75
RFP PS-17-2654 UNIVERSITY OF WISCONSIN SYSTEM REQUEST FOR PROPOSAL (RFP) PS-17-2654 Title and Total Compensation Study DATE OF ISSUE: August 31, 2016 Issued By University of Wisconsin System Administration Office of Procurement PROPOSAL DUE DATE: September 29, 2016 2:00 PM (CST) There will be no public opening 1

 · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

UNIVERSITY OF WISCONSIN SYSTEM

REQUEST FOR PROPOSAL (RFP) PS-17-2654

Title and Total Compensation Study

DATE OF ISSUE:

August 31, 2016

Issued ByUniversity of Wisconsin System Administration

Office of Procurement

PROPOSAL DUE DATE: September 29, 2016 2:00 PM (CST)

There will be no public opening

Late Proposals will not be accepted and will be rejected!

1

Page 2:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

State of WisconsinDOA-3261 (R08/2003)s.16.75, Wis. StatutesPROPOSALS MUST BE SEALED AND ADDRESSED TO:

Remove from proposer list for this commodity/service. (Return this page only.)

AGENCY ADDRESS:

Paul D. Schlough University of Wisconsin System AdministrationOffice of Procurement780 Regent Street, Suite 105Madison, WI 53715

Proposal envelope must be sealed and plainly marked in lower corner with due date and Request for Proposal #PS-17-2654. Late proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals dated and time stamped in another office will be rejected. Receipt of a proposal by the mail system does not constitute receipt of a proposal by the purchasing office. Any proposal which is inadvertently opened as a result of not being properly and clearly marked is subject to rejection. Proposals must be submitted separately, i.e., not included with sample packages or other proposals. Proposal openings are public unless otherwise specified. Records will be available for public inspection after issuance of the notice of intent to award or the award of the contract. Proposer should contact person named below for an appointment to view the proposal record. Proposals shall be firm for acceptance for sixty (60) days from date of proposal opening, unless otherwise noted. The attached terms and conditions apply to any subsequent award. REQUEST FOR PROPOSAL

THIS IS NOT AN ORDER Proposals MUST be in this office no later than

September 29, 2016 2PM CSTPublic Opening

PROPOSER (Name and Address)

     No Public Opening

Name (Contact for further information)

Paul D. SchloughPhone

608-265-0557

DateAugust 31, 2016

Quote Price and Delivery FOB

N/ADescription

REQUEST FOR PROPOSAL (RFP): Title and Total Compensation Study for the University of Wisconsin SystemPayment Terms:       Delivery Time:      

We claim minority bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder must be certified by the Wisconsin Department of Commerce. If you have questions concerning the certification process, contact the Wisconsin Department of Commerce, 5th Floor, 201 W. Washington Ave., Madison, Wisconsin 53702, (608) 267-9550.

We are a work center certified under Wis. Stats. s. 16.752 employing persons with severe disabilities. Questions concerning the certification process should be addressed to the Work Center Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605.

Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials covered in our bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United States.

Yes No Unknown

In signing this proposal we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a proposal; that this proposal has been independently arrived at without collusion with any other proposer, competitor or potential competitor; that this proposal has not been knowingly disclosed prior to the opening of proposals to any other proposer or competitor; that the above statement is accurate under penalty of perjury.

We will comply with all terms, conditions and specifications required by the state in this Request for Proposal and all terms of our proposal.

Name of Authorized Company Representative (Type or Print) Title

     Phone (       )      

Fax (       )      

Signature of Above Date

     Federal Employer Identification No.

     

Social Security No. if Sole Proprietor (Voluntary)

     This form can be made available in accessible formats upon request to qualified individuals with disabilities.

