CHARLOTTE COUNTY SHERIFF’S OFFICE 26601 AIRPORT ROAD PUNTA GORDA, FLORIDA 33982 REQUEST FOR PROPOSAL RFP# 15-002 FOR INMATE VIDEO VISITATION SOLUTION Request for Proposal Solicitations 1 Charlotte County Sheriff’s Office Detention Bureau 26601 Airport Road, Punta Gorda, Florida 33982 Phone (941) 833-6318 Fax (941) 833-6310 PROPOSAL NUMBER: To: From: Subject: Reference: Date: RFP # 15-002 All Prospective Proposers Sheriff William Prummell Solicitation Number RFP Correctional Facility Video Visitation Dear Potential Proposer: The Charlotte County Sheriff’s Office, an Equal Employment Opportunity (EEO) employer does hereby announce that is accepting written proposals from all qualified firms or individuals interested in providing the services generally described herein and specified in the “Scope of Services” section of the Request for Proposals (RFP) document. The successful Proposer shall prove by their qualifications, experience, availability, approach and plan for the work that he/she will best serve the overall needs of the Sheriff’s Office. The selection of the successful Proposer shall be at the Sheriff’s discretion and shall be made in a prompt manner after receipt and evaluation of all responses. If you are interested in preparing a response to the RFP, please complete in the manner prescribed with all the requirements set forth in this RFP document. Please note that your response is a binding offer to perform in the manner you describe in the proposal response for a period not to exceed one hundred eighty (180) days from the public opening date and time. Also please be aware that under the competitive proposal process that stipulations set forth herein are fully binding on the Proposer to the extent that you confirm acceptance by your signature on the Acceptance of Conditions page. All Proposers are advised that under Chapter 119 Florida Statutes, all responses are deemed a public record and opened to public scrutiny as provided for in said statute. We welcome your responses to this RFP. The Charlotte County Sheriff’s Office reserves the right to reject any proposal found to be non-responsive, vague, non-conforming or irresponsible. The Charlotte County Sheriff’s Office may withdrawal all or part of this proposal at any time to protect its best interest. The desire of the Charlotte County Sheriff’s Office to pursue proposals shall in no way obligate the Sheriff neither to compensate you for your efforts nor to execute a contract with you. All proposers are asked to be thorough yet concise in their response. Failure to provide your response in manner not prescribed herein may be grounds for disqualification. 2 INSTRUCTIONS TO PROPOSERS Included herein are General Terms and Provisions (Part A); the Special Terms and Conditions (Part B); the Technical Specifications (Part C); the Service Specifications (part D); and the Proposal Response (Part E), which together with all attachments, constitute the entire “Proposal Package.” Said proposal package must be the basis upon which all proposals are offered and the same (the entire proposal package) must be kept together and returned, intact by the time and at the place herein specified. The Proposer must manually sign the General Terms and Provision (Part A) and Proposal Response (part E). The Sworn Statement on Public Entity Crime must be both signed and notarized. When awarded, this proposal package will become part of the “Contract Document.” The Proposers signature on the proposal constitutes Proposers agreement to the terms therein. READ THE ENTIRE PROPOSAL CAREFULLY BEFORE SIGNING. NOTICE TO PROPOSERS WHEN SUBMITTING A SEALED PROPOSAL, ALL PROPOSALS SHOULD BE CLEARLY MARKED AS A PROPOSAL DOCUMENT. THIS IDENTIFICATION SHOULD INCLUDE THE PROPOSAL NUMBER, PROPOSAL TITLE AND DATE DUE ON THE OUTSIDE OF THE ENVELOPE. REQUET FOR PROPOSAL FOR INMATE VIDEO VISITATION CHARLOTTE COUNTY SHERIFF’S OFFICE PROPOSAL NUMBER 3 TABLE OF CONTENTS PART A 1. GENERAL TERMS AND CONDITIONS 2. SCHEDULE OF PROPOSAL PART B SPECIAL TERMS AND CONDITIONS 1. General Requirements 2. Scope 3. Purpose 4. Preparation and Submittal of Proposal 5. Bond of Requirements 6. Evaluation of Proposal 7. Awards Method 8. Contract Terms 9. Exceptions to Proposal 10. Grievance to Proposal 11. Award Without Discussion PART C TECHNICAL SPECIFICATIONS Specifications and Program Requirements PART D SERVICE SPECIFICATIONS Vendor Service and Customer Service Requirements PART 3 PROPOSAL RESPONSE FORMS All required forms to be completed, including pricing forms of various options requested. 4 CHARLOTTE COUNTY SHERIFF’S OFFICE CORRECTIONS BUREAU 22601 Airport Road Punta Gorda, Florida 33982 VENDOR_____________________________________________________________________ (Include your company name and address here) Subject: Request for Proposal # 15-002 Proposal Title: Inmate Video Visitation System CLOSING DATE AND TIME: 5:00 P.M., local time, Friday, February 6th, 2015 PLEASE NOTE: The Charlotte County Sheriff’s Office is located in the Eastern Time Zone PLACE: Charlotte County Jail VIA U/S/ MAIL, COURIER OR HAND DELIVERED Charlotte County Sheriff’s Office Corrections Bureau 26601 Airport Road Punta Gorda, Florida 33982 Proposals will be received until the time and date shown and will be read aloud Immediately thereafter at the “Place” indicated above. Proposers Conference: MANDATORY BIDDERS CONFERENCE 9:00 A.M., local time, Friday, January 16th, 2015 Charlotte County Jail Administrative conference room, 26601 Airport Road, Punta Gorda, Florida 33982 for purposes of scheduling, it is anticipated that the Facility Tour and Bidders Conference may require three hour to complete. (This is an estimated time.) 5 PART A – GENERAL TERMS AND PROVISIONS: 1. Proposals All proposals must be contained in a SEALED package addressed to: Lieutenant Melissa Kilby, 26601 Airport Road, Punta Gorda, Florida 33982. Sealed proposals must be received by add time and date. To prevent inadvertent opening, the proposal package must be marked as a PROPOSAL DOCUMENT (including the proposal number) on the package. If our specifications, when included in our Request for Proposal, are not returned with your proposal, and no specific reference is made to them in your proposal, it will be assumed that all specifications will be met. When material, sketches, cuts, descriptive literature, vendor’s or manufacturer’s specifications which accompany the proposal contain information that can be construed or is intended to be a deviation from our specifications, such deviations must be specifically referenced in your proposal response. 2. Vendor Responsibility The responsibility for getting the proposal to the Sheriff’s Office on or before the stated time and date will be solely and strictly the responsibility of the vendor. The Sheriff will in no way be responsible for delays caused by the United States Postal Service or a delay caused by any other occurrence, or any other method of delivery. The vendor shall be responsible for reading very carefully and understanding completely the requirements in the specifications. Proposals will not be accepted after the time specified for receipt. Such proposals shall be returned to the vendor unopened with the notation “This proposal was received after the time designated for the receipts and opening of proposals.” 3. Postponement of Date for Presentation and Opening of Proposals The Sheriff reserves the right to postpone the date for receipts and opening of proposals and will make a reasonable effort to give at least five (5) calendar days’ notice of any such postponement to each prospective Proposer. 4. On-Line Documents The Charlotte County Sheriff’s is publishing documents on its web page, www.ccso.org for the convenience of vendors wanting to do business with the Sheriff and to save tax dollars. This service is public record and the Sheriff is responsible only for documents as published. Any modification or alterations to the original document language may be cause for rejection of a proposal. 5. Time for Consideration Vendors warrant by virtue of proposing that the process quoted in their proposal will be good for an evaluation period of sixty (60) calendar days from the date of proposal opening unless otherwise stated. Vendors will not be allowed to withdraw or modify their proposals after the opening time and date. 6 The Charlotte County Sheriff’s Office requires that, at the conclusion of the selection process, the contents of all proposals be placed in the public domain and be open to inspection by interested parties. 