under Description of Operations/Locations/Vehicles/Exclusions Added by Endorsement/Special

Provisions enter the BID/RFP Number, Project Number or Purchase Order Number Covered by

The Certificate of Insurance

ENTIRE CONTRACT

This RFP and any resulting contract sets forth the entire agreement between the Parties with respect to the subject matter thereof and shall govern the respective duties and obligations of the Parties.

MODIFICATION OF CONTRACT

This contract may be modified only by a written amendment executed by all Parties hereto. All change orders, where required, shall be executed in conformance with the policies and procedures of the Jefferson County Commission.

STATEMENT OF CONFIDENTIALITY

Offeror agrees that any information accessed or gained in performance of those duties will be maintained in absolute confidence and will not be released, discussed, or made known to any party or parties for any reason whatsoever, except as required in the conduct of duties required, or where disclosure is required by law or mandated by a court of law.

PROTECTION DAMAGE

Offeror will be responsible for any damage to property of the County or others caused by him/her, any employee or subcontractor, and will replace and make good such damage. The Offeror will maintain adequate protection to prevent damage to his/her property and the property of others, and will take all necessary precautions for his/her safety and the safety of others. The Offeror will comply with all safety laws and regulations in effect in the locality.

11

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

CONFLICT OF INTEREST

The Offeror declares that, as of the date of this contract, neither the County nor any County Commissioner nor any Director nor any other Jefferson County Government official is directly or indirectly interested in this contract or any contract with the

Offeror for which compensation will be sought during the period of time this contract is being performed, and, furthermore, the Offeror pledges that he/it will notify the Purchasing Manager in writing should it come to his/its knowledge that any

County official becomes directly or indirectly interested in the contract or any contract the Offeror for which compensation will be sought during the aforesaid period. In addition, the Offeror declares that, as of the date of this contract, neither he/it nor any of his/its officers or employees have given or donated or promised to give or donate, either directly or indirectly, to any official or employee of the Jefferson County Commission, or to anyone else for the County’s benefit, any sum of money or other thing of value for aid or assistance in obtaining this contract with the County under which compensation will be sought during the period of time this contract is being performed and furthermore, that neither the Offeror nor any of his/its officers or employees will give or donate or promise to give or donate, directly or indirectly, to any official or employee o f the Jefferson County Commission, or to anyone else for the County’s benefit, any sum of money or other thing of value, for aid or assistance in obtaining any amendment to this contract with the Offeror for which compensation will be claimed during the period of time this contract is being performed

COUNTY FUNDS PAID

Successful offeror must certify by the execution of Purchase Order Agreement that no part of the funds paid by the County pursuant to this agreement nor any part of the services, products or any item or thing of value whatsoever purchased or acquired with said funds shall be paid to, used by or used in any way whatsoever for the personal benefit of any member or employee of any government whatsoever or family member of any of them, including federal, state, county and municipal and any agency or subsidiary of any such government; and further certify that neither the Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest has in any way colluded, conspired, connived, with any member of the governing body or employee of the governing body of the County or any other public official or public employee, in any manner whatsoever, to secure or obtain this Agreement and further certify that, except as expressly set out in the scope of work or services of this Agreement, no promise or commitment of any nature whatsoever of any thing of value whatsoever has been made or communicated to any such governing body member or employee or official as inducement or consideration for this Agreement.

Any violation of this certification shall constitute a breach and default of this Agreement which shall be cause for termination. Upon such termination, Offeror shall immediately refund to the County all amounts paid by the County pursuant to this Agreement.

12

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

HOLD HARMLESS AND INDEMNIFICATION

Contracting party agrees to indemnify, hold harmless and defend Jefferson County, Alabama, its elected officers and employees (hereinafter referred to in this paragraph collectively as “County”), from and against any and all loss expense or damage, including court cost and attorney’s fees, for liability claimed against or imposed upon County because of bodily injury, death or property damage, real or personal, including loss of use thereof arising out of or as a consequence of the breach of any duty or obligations of the contracting party included in this agreement, negligent acts, errors or omissions, including engineering and/or professional error, fault, mistake or negligence of Contractor, its employees, agents, representatives, or subcontractors, their employees, agents or representatives in connections with or incident to the performance of this agreement, or arising out of Worker’s Compensation claims, Unemployment Compensation claims, or

Unemployment Disability compensation claims of employees of company and/or its subcontractors or claims under similar such laws or obligations. Company obligation under this Section shall not extend to any liability caused by the sole negligence of the County, or its employees. Before beginning work, contract party shall file with the County a certificate from his insurer showing the amounts of insurance carried and the risk covered thereby. Liability insurance coverage must be no less than $1,000,000. During performance the company must effect and maintain insurance from a company licensed to do business in the State of Alabama. Coverage required includes 1) Comprehensive General Liability; 2) Comprehensive

Automobile Liability; 3) Worker’s Compensation and Employer’s Liability.