2

Page 3:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Tabl

e of Contents

Section A......................................................................................................................................................................7

1 General Information.......................................................................................................................................7

1.1 Introduction and Background.....................................................................................................................7

1.2 Scope of Work..........................................................................................................................................11

1.3 Definitions................................................................................................................................................14

1.4 Calendar of Events/Time Table.................................................................................................................14

1.5 Fixed Offer Period.....................................................................................................................................15

1.6 Procuring and Contracting Agency............................................................................................................15

1.7 Clarification and / or Revisions to the Specifications and Requirements..................................................15

1.8 Reasonable Accommodation....................................................................................................................16

1.9 Contract Term...........................................................................................................................................16

1.10 Vendor Net Registration.......................................................................................................................16

2 Preparing and Submitting Proposal...............................................................................................................16

2.1 General Instructions.................................................................................................................................16

2.2 Proposer Tele-Conference Meeting..........................................................................................................17

2.3 Incurred Costs...........................................................................................................................................17

2.4 Submitting the Proposal...........................................................................................................................17

2.5 Proposal Organization, Format and List of Requirements........................................................................18

2.6 Cover Sheet (DOA-3261)...........................................................................................................................18

2.7 Multiple Proposals....................................................................................................................................18

2.8 Proposed Contract for Title and Total Compensation Study Services.......................................................18

2.9 Confidential and Proprietary Information.................................................................................................18

2.10 Certification of Independent Price Determination...............................................................................19

3 Required Qualifications.................................................................................................................................19

3

Page 4:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

3.1 Name and Address....................................................................................................................................20

3.2 Service Project History and Financial Requirement..................................................................................20

3.3 Description of Claims or Law Suits............................................................................................................20

3.4 Written Agreement to Terms....................................................................................................................20

3.5 Personnel Background and Social Security Checks...................................................................................20

3.6 Company Information...............................................................................................................................20

3.7 Business Qualifications.............................................................................................................................21

3.8 Affidavit....................................................................................................................................................21

3.9 Glossary of Terms.....................................................................................................................................21

3.10 Review Criteria – Scoring Matrix..........................................................................................................21

3.11 Cost Proposal (Scored by UWSA – Procurement Office).......................................................................22

3.12 Required Title and Total Compensation Study Technical Response (Scored by Evaluation Committee) (700 Total Points)...............................................................................................................................................23

4 Title and Total Compensation Study: Technical Business Requirements and Objectives.............................26

4.1 Title and Total Compensation Study Technical Objectives........................................................................26

4.2 Title and Total Compensation Study Services Responsibilities of Contractor and University....................26

4.3 Title and Total Compensation Study Services Technical Requirements....................................................27

4.4 Statement of Work Technical Requirements............................................................................................29

4.5 Invoicing Technical Requirements............................................................................................................30

4.6 Payment Terms.........................................................................................................................................30

5 Proposal Selection and Award......................................................................................................................30

5.1 Preliminary Evaluation and Review of Required Qualifications................................................................30

5.2 Evaluation Committee Responsibilities.....................................................................................................31

5.3 Right to Reject, Waive and Negotiate Proposal........................................................................................31

5.4 Oral Presentation......................................................................................................................................31

5.5 Award / Best and Final Offer.....................................................................................................................31

5.6 Notification of Intent to Award Contract..................................................................................................31

4

Page 5:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

5.7 Dispute Process........................................................................................................................................32

Section B....................................................................................................................................................................32

1 Parties to the Contract..................................................................................................................................32

2 Applicable Law..............................................................................................................................................32

3 Excused Performance....................................................................................................................................32

4 Disclosure......................................................................................................................................................33

5 Incorporation of Documents.........................................................................................................................33

6 News Releases..............................................................................................................................................33

7 Contact with Employees of the State............................................................................................................33

8 Insurance Requirements...............................................................................................................................33

9 Certificate of Insurance Requirements..........................................................................................................34

10 Commercial General Liability........................................................................................................................34

11 Notice Required Before Cancellation............................................................................................................34

12 Evidence of New Insurance...........................................................................................................................35

13 Right to Cancel Contract...............................................................................................................................35

13.1 Cancellation by University....................................................................................................................35

13.2 Written Notice......................................................................................................................................35

13.3 Cancellation by Contractor...................................................................................................................35

13.4 Termination by Either Party.................................................................................................................35

14 Contractor Agrees to Indemnify and Hold Harmless.....................................................................................35

15 Nondiscrimination and Affirmative Action....................................................................................................36

16 Contractor to Provide Required Services......................................................................................................36

17 Service Exclusivity.........................................................................................................................................36

18 Permits, Licenses and Taxes..........................................................................................................................36

19 Service Performance Expectation.................................................................................................................37