6. Prices All proposals submitted must show the net proposal price after any and all discounts allowable have been deducted. Price(s) offered are to be F.O.B. Destination. State sales tax and federal excise taxes shall not be included as the Sheriff’s Office is taxexempt for materials sold directly to them. The Sheriff will issue exemption certificates to the successful vendor when requested. The Vendor’s attention is directed to the fact that the tax laws of the State of Florida, including but not limited to Chapter 212. Florida Statute, apply to this proposal matter and that all applicable taxes and fees shall be deemed to have been included in the Vendor’s proposal as part of his material cost, when applicable. 7. Proposal Errors When errors are found in the extension of the proposal process, the unit price will govern. Proposals having erasures or corrections must be initialed in ink by the vendor. 8. Proposal Obligation and Disposition The contents of the proposal and any clarifications thereto submitted by the successful vendor shall become part of the contractual obligation and incorporated by reference into the ensuing contracts. All proposals become the property of the Charlotte County Sheriff’s Office and will not be returned to the vendor. 9. Laws, Statutes and Ordinances The terms and conditions of the Request for Proposal and the resulting contract or activities based upon the Request for Proposal shall be construed in accordance with the laws, statutes and ordinances applicable to Charlotte County. Where State Statutes and Regulations are referenced, they shall apply to this Request for Proposal and to the resulting contract. 10. Information and Descriptive Literature Vendors must furnish all information requested in the proposal. If specified, each vendor must submit cuts, sketches, descriptive literature and / or complete specifications covering the products offered. Reference to literature submitted with previous proposal will not satisfy the provision. Proposals which do not comply with these requirements will be subject to rejection. 11. Proposal Submittal Costs Submittal of a proposal is solely at the cost of the vendor and the Sheriff’s Office in no way is liable or obligates itself for any cost accrued to the vendor in coming up with the submitted proposal. 7 12. Public Entity Crimes Pursuant to Florida Statute 287.132-133 (1) (a), effective July 01, 1989, the Charlotte County Sheriff, as a public entity, may not accept any proposal from, award and contract to, or transact any business in excess of the threshold amount proved in Section 287.017, F. S., for category two (currently $25,000) with any person or affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.132 and 287.133 does note restrict your submission. 13. No Proposal If the receipt of this request for Proposal is not acknowledged, Vendor’s name may be removed from the vendors’ mailing list. 14. Compliance with Occupational Safety and Health Act Vendor Certifies that all material, equipment, etc., contained in their proposal meets all O.S.H.A. requirements. 15. Acceptance and Rejection The Sheriff of Charlotte County, Florida, reserves the right to reject any or all proposals, for cause, to waive irregularities, if any, in any proposal or proposals which in the judgment of the Sheriff is in the best interest of Charlotte County. The Sheriff reserves the right to select the Vendor that will most meet the needs of the Charlotte County Sheriff’s office, and the selection will not necessarily be made solely on the cost as the proposal process utilized is not a competitive bid process. Persons or entities submitting proposals which do not meet the mandatory requirements will be considered in non-compliance and will be disqualified. After evaluation of proposals and approval by the Sheriff’s Office, all vendors will be notified of the selected vendor. 16. Public Record Any and all material submitted in response to this Request for Proposal will become a public document pursuant to Section 119.07, Florida Statute. This includes material which the respondent might consider to be confidential or trade secret. Any claim of confidentiality is waived upon submission, effective after opening pursuant to Section 119.07, Florida Statute. 17. Licenses, Permits, and Taxes Proposer shall be responsible for all costs associated with obtaining all licenses, permits, and taxes required to operate in the State of Florida. Also, Proposer shall comply with all Federal, State, and local codes, laws, ordinances, regulations, and other requirements at no cost to the Sheriff’s Office. 18. Assignment Proposer shall not assign the contract between the Sheriff’s Office and Proposer, in whole or in part, to a third party without the written consent from the Sheriff’s Office. 8 Upon the Sheriff Offices consent, any such purchaser, may assign any and all of the right and responsibilities of the proposer. The Sheriff may assign any and all rights and obligations hereunder without the consent but upon written notice thereof to the other party (1) to an Affiliate; (2) pursuant to any sale or transfer of all or substantially all of its business or assets; (3) to any merger or reorganization; or (4) as part of a bona fide pledge to a third party lending institution of collateral of the assignor’s rights hereunder. The parties acknowledge that proposer is an independent contractor. Nothing in this RFP is intended nor shall be construed to create an agency relationship, an employer / employee relationship or a joint venture relationship among the parties. 19. Default The contract may be cancelled by the Sheriff’s Office in whole or in part by written notice of default to the proposer upon no-performance or violation of the contract terms. An award may be made to the next most compliant and responsible Proposer, or articles specified may be purchased of the open market similar to those terminated. Failure of the Proposer to deliver materials or services within ten (10) days as described in the RFP, unless extended in writing by the Sheriff’s Office, shall constitute contract default. Proposer shall be responsible for any cost difference incurred by the Sheriff’s Office between the awarded contract amount and any new proposer whose services may be used for the remainder of the contract period. 20. Termination The Sheriff, in his sole discretion, and with or without cause therefore, may terminate the contract at any time by giving written notice of such termination and specifying the effective days thereof, at least ninety (90) days before the effective date of such termination. Upon receipt of written notice of contract termination, the parties hereto shall mutually review, within thirty (30) days, all outstanding commitments and other matters relative to the services contemplated in the RFP. 21. Discrepancies Should there be any discrepancy in the responses provided to the RFP and the resulting Agreement, the terms and conditions contained in the Agreement and its Amendment will prevail over the RFP, and the RFP will prevail over the responses to the RFP. 9 22. Specifications are attached. 23. General terms and provisions outlined above are acknowledged. Our proposal is attached. William Prummell, Sheriff Charlotte County, Florida Signature on File By________________________________ Date______________________ Signed_____________________________ Company Officer _____________________________ Company Name NOTE: THIS MUST BE RETURNED WITH YOUR PROPOSAL AFTER COMPLETION OF PARAGRAPH 23. EACH VENDOR PROPOSAL AND ANY CLARIFICATIONS TO THAT PROPOSAL SHALL BE SIGNED BY AN OFFICER OF THE COMPANY OR A DESGINATED AGENT EMPOWERED TO BIND THE FIRM IN CONTRACT. EXCEPTIONS TO THE SPECIFICATIONS, IF ANY, NOTED ON THE SPECIFICATION PAGE OR ON THE EXCEPTION FORM. 10 SCHEDULE OF PROPOSAL PROCESS The following is a schedule of events concerning the proposal process. EVENT DATE RFP distribution / available on CCSO Web Site (www.ccso.org) January 5, 2015 Questions due regarding RFP January 23, 2015 Mandatory attendance of vendor conference and tour of jail facility January 16, 2015 Proposal closing February 6, 2015 Award Notification February 20, 2015 Contract Negotiations Completed Commence Services 11 PART B- SPECIAL TERMS AND CONDITIONS 1. GENERAL REQUIREMENTS The purpose of these specifications is to solicit sealed proposals for the provision and maintenance of an Inmate Video Visitation System for the Charlotte County Office’s Detention Facility. The specifications set forth are for informational purposes and are provided as a general description of the requirement. Proposer shall be responsible to submit proposal(s) based upon their design that will accomplish the intended purpose as set for the herein. All questions about the meaning of intent of the Request