GENERAL

The Jefferson County Commission expressively reserves the right to reject any and all RFP’s, or parts of RFP’s, and to make the award or awards as the best interest of the county appears.

_____________________________

Deborah Scales

Principal Buyer

13

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

JEFFERSON COUNTY, ALABAMA

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION FORM

Contractor/Vendor Name: __________________________________________________

______________________________________________________________ Address:

_______________________________________________________________

The Contractor acknowledges receipt of Jefferson County’s Equal Employment Opportunity Contractor Compliance

Administrative Order and certifies that it is an equal opportunity employer and agrees to the requirements of the Policy and the

Equal Employment Opportunity Clause therein. It further certifies that it will require all subcontractors to execute an Equal

Employment Opportunity statement and certification of compliance in accordance with Jefferson County Administrative Order 08-4 as follows:

1.

The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, disability or veteran status pursuant to the provisions of Title VII of the Civil Rights Act of 1964, 42 U.S.C.

§§

1981, 1983, 1986 and all amendments thereto relative to discriminatory employment practices. The Contractor will ensure that qualified applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, age, disability or veteran status. Such action shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

2.

In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract may not be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further County contracts.

3.

4.

The Contractor will include the provisions of paragraph (1) in every subcontract or purchase order.

The Contractor shall certify to the County its compliance with this policy prior to receipt of any contract or business with the County.

The Contractor will furnish to the County, upon request, reports, notices, policies and/or information certifying compliance with this policy.

In the event of the Contractor’s non-compliance with the equal employment opportunity clause of this contract, this contract may not be awarded or may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further County contracts.

________________________

Date

___________________________________

Signature

___________________________________

Title

14

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

REQUEST FOR PROPOSAL (CONTINUED)

Non-Collusion Affidavit

I, ___________________________________________________, an authorized agent/representative of

________________________________attest that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Proposal is genuine and not collusive or sham; that the Offeror has not directly or indirectly induced or solicited any other Offeror to put in a false or sham RFP, and has not directly or indirectly colluded, conspired, connived or agreed with any Offeror or anyone else to put in a sham RFP, or than anyone shall refrain from proposing; that the Offeror has not in any manner, directly or indirectly sought by agreement, communication or conference with anyone to fix the RFP of the Offeror or any other Offeror, to fix any overhead profit, or cost element of the RFP price or of that of any Offeror, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the RFP are true; and further, that the Offeror has not, directly or indirectly submitted his/her

RFP price or any breakdown thereof or the contents thereof, of divulged information or data relative thereto, or paid, and will not pay any fee to any corporation, partnership, company, association, organization, RFP depository, or to any member or agent thereof, to effectuate a collusive or sham RFP.

I, the undersigned, hereby certify that I have read and understand this Non- Collusion Affidavit and guarantee complete compliance with all the terms, conditions and stipulations.

Subscribed and Sworn to

Before me this ________ day of ___________ 20____.

BY: ___________________________________

Authorized Signature of Offeror Date

_____________________________________

Print or Type Name of Offeror

___________________________________

Notary Public of

My Commission expires

15

JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203

(205) 325-5381

PRINCIPAL BUYER: DEBORAH SCALES JULY 21, 2010

RFP NO: 171-10

SIGNATURE PAGE

The Jefferson County Commission, or its Agent, shall have the right to waive any informality or irregularity.

Under certain limited conditions, the Purchasing Department may apply a local preference option in determining the low proposal for purchases of personal property.

All provisions of this Proposal are accepted by offeror as part of any contract or purchase resulting therefrom.

Please specify terms of payment below; otherwise, the terms will be Net 30.

Date: _______Company Name: ______________________________ Web Address:_____________

Terms: _______Address:_______________________________________City:__________________

County: _______________State: _____ Zip: ____________ Phone: (_____)____________________

If Jefferson County Business Licenses were issued to your company for the past twelve (12) months, please list numbers: _____________________________________________.

Vendor's Federal I.D. Number: ____________________________

I certify that ___________________________ has ___ has not ___ been in operation for one

(Company Name) (Check one) year at location(s) zoned for the type of business conducted by my company at the address stated above.

______________________________

(Authorized Signature)

______________________________

(Print Name)

______________________________

(E-Mail Address)

Toll Free Phone: _____________________________Fax Number:____________________________

Return original proposal in sealed envelope. Authorized signature of offeror must be in ink.

Proposals received in our office after the specified date and hour will not be considered.

INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE:

1. BID AWARD NOTICE ADDRESS

2. PURCHASE ORDER ADDRESS

3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT THAN ABOVE)

16

Download