20 Business Review...........................................................................................................................................37

21 Additions to the Contract..............................................................................................................................37

5

Page 6:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

22 Sub-Contracts................................................................................................................................................37

Section C....................................................................................................................................................................38

1 Cost Proposal Form (Scored up to 300 points by UWSA)..............................................................................38

1.1 Cost Proposal: Title and Compensation Study (Phases 1, 2, 3, 4, 5 and 6)...............................................38

1.2 Addenda Acknowledgement.....................................................................................................................39

2 Standard Terms and Conditions....................................................................................................................39

Section D....................................................................................................................................................................43

1 Appendix No. 1..............................................................................................................................................43

2 Attachments..................................................................................................................................................44

2.1 Attachment No. 1 - Vendor Information – DOA 3477...............................................................................44

2.2 Attachment No. 2 – Vendor Client Reference - DOA 3478........................................................................45

2.3 Attachment No. 3 – Bank Reference.........................................................................................................46

2.4 Attachment No. 4 – Terms and Conditions...............................................................................................47

2.5 Attachment No. 5 - Proposer Information................................................................................................47

2.6 Attachment No. 6 – Designation of Confidential and Proprietary Information DOA 3027........................48

2.7 Attachment No. 7 - Affidavit.....................................................................................................................49

2.8 Attachment No. 8 – University of Wisconsin Statistics.............................................................................50

2.9 Attachment No. 9 - Bid Submittal Checklist..............................................................................................51

6

Page 7:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Section A

1 General Information

1.1 Introduction and Background

The University of Wisconsin System (UWS) is seeking consulting services for a comprehensive review and redesign of the current job title/classification and compensation/benefits system for the University of Wisconsin System. A study of this kind has not been conducted in at least thirty years.

As of July 1, 2015 the Wisconsin legislature granted UW System and UW-Madison the authority to implement human resources program structures separate from state government. This new legislative authority enabled UW-Madison to create a human resources framework called HR Design, while the other UW institutions created a separate human resources framework called UPS (University Personnel System). Before July 1, 2015, many of the job title and compensation policies/practices were governed by state laws and regulations and the result of collective bargaining agreements.

The purpose of this document is to provide interested parties with information to enable them to prepare and submit proposals for title and compensation study services at the University of Wisconsin System. The UW System intends to use the results of this RFP to award a contract for these services.

1.1.1 The University of Wisconsin System

The UW System provides education to approximately 180,000 students (roughly 156,000 undergraduate and 24,000 graduate students) and employs more than 40,000 faculty and staff (including graduate assistants) at 26 campuses.

The UW has 15 institutions including two Research 1 universities (UW-Madison and UW-Milwaukee) and 11 four-year comprehensive universities, 13 freshman-sophomore campuses which operate collectively as UW Colleges and statewide UW-Extension. UW System Administration provides oversight of all UW institutions and is responsible to the Board of Regents. The total UW budget is about $6 billion, with payroll expenses of more than $2 billion. All UW employees are also state employees.

The UW System is governed by a Board of Regents that consists of 18 members, 16 of whom are appointed by the Governor, subject to confirmation by the Wisconsin Senate. Of these 16 members, 14 serve staggered, seven-year terms and two are ex officio members (State Superintendent of Public Instruction and president or a designee of the Wisconsin Technical College System Board). Two UW students serve for two-year terms; one of the two is a non-traditional student.

The Board establishes policies and rules for governing the UW System, planning to meet future state needs for collegiate education, setting admission standards and policies, reviewing and approving university budgets, and establishing the regulatory framework for individual institutions, who operate with as much autonomy as possible. The Board appoints the UW President and the chancellors of the institutions and UW Colleges & UW-Extension. The Board also grants tenure appointments to faculty members.

7

Page 8:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

1.1.2 The University of Wisconsin System Unique Characteristics

In addition to its relatively large number of institutions with varying missions and sizes, the University of Wisconsin System has other unique characteristics:

A key aspect of the UWS mission is the “Wisconsin Idea.” That is, the work that we do at our institutions should benefit the citizens of Wisconsin, our nation and the world. The Wisconsin Idea is cherished across UW and respected around the world, and has helped create a strong sense of loyalty among faculty and staff.