for Proposal are to be directed, in writing, to: Lieutenant Melissa Kilby Charlotte County Sheriff’s Office Detention Bureau 26601 Airport Road Punta Gorda, Florida 33982 Telephone: (941)-833-6300 Fax :( 941)-833-6310 E-Mail: [email protected] Interpretations or clarifications considered necessary by the Charlotte County Sheriff’s Office in response to such questions will be issued by addenda mailed or delivered to all parties recorded by the Fiscal Bureau as having received the Request of Proposal. Questions received less than ten (10) days prior to the date of the opening of proposals may not be answered. Oral or other interpretations or clarifications will be without legal effect. A tour of the jail facilities will be schedule following the proposal conference on 9:00 A.M., local time, Friday, January16th, 2015. Proposers will meet at the Jail which is located at 22601 Airport Road, Punta Gorda Florida. The purpose of the conference will be to offer all interested parties an opportunity to discuss the proposal process, conditions of the Request for Proposal and to answer additional questions about the installation, maintenance, and service requirements for the Inmate Video Visitation System. Attendance is mandatory at the conference for any firms wishing to be considered. All questions to be discussed at the conference shall be submitted in writing prior to the Proposers Conference. Unofficial responses to verbal questions will be offered, however, any substantive questions will be addressed officially in written response. Any changes made to the Request for Proposal will be shared with all registered Proposers within five (5) working calendar days following the conference. Any and all changes will be addressed officially in writing. 12 2. SCOPE The Charlotte County Sheriff’s Office currently operate a multi-building jail facility on one (1) location. Remote Visitation includes terminals in the jail facility and the Charlotte County Court House. The Court House operates in one building at a separate location. The scope of these specifications involves providing Inmate Video Visitation services at the Charlotte County Jail and all surrounding buildings at 26601 Airport Road, Punta Gorda, Florida 33982, as well as service to the Charlotte County Court House located at 350 East Marion Avenue Punta Gorda, Florida 33950 3. PURPOSE A. This request for Proposal is to solicit detailed pricing, maintenance and service proposals from those qualified vendors who present an acceptable proposal for comprehensive operation of an Inmate Video Visitation System for the inmates at the Charlotte County Jail. B. To provide a fully responsive contract for the provision and maintenance of an inmate video visitation system between the Charlotte County Sheriff’s Office and a qualified inmate video visitation company. 4. PREPARATION AND SUBMITTAL OF PROPOSAL A. All proposals shall be signed in ink by the authorized principles of the firm. B. All attachments to the Request for Proposals requiring executing by the Proposer are to be returned with the proposal. C. Proposals are to be submitted in a sealed container. The face of the container shall indicate the RFP name, number, time, and date of public opening. D. Proposals must be received by the Charlotte County Sheriff’s Office Bureau of Detention no later than the time and date shown on Part A, Section 1. Request for extensions of this time and date will not be granted. Firms mailing their proposals should allow for normal mail time to ensure receipt of their proposals prior to the time and date fixed for the acceptance of the proposals. Proposals or unsolicited amendments to proposals, received by the Charlotte County Sheriff’s Office after the acceptance date will not be considered. Proposals will be publicly opened at the time and date specified. E. All proposals will be submitted in Four (4) copies on the forms proved in the document and assembled, in page number order, to insure that each proposal is reviewed and evaluated properly. The original copy will be marked as such on the front of the document. If additional pages are required for further description, 8-1/2” x 11” sheets 13 must be used. If a cover letter is provided, it shall be no longer than two (2) pages in length and shall serve as an introduction to and summary of the proposal. DO NOT DEVIATE FROM THIS FORMAT. Proposals should be as concise as possible without omitting any necessary detail. 5. BOND REQUIREMENTS A. PROPOSAL SECURITY Each proposal shall be accompanied be a proposal security made payable to the Charlotte County Sheriff’s Office pledging that the Proposer will enter into a contract with the Sheriff on the terms stated in his/her proposal and will furnish bonds as described hereunder in the section of these specifications covering the faithful performance of the contract and the payment of all obligations arising thereunder. Should the Proposer refuse to enter into such contract or fail to furnish such bonds, when required, the amount of the proposal security be forfeited to the Sheriff as liquidated damages, not as a penalty. The amount of the proposal security shall be $5,000 (five thousand dollars). Security shall be a certified check, cashier’s check, treasurer’s check, bank draft, or proposal bond issued by a surety company licensed to conduct business in the State of Florida. Bonds shall be written on the surety company’s standard form, and the Attorney-In-Fact who executes the bond on behalf of the surety company shall affix to the bond a certified and current copy of his/her Power of Attorney, indicating the monetary limit of such power. The Sheriff will have the right to retain the proposal security of proposer to whom an award is being considered until either the (a) Contract has been executed and bonds have been furnished, or (b) the specified time has elapsed so that proposals may be withdrawn, or (c) all proposals have been rejected B. PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND 1) Bond Requirements: The Sheriff shall, prior to the execution of the Contract, require the successful Proposer to furnish a surety bond of fifty thousand ($50,000) covering the faithful performance of the Contract and the payment of all obligations arising thereunder in such form and amount as listed hereunder. Premiums for Bonds shall be paid by the successful Proposer. The Surety Company shall be licensed to transact surety business in Florida, shall be certified to issue the total amount of the bond on any one risk, and shall be otherwise acceptable to the Charlotte County Sheriff’s Office. 14 2) Time of delivery and form of Bonds: The successful Proposer shall deliver the required bonds to the sheriff no later than the date of execution of the Contract. A “Performance and Payment Bond” shall be in the amount of fifty thousand dollars ($50,000) in behalf of the Sheriff. The bonds shall be written on the Surety Company’s standard form. In the event the successful Proposer files for bankruptcy or reorganization under the bankruptcy laws of the United States, such filing is prima facie evidence of the company’s insolvency and said performance bond is hereby waived in favor of the Sheriff of Charlotte County. The successful Proposer shall require the Attorney-In-Fact who executes the required bonds of behalf of the Surety Company to affix to the bond a certified and current copy of his/her Power of attorney, indicating monetary limit of such power. 6. EVALUATION OF PROPOSALS An Awards Committee will evaluate all proposals and make a recommendation to the Sheriff of Charlotte County based on: A. Areas of evaluation will include but not limited to the following: 1) Evidence that the appropriate licenses, permits, or other documents required to operate in the State of Florida and Charlotte County have been obtained by the Proposer or evidence that such documents can be obtained in sufficient time to commence operations on TBA. 2) Bidder qualifications, time in business, financial stability, experience in the provision and maintenance of inmate video visitation systems with populations in excess of one thousand (1,000) inmates, and the ability to commence operations within the parameters of the request. 3) Vendors ability to comply with all federal and state regulations. B. Proposals which the Committee judges to be deficient in any of the above may be rejected without further evaluation. C. Proposals which the Committee judges to have satisfactorily complied with the above minimum requirements will then be evaluated based on: 1) System Capability: a) The Charlotte County Sheriff’s Office, is requesting proposals to furnish all materials and labor for a completely installed and functioning Inmate Video Visitation System for the Charlotte County Sheriff’s Office Bureau of Detention The system shall 15 include inmate stations and public visiting stations controlled via an Operator Control/Reception Station, with touch screen user interface integrated with an existing Jail Management System. b) The system will consist of cameras, monitors, microphones/handsets, audio-video switching system, enclosures and all electrical, cabling, materials, labor and equipment and services to complete a functioning Video Visitation System. c) Vendor responses should provide identified options and future expansion capabilities. Visitor equipment needs to be removable for future off-site visitation relocation d) This Request for Proposal is intended to obtain the best possible Video Visitation System for the Charlotte County Sheriff’s Office Jail Facility and Courthouse locations and by virtue of any language, terminology or reference to a specific technology, does not intend to limit alternate solutions or methods of achieving a required result, nor is its intent to intentionally or unintentionally create a proprietary situation. 7. METHOD OF AWARD The Charlotte County Sheriff’s Office reserves the right to award this contract to the Proposer submitting the proposal that in the opinion of the Sheriff, best serves the requirements of the Sheriff’s Office. The successful proposal will be determined utilizing both price and evaluation criteria outlined in paragraph six (6) above. Once each member of the Awards Committee have independently read and rated each proposal to determine compliance with technical, service and administrative requirements, a proposal evaluation matrix will be completed. A composite evaluation will then be prepared which indicates the committee’s collective ranking of the highest rated proposals in a descending order. At this point, the Awards committee may conduct interviews with the top ranked firms they have determined are technically and administratively compliant with our requirements. The Sheriff’s Office intends to make a selection announcement no later than thirty (30) calendar days after the closing date for proposals. Upon selection, the Sheriff’s Office will issue a Letter of Intent to the Selected Contractor. Contract negotiations must be completed no later than thirty (30) calendar days or the Sheriff’s Office may elect to cancel the Letter of Intent and award the contract to the next most successful Proposer. 8. TERMS OF CONTRACT A. The initial contract shall cover a forty eight (48) month period. Upon mutual agreement, the contract may be renewed for two (2) additional two-year extensions based upon negotiations of service delivery and costs. Changes in the contractual provision or services to be furnished under the contract may be 16 made only in writing, and must be approved by the Sheriff and the agent of the contractor. Should a decision be made to increase the scope of the contract, the sheriff and the contractor will mutually agree, in writing, to an adjusted contract price. B. Hold Harmless Clause Proposals shall provide for the firm holding harmless the Sheriff’s Office and the representatives thereof from all suits, actions, or claims of any kind brought on account of any injuries or damages sustained by any person or property in consequence of any neglect in safeguarding contract work, or on account of any act or omission by the firm or its employees, or from any claims or amounts arising or uncovered under any law, by-law, ordinance, regulation or decree. C. Insurance – the Awardees shall not commence any work in connection with this contract until Proposer has obtained all the following types of insurance and such insurance has been approved by the Charlotte County sheriff’s Office, nor shall the Awardees allow any sub-contractor to commence work on his/her sub-contract until all similar insurance required of the sub-contractor has been so obtained and approved. All insurance policies shall be with insurers qualified and doing business in the State of Florida. The sheriff must receive a thirty (30) day written notice of non-renewal, cancellation or changes in the policies or coverage outlined in this RFP. Required Insurance The Awardees shall take out and maintain during the life of the contract, Worker’s Compensation Insurance for all of Proposer’s employees connected with the work of this project and, in case any work is sublet, the Awardees shall require the sub-contractor similarly to provide Worker’s Compensation Insurance for all the latter’s employees unless such employees are covered by the protection afforded by the Awardees. Such insurance shall comply fully with the Florida Worker’s Compensation Law. In case any hazardous work under this contact at the site of the project is not protected under the Worker’s Compensation statute, the Awardees shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the Charlotte County Sheriff’s Office, for the protection of Proposer employees not otherwise protected. Worker’s Compensation – vendor shall provide Worker’s Compensation Insurance, on behalf of all employees who are to provide a service under this contract, as required by Florida (LAS), Chapter 440, and Employers Liability with limits of not less than $100,000 per employee per accident. Commercial General Liability – Including but not limited to bodily injury, property damage, contractual, products, completed operations, and personal 17 injury with limits of not less than $300,000 combined single limit covering all work performed under this contract. Automobile Liability - Including bodily injury and property damage including all vehicles owned, leased, hired and non-owned vehicles with limits of not less than $300,000 combined single limit covering all work performed under this contact. Professional Liability – Including limits of not less than $1,000,000 for professional services rendered in accordance with this contract. Proposer shall maintain such insurance for at least two (2) years from the termination date of this contract and during these two (2) years, Proposer shall use its best efforts to ensure that there is no change of the retroactive date of this insurance coverage. If there is a change that reduces or restricts the coverage carried during the contract, Prosper shall notify the Sheriff’s Office in writing within ten (10) days of the change. D. Equal Employment Opportunity – the successful Proposer shall comply with all provision of Federal, State, and local regulations to ensure that no employee or applicant for employment is discriminated against because of race, religion, color, sex, age handicap or national origin. E. Warranty Against Contingent Fees – The successful Proposer will agree to warrant that no person or selling agency has been employed or retained to solicit this contract upon an agreement of understanding for commission, percentage, brokerage or contingency, except bona fide employees or selling agents maintained by the Proposer for the purpose of securing business. F. Subcontracts - The Charlotte County Sheriff’s Office must approve, in advance, all subcontracts entered into by the Proposer for the purpose of completing the provisions of the contract. The Proposer will not sell, assign, transfer, nor convey any of its rights except with the written consent of the Sheriff or his designee. G. Proposer Personnel – The Charlotte County Sheriff’s Office may request replacement of any Proposer personnel believed unable to carry out the responsibilities of the contract and shall approve all appointments to the positions. All Proposer personnel will be subject to a security/background check by the Officer of the Sheriff. H. Proposer Cooperation – The successful Proposer shall, at all times observe and comply with all Federal, State, and local municipal laws, ordinances, rules and regulations in any way affecting the contract. The Proposer shall maintain regular communications with the Commander of Corrections, or his designees, and shall actively cooperate in all matters pertaining to this contract. 