UWS also has a strong shared governance system that is enshrined in Board of Regents policy. Faculty, academic staff, university staff (see below for definitions) and students have the right to advise leadership on important policies, including compensation strategies, as well as having certain statutory responsibilities.

Some activities and operations across UW, including Human Resources, are highly decentralized particularly at UW-Madison. This means that the consultant’s solutions will need to be flexible enough to adapt to different institution strategies, approaches, organizational structures and cultures.

New legislation in 2011 significantly changed public sector collective bargaining in Wisconsin. The legislation required annual votes to maintain union certification, prohibited employers from collecting union dues, prohibited unions from requiring members to pay dues and specified that bargaining units could only negotiate wages up to the Consumer Price Index. These were significant changes to the employee environment.

The two new human resources structures, University Personnel System and HR Design, require that workforce diversity is achieved at all levels. Diversity must be a primary factor when considering changes in the title and total compensation structure.

1.1.3 University of Wisconsin System Budget History

It is also important to note the UW System is facing significant budget challenges. Specifically, for the biennium that began on July 1, 2015, UW funding from the state of Wisconsin was reduced by $125 million for each year of the biennium (from July 1, 2015 through June 30, 2017). This was accompanied by a four-year tuition freeze. Any proposed solutions should take effectiveness and cost into consideration.

1.1.4 University of Wisconsin System Categories of Employees

The UW System has six broad categories of employees that will be covered by the work outlined in this RFP: faculty, limited appointees, academic staff, university staff, employees-in-training and student assistants.

The workforce at the University of Wisconsin System consists of the following category attributes:

Faculty (6,400) are professors, associate professors, assistant professors or instructors in an academic department or its functional equivalent (e.g., research institute).

Limited appointees (1,500) are generally senior-level employees (e.g., UW president and vice presidents; institutional chancellors, provosts, vice chancellors, deans, and directors of administrative units) who serve at will.

Academic staff (16,000) are employees in non-faculty positions that perform work that is generally exempt from the Fair Labor Standards Act (FLSA) requirements and typically support research (e.g., research specialist and research scientist), student services (e.g., student services coordinator and student advisor), as well as a wide range of administrative positions. This category consists of instructional positions (5,600 employees) as well as non-instructional positions (10,400).

University staff (13,000) are employees in positions that perform work that is not exempt from the FLSA, in occupations such as administrative support, custodial services, food service and technical services.

8

Page 9:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Employees-in-training (post degree trainees, fellows, etc.) are employees that perform work after receiving their terminal degree.

Student assistants (7,100) include graduate, teaching, research, program and project assistants (this RFP covers compensation and benefits for this category of employee – not title structure).

Note: There is one employee category (student hourly employees) that will not be included in this study.

1.1.5 New University of Wisconsin System Human Resources Structure

As stated earlier, as of July 1, 2015, the Wisconsin legislature granted UW System and UW-Madison the authority to implement human resources program structures separate from state government. This new legislative authority enabled UW-Madison to create its own HR system (HR Design) and the other UW institutions to create a separate set of HR policies and practices (University Personnel System). Before July 1, 2015, many of the University of Wisconsin System’s job title and compensation policies/practices were governed by state laws and regulations and the results of collective bargaining agreements.

Changes to collective bargaining in 2011, have been unpopular with many UW staff and have presented additional HR issues and challenges. While many unions did not re-certify after the legislation was implemented, current HR practices in many cases are direct results of pre-legislative collective bargaining formerly instituted with the State of Wisconsin.

With the collective bargaining changes and the new personnel systems, the UW System is working within a completely new and different HR structure.

This new statutory authority has provided an unprecedented opportunity to design job title and compensation systems specifically tailored to the needs of higher education. While both UW-Madison and the other UW institutions have implemented a series of new HR policies and practices since July 1, 2015, major changes to the job title and compensation systems have not occurred, in anticipation of this study.

As part of the new human resource structures, HR Design and the University Personnel System, any changes to the title and total compensation structure require that workforce diversity is achieved at all levels. Diversity must be a primary factor when considering any and all changes.

1.1.6 UPS and HR Design

UW-Madison and the other UW System institutions have two HR policy frameworks. It is the intent of the UW System and UW-Madison to conduct a joint study to ensure there continues to be basic integration between the two structures.