18 I. Termination – The Charlotte County Sheriff’s Office may terminate the contract resulting from this Request for Proposal at any time the Proposer fails to carry out its provisions. The Sheriff’s Office shall give the Proposer notice of such termination with stated reasons for the termination. If, after such notice the Proposer fails to cure the conditions within the specified time period contained in the notice, it shall be the discretion of the Sheriff’s Office to order the Proposer to stop work immediately and leave the premises or to reinstate the contract based upon corrective action. Either party may terminate the agreement, without cause, upon giving the other party not less than one hundred twenty (120) calendar day’s written notice of termination. J. Failure to Perform – The service rendered under this contract will be critical to the mandated responsibilities of the Sheriff. Therefore, the Proposer will reimburse the Sheriff for all expenses incurred by the Charlotte County sheriff’s Office in providing services which are the responsibility of the Proposer. Such expenses shall be included in a separated remittance from the monthly commission payment due to the Sheriff. In the event the agreement is terminated prior to its expiration, all finished or unfinished documents, studies, correspondence, reports and other product prepared by or for the contractor under this agreement shall become the exclusive property of the Sheriff’s Office. Notwithstanding the above, the Proposer shall not be relieved of liability to the Sheriff for damage sustained by the Sheriff’s Office by virtue of any breach of the agreement by the Proposer. K. Immunity from Liability – The successful Proposer agrees to indemnify and hold harmless the Sheriff, his agents, servants and employees from any and all claims, actions, lawsuits, judgments or liabilities of any kind whatsoever deriving from acts or omissions of the Proposer, its agents or sub-contractors. The Proposer shall carry professional liability insurance with the limits set forth in their proposal, evidenced by additional insured indorsement adding the Sheriff’s Office and its officers and employees as additional insured. L. Public Information – Neither the Proposer nor the Sheriff shall publish any findings based on data obtained from the operation of a contract agreement without the prior consent of the other party, whose written consent shall not be unreasonably withheld. M. Access to Management Information – The Sheriff shall have the complete and unlimited right to access any and all information maintained by Proposer which may be needed to insure compliance with the contract terms and conditions, and to monitor contractual compliance. The Proposer shall make available all records or data requested. N. Permits and Licenses – All permits and licenses required by Federal, State, local laws, rules, and regulations necessary for the implementation of the work undertaken by the Proposer pursuant to the contract shall be served and paid 19 from by the Proposer. It is the responsibility of the Proposer to have and maintain the appropriate certificate(s) valid for work to be performed and valid for the jurisdiction in which the work is to be performed for all persons working on the job for whom a certificate is required. 9. EXCEPTIONS TO PROPOSAL All proposals must clearly and with specificity detail all deviations to the exact requirements imposed upon the Proposer by (Part A) the General Terms and Provisions, (Part B) the Special Terms and Conditions, (Part C) the Technical Specifications, (Part D) Service Specifications, and (Part E) Response Forms. Such deviations should be stated upon or appended thereto. Proposers are hereby advised that the Office of the Sheriff, Charlotte County will only consider proposals that meet the specifications and other requirements imposed upon them by this package. In instances where an exception is stated upon the Response Forms (Part E), said proposal will be subjected to rejection by the Office of the Sheriff, Charlotte County in recognition of the fact that said proposal does not meet the exact requirements imposed upon Proposer. 10. GREIVANCE TO CONTRACT Any complaint or grievance concerning a question of fact arising out of the RPF process or performance of this contract, not otherwise disposed of by agreement, shall be submitted in writing to the Vendor. If the Vendor is dissatisfied with the remedies provided by the Commander, the Vendor may appeal, in writing to the Sheriff of Charlotte County. The decision of the Sheriff shall be final. 11. AWARD WITHOUT DISCUSSION Vendors are hereby advised, although the RFP permits discussion and/ or negotiations, the Sheriff’s Office expressly reserves the right to make an award without holding any such discussions. Therefore, Vendors are cautioned to construct its proposal as a complete and prepared offer to conduct services. PART C – TECHNICAL SPECIFICATIONS 1. BACKGROUND INFORMATION A) THE CHARLOTTE COUTNY JAIL – The Jail has an authorized capacity of 960 beds and inmates are housed in 16 housing units, Intake, a Work Release Center. A separate public Visitation building is located on the ground of the facility. The current number, type, and location of inmate video visitation monitors are listed below: Housing units C1, C2, D1, D2, E1, E2, F1, F2- Each housing unit has four (4) visitation monitors 20 K1, K2, L1, and L2 Male Juvenile housing Female Juvenile housingInfirmaryWork Release MaleWork Release FemaleIntakeFront lobby72 hour hold H- Pod 237 H- Pod 257 H- Pod 239 H- Pod 256 H- Pod Court House Visitation building Visitation building 1 visitation monitor 1 visitation monitor 1 mobile visitation monitor 4 visitation monitors 4 visitation monitors 2 visitation monitors 2 visitation monitors 3 visitation monitors 1 visitation monitor 1 visitation monitor 2 visitation monitors 2 visitation monitors 3 mobile Visitation monitors 3 laptop visitation monitors 32 public visitation monitors 4 attorney visitation monitors B) Expansion Project- There are plans to expand the facility. The expansion will include an additional one hundred twenty (120) bed infirmary unit. The size and number of areas is not determined at this time, as architectural approval has not been completed at this time. The successful bidder will provide, at no cost to the Sheriff, video visitation monitors that shall allow the inmate population to visit within the unit. 1) CONTINUITY OF SERVICE Continuity of service is a must with this contract. The Charlotte County Sheriff’s Office is currently under contract, and an Inmate Video Visitation system is in place. Should a new contractor be selected as a result of the RFP, a coordination team will be formed for a smooth and orderly transition from the current system to the new system. This team will consist of: A. Three (3) trainers, one (1) network programmer, and one (1) administrative member provided by the successful vendor. B. The current Contractor. C. One (1) onsite software support specialist provided by the Sheriff. Minimal disruption of service is required for new installation. All exterior and interior cable, wire, monitors, DVRs and conduit is owned by the Charlotte County Sheriff’s Office and may be used by the successful contractor. 2) RESPONSIBILITES OF THE SHERIFF 21 If you determine that additional equipment will be required prior to start up, that list shall be included as part of your proposal on the proposal response form, the list and subsequent cost of the equipment must be listed and expensed separately from the base contract price. All system equipment installed within the Charlotte County facilities shall be the property of the successful bidder. 3) PRICE Successful bidder will provide at no cost to the Sheriff, an inmate video visitation system to the inmate population. The system provided shall allow for a ratio of inmates to visitation monitors of not more than 16 to 1. 4) PROPOSER QUALIFICATION Proposals shall be considered only from firms who can clearly demonstrate to the Sheriff’s Office a professional ability to perform the type of work specified within the Request for Proposal. Proposers must be able to demonstrate adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to the Sheriff. In the determination of the evidence of responsibility and ability to perform the contract by the proposer, the Sheriff reserves the right to investigate the financial condition, experience record, personnel, equipment, facilities and organization of the proposer. The Sheriff shall determine whether the evidence of responsibility and ability to perform is satisfactory, and will make awards only when such evidence is deemed satisfactory. The Sheriff reserves the right to reject a proposal when evidence indicates the inability to perform the contract by a proposer. In addition, the following 5) SPECIFICATIONS AND PROGRAM REQUIREMENTS The successful bidder will be expected to meet the following specifications and requirements. This listing is intended to be a guideline and should not be considered as allinclusive. The successful bidder will provide comprehensive services that are legally defensible and which meet all Federal, State, and local laws, statutes, and ordinances governing such service. A. The vendor will provide all video visitation systems to the Charlotte County Court House and Charlotte County Sheriff’s Office facilities at no cost to the County or to the Sheriff’s Office and must include system installation, training, operation, and maintenance of the system and its components. B. The vendor will provide and install tamper-resistant and durable video visitation system units suitable for a correctional environment. C. The vendor will ensure that the video visitation system units do not include removable parts. 22 D. The vendor will ensure the video visitation system consists of hardware and software designed to enable the Sheriff’s Office to initiate, control, record, retrieve, and monitor video visitation sessions. E. The vendor will ensure the video visitation system is capable of integrating with the Sheriff’s Office Jail Management and Commissary system. F. The vendor will ensure integration with any future Sheriff’s Office Jail Management System, Commissary Services, the Court Information System, and the Inmate Telephone System, at no cost to the Sheriff’s Office or to the County. G. The vendor shall provide detailed information and take the lead on complying with the specifications required for each interface. Currently an interface exists with Zuercher Technologies that provides the information needed to meet our current requirements. i. Interfacing shall include, but not be limited to, information such as inmate movements and scheduling conflicts. ii. For example, a scheduling conflict arising from a court appearance would be communicated back to the visitor notifying them of the cancellation and the need to reschedule. H. The vendor will provide mobile visiting units to support incapacitated inmates or inmates in lock down status. I. The vendor will ensure the video visitation system is capable of: (1) Scheduling visits for a particular inmate, station, date, and time. (2) Sending the general public an email notification confirming the scheduled or canceled visit from the vendor’s hosted email address. a. Email will be housed on the vendor’s servers and will be disseminated by the vendor’s circuits. Sheriff’s Office and County circuits will not be used. b. Inmate email may be addressed for future deployment and would require additional equipment/software. 23 (3) Requiring the general public to acknowledge and agree to terms and conditions associated with the Sheriff’s Office visitation policies. (4) Allowing for the general public to access the video visitation system through a web-based software application, to schedule a visit with an inmate on a specific date and time. (5) Allowing for general public to access - Kiosks in the Visitation building to schedule a visit with an inmate on a specific date and time. (6) Providing high-quality, stereo audio and broadcast-quality video while meeting the industry’s quality standards. (7) Provide specific information for tracking inmate and visitor activities by, at a minimum, the following criteria: (8) (a) Inmate ID number; (b) Inmate name; (c) Visitor name; (d) Date and time of visit; (e) Inmate video visitation station; (f) Daily, weekly, and monthly visit statistics; (g) Housing Unit location; and (h) Disciplinary violations preventing visits from occurring. Capturing, storing, and querying of information regarding the visitor to include, at a minimum: (a) First, middle, and last name; (b) Date of birth; (c) Social security number; (d) Gender; 24 (e) Ethnicity; (f) Driver’s license number, an identification card number, or a Passport number; (g) Inmate visited; (h) Relationship to inmate; (i) Date of last visit; (j) Home address (physical address); (k) Email address; and (l) Telephone number. (9) The Sheriff’s Office must be able to shut down the video visitation system at either the visitation building or in the POD itself. Taking an individual video visitation station out of service will not affect other video visitation stations. (10) Visitations will be limited based on Sheriff’s Office policy, limiting the length of a visit, times of the day or week and a maximum number of visits, per inmate, per any given period. (11) Provide a way to display scheduled visits to staff so they know where or when an inmate needs to be available for a pending visit. (12) Include an alert system that will detect visits by a particular inmate or visitor. J. The Vendor will ensure the Hosted Video Visitation Solution meets the following requirements: (1) Camera Hardware shall: (a) Include shatterproof monitors; (b) Include detention-grade integrated handsets. Handsets should be armored cord; (c) Have full-duplex audio; (d) Be powered by 110 volt alternating current; 25 K. The vendor will ensure the Server Hardware shall: (1) Have server/storage with dual NIC cards capable of supporting 10/100/1000 Mbps; (2) Have server/storage hardware rack mounted; (3) Incoming high speed circuits will be provided by the vendor (4) All servers and associated equipment will be located in one of two locations. Either IDF H or the equipment room in the Visitation building. a. A rack of equipment currently located in the second floor warehouse area must be moved to IDF H. Conduit exist for this purpose. L. The vendor will ensure the Hardware to Secure the Equipment shall: (1) Have enclosures that are detention-grade metal with the ability to access the camera and other equipment. a. They must be of steel with no sharp corners. b. Doors and panels must be locked and secured. c. There must be no exposed cables or other hardware that can be used as a weapon, such as exposed hinges; (2) Have openings sealed with material for a secure unit. a. The materials shall be scratch-resistant Lexan or equivalent. The material shall be 1/8” thickness or greater and break resistant; (3) Have access areas equipped with gaskets to prevent liquid spills from entering the enclosures; (4) Be wall-mounted, or mounted on a mobile cart; (5) Allow for replacement in the field without the need to remove the unit and return it to Global Tel Link for repair; (6) Not have openings in the enclosure that would allow access to wiring and ventilation holes by an inmate; 26 M. The vendor will ensure the recording Software shall include: (1) Have the capability of automatically recording audio and video simultaneously. Recordings will automatically commence with the activation of the visitation unit. Designated attorney visitation units will not be recorded; (2) Have recording hardware and software that allows for a specific visitation session to be searched and retrieved, with the exception of privileged or confidential visits consistent with Sheriff’s Office policies; (3) Have a recording system that is capable of concurrently recording the maximum number of possible video visitation sessions. N. The vendor will ensure the Server Software shall: (1) Allow authorized users to search for and select any specific visitation session which will be indexed by inmate, visitor, consistent with CCSO policies; (2) Allow authorized users to stream video visitation sessions of their choice to their desktop for viewing, burn a DVD, and/or create a standard AVI or Mp4 file of the recorded visitation session; (3) Maintain an audit trail to track the identity of CCSO personnel that have viewed, burned or exported a copy of a visit. Audit trails data shall minimally include a. A user ID, b. date/time stamp, c. video session ID, and d. Inmate booking number (4) Have a multi-lingual interface (English and Spanish at a minimum); (5) Allow remote video visitation visitors to access the video visitation system via internet connection, using a computer or laptop; 27 (6) Provide video visitation systems, anti-virus protection and hardware encryption for all visits. O. The vendor shall be required to meet, at a minimum, the following monitoring and recording requirements. The vendor’s video visitation system shall be capable of: (1) Permitting full-monitoring and recording of all video visitation sessions, from any video visitation station, within the facility. The video visitation system shall have the capability to automatically exclude attorney visitation sessions; (2) Allow for authorized personnel or staff to interrupt the visit and communicate directly with the inmate or visitor. The audio shall be heard on the inmate and visitor monitors and shall be included in the recording of the video visitation visit; (3) Comprehensively record all audio and video visitation sessions; (4) Include a file storage server and all, network switching hardware, and digital recording equipment needed to record and facilitate