This study’s results must consider and reflect: 1) the unique needs of UW-Madison, which has 42,000 students and 15,000 employees, and is ranked as one of the world’s top 25 research institutions and 2) the wide range of missions and sizes of the institutions that comprise the other UW institutions. (See Attachment No. 8).

1.1.7 Current Job Title/Classification and Compensation System

The existing UW System job titling and compensation structures are a combination of two personnel structures (state government “classified” civil service and the UW “unclassified” service). The structures for classified employees (now called “university staff” in the UW System) evolved over many years through collective bargaining

9

3

Page 10:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

and state-led personnel management surveys. As a result, the current structure is not tailored to higher education institutions.

The current unclassified structures (for faculty, academic staff and limited appointees) were implemented as a result of a 1986 study mandated by the state legislature. Thirty years later, the current job title and compensation structures require a major redesign.

On July 1, 2015, the classified and unclassified structures, with some modifications, were nested together across all UW institutions. This new structure is a short-term solution, and there are still major aspects that do not work well to attract and retain talent in the environment of higher education.

A key strategic goal of these new personnel structures was to place all FLSA exempt positions (i.e., exempt based on the FLSA duties test) in academic staff/limited appointee positions, and all nonexempt positions in university staff appointments. An initial FLSA review of the exempt university staff was conducted in 2015.

Although many exempt staff remain in university staff positions (to preserve their existing benefits), UWS prior to the FLSA changes is filling all exempt vacancies as academic staff positions. The study scope will include reviewing position duties to determine whether they meet the FLSA duties test for exemption from the FLSA.

1.1.8 The New FLSA Rule

Due to the recent federal FLSA rule changes which will be effective December 1, 2016, maintaining this key strategic study goal will have additional challenges. The new FLSA rule raises the salary threshold under which most salaried workers are entitled to receive overtime pay. As a result, many UW positions will shift from salaried exempt to hourly nonexempt.

1.1.9 Pay Ranges and Compensation Parameters

Compensation is set for faculty, and academic staff in some instructional and research positions, based on pay minimums, but there are no maximums for these positions.

Limited appointees and academic staff are compensated based on pay ranges that generally have both salary minima and maxima. Pay range movement has been limited in the past and therefore in some instances the pay ranges may not be reflective of the market. However, in the current system, if market data show the need to go above a maximum, an “extraordinary salary range” can be established that exceeds the salary range maximum. In addition, many academic staff titles are in promotional series – e.g. “associate,” “no-prefix” (i.e., journey), and “senior” and– which allows employees to advance and increase their salaries. There is a need to provide comprehensive pathways that are competitive and allow us to attract and retain our talent.

Many of the current university staff pay ranges were established as a result of collective bargaining and, in many cases, don’t directly correlate to market or reflect differences in job responsibilities. The ranges are broad banded with salary minimums and maximums. In many of these positions, employees can move to the next higher title in the series through reclassification (i.e., evolution of job responsibilities).

1.1.10 Current Market Analysis Challenges

One of the challenges UW faces with the current titling and pay structure is the inability to do an accurate market analysis for many positions. In large part, this is because specific titles (e.g., administrative program specialist) encompass many types of positions, making it very difficult to determine market matches. As a result, the UW System and UW-Madison have a set of highly individualized position descriptions. This creates an administrative

10

Page 11:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

burden to maintain and update these descriptions and also makes it difficult to compare roles and responsibilities across sets of similar employees (let alone do market comparisons).

1.1.11 Clear “lattice” Opportunities for Staff

Through this study, UW System and UW-Madison plan to create clear “lattice” opportunities for staff (enabling employees to move in several directions rather than just upward), and to give employees the chance to explore different opportunities and add to their skill set. This will also enable us to use standardized competencies as part of performance management and succession planning, allowing leadership to more effectively manage compensation and benefits.

1.1.12 Employee Benefits

Key benefits, including health insurance, retirement and disability insurance, are administered by Wisconsin state government. These benefits are the same across employment categories (faculty, limited appointees, academic staff and university staff) and are not within scope of this review.