monitoring of all audio/video sessions, with enough storage capacity to maintain all visitation sessions for 365 days; (5) The control workstation shall have the capability to allow administrative functions in connection with the video visitation system, including, but not limited to: (a) Set user ID; (b) Set the user password; (c) Capture the user’s first, middle, and last name; (d) Allow for remotely managing, adjusting, and diagnosing of hardware settings and connections; (e) Allow for live monitoring of all visits simultaneously; (f) Manually terminate sessions; 28 2. (g) Report status of all video visitation stations (whether idle or offline); (h) Configure the type of video visitation station to which an inmate has access such as attorney visit stations. (6) Have the capability to copy the recorded sessions to a DVD or other storage media; (7) Providing remote access by the County Court System or the Sheriff’s Office at no additional cost to the County or to the Sheriff’s Office. The provision of remote access shall allow the Sheriff’s Office or County Court System the same features and functionalities, permitted by the user’s level of access, available in the visitation building; a. Access for Court House personnel will be by secure web site (8) Providing training for system orientation, administration, reporting, and management functions. Installation Requirements a. Providing all labor, equipment, supplies and materials necessary for the completion of the installation at no cost to the Sheriff’s Office or the County. b. Submit all plans to the Sheriff’s Office Detention staff and MIS Division for approval, prior to installation of the system; c. Coordinate in site work and visitation down time with Detention staff; d. Vendor will be responsible for all project management costs; e. Any new or future installation of cable must meet Charlotte County’s Infrastructure Cabling Specifications: f. Installing all new wiring, cabling, conduit pathways and network circuits at no cost to the Sheriff’s Office or to the County to support the provision of the outlined services. g. All penetrations through walls and roofs. Must meet county fire and building codes: 29 3. h. Performing all equipment and system adjustments, test, and measurements as necessary to ensure system functionality. Testing is the sole responsibility and cost of the vendor. i. Logically and permanently mark all components of the system so they are easily identifiable by the Sheriff’s Office and the County. Components may consist of, but not be limited to: switches, connectors, jacks, receptacles, outlets, cables, and cable terminations. j. Provide an uninterrupted power supply source to ensure there is no loss of recorded sessions or real time data in the event of a power failure. k. Maintain all cable related to the video visitation system, whether reused or newly installed. Operations and Maintenance The vendor shall be required to meet, at a minimum, the following general maintenance and support requirements. a. The vendor shall provide all necessary maintenance services. b. Ensuring that the video visitation system scheduling, is web-based and allows for the County and the Sheriff’s Office to administer visitation sessions and visitation operations based on Sheriff’s Office policies. c. All scheduling of offsite video visitation sessions must be performed on the vendor’s website. d. The video visitation system must be assembled from nonproprietary off-the-shelf computer components. e. Ensuring that the video visitation system units do not compromise the Sheriff’s Office or the County’s local area network or security. The video visitation system units are currently on a separate network. The vendor shall ensure, at all times, inmates using the video visitation system will have access only to video visitation and not to the internet or the Sheriff’s Office or County intranets or local area networks. f. Provide all repairs, technical support, disaster recovery, system upgrades and patches, and any additional items relevant to 30 maintaining the video visitation system at no cost to the Sheriff’s Office or the County. g. Provide the necessary labor, parts, materials, and transportation to maintain all proposed on-site video visitation stations in good working order. No charge shall be made to the Sheriff’s Office or to the County for maintenance and repairs of the video visitation system. h. Install additional video visitation stations and related equipment as well as monitoring and recording equipment as needed, at no cost to the Sheriff’s Office or to the County in the case of any expansion or modification of the existing facilities. i. Initiate repairs or replacement by a qualified technician within four (4) hours following notification of a service request or failure of the video visitation system. The Sheriff’s Office shall be notified of progress and or delays in progress until there is resolution of the problem j. Response to major emergencies shall be available 24-hours a day, 7-days a week, 365 days a year throughout the term of the contract. k. Be responsible for the replacement of the video visitation system in its entirety or its individual components, as necessary to maintain operations, regardless of cause including, but not limited to: i. Normal wear/use ii. Inmate abuse iii. Natural disaster iv. Inmate Riot 31 PART D- SERVICE SPECIFICATION A. The Vendor will provide all maintenance and repairs to the system at no cost to the Sheriff. All operational maintenance will be coordinated with the vendor and Sheriff’s Office designated staff. 1) Vendor will provide telephone support 24 hours a day 7 days per week including holidays. 2) Digital call service will be tested for quality on connectivity rates, data unavailability, and automatic disconnect. 3) Weekly system maintenance will be conducted to perform checks and preventive maintenance to ensure operation is at optimum efficiency. Scheduled down time will be coordinated for tune up service. 4) Vendor will complete system upgrades, and maintain a history report of change, testing completion, and acceptance of change for all applications. 5) System will provide the ability to produce audit reports by date/time of all system changes. 6) Replacement parts for failed hardware components must be available within 24 hours. The Sheriff agrees to maintain space for onsite storage. B. The Vendor will develop a mutually agreeable fault hierarchy rating system and corresponding service time interval. 1) An escalation list will be provided notating contact numbers and work order severity levels for service request. 2) The vendor will maintain a log that may be web-based to notate- call for service, date initiated, cause and documented resolution. 3) Service representative will be onsite not later 24 hours after receipt of a call for service to correct any malfunction or loss of service to the system. 4) A maximum of 4 hours will be allotted for telephone response for catastrophic failures. C. Vendor will provide a system administrator / customer technician to maintain system. 1) Administrator will maintain and certify records and files. 2) Coordinate smooth operation of the inmate video visitation system. 32 3) Ensure inspection of all associated equipment weekly. 4) Schedule and monitor maintenance, upgrades, and testing. 5) Evaluate and report on the effectiveness of the system. 6) Recommend enhancements or modifications as necessary. 7) Take corrective action in regard to equipment replacement and repair 8) Conduct training as required for all upgrades, personnel changes, and provide web based training as necessary. 9) Provide training aids for the inmate population for all upgrades and system enhancements that will directly affect the operations of the video visitation system. 10) Supervise the collection, storage and distribution of data as required. The administrator will bring to the attention of Sheriff Staff immediately and software failures, equipment failures, or untimely/ inaccurate data entry. These included legal video visits recorded in error. 11) Testify in court and or deposition on the operation of the system. D. Vendor swill maintain invoicing, billing, validation, collection services, fraud control and carrier service 1) Commission will be on gross billing revenue monthly. This will include detailed settlement reports. 2) Settlement reports and commission payment must arrive on an agreed upon timeframe each month. 3) Assessed penalties will be required for failure to meet deadlines. 4) Commission, pre-paid funds, and refund processes will be invoiced separately. 33 PART E – PROPOSAL RESPONSE FORMS The undersigned understands that this Proposal must be signed in ink and that any unsigned Proposal will be considered incomplete and subject to rejection be the Charlotte County Sheriff’s Office. SUBJECT TO DEVIATIONS STATED BELOW, THE UNDERSIGNED, BY THE SIGNATURE EVIDENCED, REPRESENTS THAT THE PROPOSER ACCEPTS THE TERMS, CONDITIONS, MANDATES, AND OTHER PROVISIONS OF THE FOREGOING (PART a) GENERAL TERNS AND PROVISION (PART B) THE SPECIAL TERMS AND CONDITIONS (PART C) THE TECHNICAL SPECIFICATIONS (PART D) THE SERVICE SPECIFICATIONS AND (PART E) FORMS FOR CORRECTIONAL FACILITY INMATE PHONE SYSTEM, SAID DOCUMENTS BEING THE STRICT BASIS UPON WHICH THE SAID PROPOSER MAKES THIS PROPOSAL. ***USE INK ONLY*** ALL THE FOLLOWING INFORMATION MUST BE HEREUPON GIVEN FOR THIS PROPOSAL TO BE CONSIDERED BY THE CHARLOTTE COUNTY SHERIFF’S OFFICE EXCEPTIONS TO PROPOSAL: NOTES – ANY REPRESENTATION (BELOW) OR EXCEPTION(S) MAY CUASE THIS PROPOSAL TO BE REJECTED BY TE CHARLOTTE COUNTY SHERIFF’S OFFICE. The following representation every deviation (itemized by number) to the foregoing Proposal to wit: PROPOSAL FOR CORRECTIONS FACILITY VIDEO VISITATION SYSTEM PROPOSAL # 34 LETTER OF INTENT The undersigned acknowledges the General Terms and Provisions of the Proposal and intends to respond to the Proposal for the Charlotte County Sheriff’s Office. We understand that any changes, clarification and addenda to the Proposal will be promptly communicated to the individual authorized below to receive this information. Name ____________________________________________________________ Company name ____________________________________________________________ Address ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ Telephone # ____________________________________________________________ Fax # ____________________________________________________________ Email ____________________________________________________________ Number of persons attending the Bidders conference ________________ NOTE: THIS FORM SHOULD BE RETURNED IF YOU PLAN ON ATTENDING THE PROPOSAL CONFERENCE. THIS FORM MAY BE SENT BY FAX TO 941-833-6310 35 Vendor Company Information *** IMPORTANT NOTE TO BIDDERS*** PLEASE USE EACH OF THE ABOVE DESIGNATED FORMS FOR EACH OPTION RELATING TO EACH CONTRACT YEAR PROJECTION LIST ADDITIONAL EQUIPMENT REQUIRED PRIOR TO START UP: NOTE Price this list our and deep it separated from the base contract annual price 1. Include here an overview of your company indicating the background of your general management and staff. Provide insight as to how you propose to begin your service to our facilities. We would expect to see reference to prior experience in this field along with documentation of staffing and personnel turnover (use back of page, or additional sheet(s) if necessary). 36 2. List Staffing Plan be Position and Shift. Include the hourly wage allocated for each position listed in the staffing plan. Specify hours per shift (use back of page, or additional sheet(s) if necessary). ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 3. We require a copy of your audited financial statement from you most recent completed fiscal year. Indicate by what state(s) you are licensed (use back or page, or addition sheet(s) if necessary). ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 37 4. Indicate if you have any lawsuits pending and the nature of same. Describe all claims against you which have been adjudicated in favor of the plaintiff or have been otherwise settled in the past five (5) years. Describe all pending claims (use back of page, or additional sheet(s) if necessary). ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 38 Commission Statement NOTARY REQUIRED VENDOR NAME _______________________________________ The undersigned has carefully examined the proposal package and all conditions affecting the cost of the services required by the Charlotte County Sheriff’s Office. The undersigned also understand that any exception presented after the award may be cause for cancellation of award. We hereby propose to furnish the services describe herein accordance with the proposal except as noted in the Exceptions Addendum. COMMISSION RATE TO PROPOSER________________________% SIGNATURE OF VENDOR REPRESENTATIVE ____________________________________ PRINTED NAME AND TITLE OF VENDOR REPRESENTATIVE__________________________________________ DATE______________________ 39 REFERENCE Provide business reference on this form. Reference shall be facilities of comparable size currently or previously under contract where same or similar service have been provided. 1. Firm Name _________________________________________ Contact _________________________________________ Title _________________________________________ Mailing Address _________________________________________ Phone _________________________________________ Fax _________________________________________ 2. Firm Name _________________________________________ Contact _________________________________________ Title _________________________________________ Mailing Address _________________________________________ Phone _________________________________________ Fax _________________________________________ 3. Firm Name _________________________________________ Contact _________________________________________ Title _________________________________________ Mailing Address _________________________________________ Phone _________________________________________ Fax _________________________________________ 40 DECLARATION: CORRECTIONAL FACILITY INMATE VIDEO VISITATION SYSTEM # VENDOT: ______________________________________________ ( ) Individual ( ) Partnership ( ) Corporation Federal taxpayer identification: _____________________________ Fax Number: _____________________________ Contact Person: ______________________________ Company has been in business under its present name since: _______ At this present time we understand all requirements and state that as a serious proposer we will comply with all the stipulations included in the proposal package. The above named Proposer affirms and declares: 1. That the Proposer is of lawful age and that no other person, firm or corporation has any interest in this proposal or in the contract proposed to be entered into. 2. That this proposal is made without any understanding, agreement, or connection with any other person, firm or corporation making a proposal for the same purpose, and is in all respect fair and without collusion or fraud. 3. That the Proposer is not in arrears to Charlotte County or the Sheriff upon debt or contract and is not a defaulter, as surety or otherwise, upon any obligation to the Sheriff; 4. That no officer or employee or person shoes salary is payable in whole or in part from the County Treasury is, shall be or become interested, directly or indirectly, surety or otherwise in this proposal; in the performance of the contract; in the supplies, materials, equipment, and work or labor to which they relate; or in any portion of the profits thereof. The undersigned also agrees that this proposal shall remain open for an evaluation period of sixty (60) calendar days following the opening of proposal. Respectfully submitted, By_______________________________________ (PLEASE PRINT) Title______________________________________ Date______________________________________ Signature__________________________________ 41 STATEMENT OF NO PROPOSAL NOTE: If you do not intend to respond to this requirement, please return this form immediately to: CHARLOTTE COUNTY SHERIFF’S OFFICE DETENTION BUREAU 26601 AIRPORT ROAD PUNTA GORDA, FLORIDA 33982 We, the undersigned, have declined to respond to your Proposal # for Inmate Video Visitation System for the following reasons: _____ Specifications geared toward one brand or manufacture only (explain below) _____ Insufficient time to respond to the invitation for proposal _____ Company does not offer this service _____ Our work schedule would not permit us to perform _____ Unable to meet Bond Requirements _____ Specifications unclear (explain below) _____ Remove our company from your vendor list _____ Other (specify below) ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 42 We understand that if the “no proposal “ letter is not executed and returned, our name may be deleted from the list of qualified vendors for the Charlotte County Sheriff’s Office PLEASE PRINT: COMPANY NAME___________________________________________ COMPANY OFFICER_________________________________________ TELEPHONE NUMBER_______________________________________ DATE______________________________________________________ SIGNATURE________________________________________________ 43
© Copyright 2026 Paperzz