However, UW employees have two different sick and vacation leave programs – one for faculty, academic staff and limited appointees; and a separate program for university staff. Therefore, leave benefits, including sick, vacation, and parental leave, are within the scope of work covered in this RFP. The selected consultant will be asked to identify and recommend other leading-practice benefits/work-life programs.

1.2 Scope of Work

The work identified in this RFP covers three areas:

Job titles/classifications, compensation structures, and related labor market data for all staff except faculty (compensation only for student assistants);

Employee benefits/work-life structures (except state-administered programs that include retirement and health insurance) -for faculty and all staff including work/life programs;

Employee-leave programs for faculty and all staff.

Note: Student employees paid on an hourly basis will not be included.

UW envisions six phases for this work, as listed below. Title and Total Compensation Study (Phases 1, 2, 3 and 4) and Post-Title and Total Compensation Study Services (Phases 5 and 6).

We will conduct the study using a combination of UW System, UW-Madison and consultant resources, also as shown below. The consultant will be required to submit progress and summary reports, as agreed with University of Wisconsin System:

1.2.1 Title and Total Compensation Study (Phases 1, 2, 3 and 4)

1.2.1.1 Phase 1: Design study strategy Develop a study strategy that identifies all study methods, components, milestones and timelines** Define and confirm total compensation philosophy***

1.2.1.2 Phase 2: Assess positions and develop new job title structure Collect and review information about UW jobs using standard formats (e.g., review position descriptions,

administer questionnaires to employees, conduct interviews/focus groups)***

11

Page 12:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Review position duties to determine whether they meet the FLSA duties test to be exempt from the FLSA***

Define job family structures to identify career “lattice” opportunities and enable comparisons of similar jobs***

Create new job title structures and individual titles based on job families, higher education titling practices and competencies**

1.2.1.3 Phase 3: Create compensation structure Obtain relevant local, regional and national labor market data comparing each university job family with

corresponding positions in similarly situated public and private organizations and institutions** Create market-informed compensation structures to allow institutions to successfully compete for and

retain talent** Integrate compensation system with new title structure and resolve any issues (e.g., where employees are

placed in the new structure)*** Define pay guidelines for managing compensation in the new structure*** Institutions may develop strategies (i.e. priorities) to address compensation issues as permitted within

state statutes* Define how compensation structure will be updated and maintained**

1.2.1.4 Phase 4: Review and propose a benefits/work-life and leave structures Review and analyze current UW benefits and leave programs/structures** Identify widely used and leading-practice benefits/work-life strategies in the marketplace including other

higher education institutions** Conduct a comparative analysis of UW benefits vs the marketplace** Propose a revised benefits structure**

Note: UW employees will continue to be covered by the following state-administered benefits programs: Wisconsin Retirement System, state group health insurance, income continuation insurance and state group life insurance.

Note: Designation of required resources:

* University of Wisconsin System resources** Consultant resource***Both University of Wisconsin System and consultant resources

1.2.2 Post-Title and Total Compensation Study Activities

1.2.2.1 Phase 5: Implement new structures Develop steps and timeline for implementation of new title/compensation and benefits system*** Implement new titling/compensation and benefit policies and structures* Create and implement resolution mechanism for resolving employee disagreements* Train central and distributed HR staff to maintain new system**

1.2.2.2 Phase 6: Conduct Formal Follow-up Reviews Follow-up Reviews will be conducted 6 months, 1 year, 2 years and 4 years after implementation in order

to review and recalibrate structures.**

Note: Designation of required resources:

* University of Wisconsin System resources** Consultant resource

12

Page 13:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

***Both University of Wisconsin System and consultant resources

1.2.3 Collaborative Solution

The UW System seeks a collaborative consulting relationship in which project staff from both UW-Madison and the other University of Wisconsin institutions work with the consultant to design, refine and implement the new job title and compensation systems. The chosen consultant will recognize the unique qualities of UW System and defines a solution to fit our needs, rather than implementing a pre-designed, non-customized solution. We seek to work with a consultant with a proven track record in designing and implementing job title and compensation systems in similar higher-education institutions.

The consultant will interact with the project teams (University of Wisconsin System Institutions and UW-Madison) consisting primarily of individual institution human resources staff as well as an Advisory Council consisting of representatives from key stakeholder groups and co-chaired by the UW-Milwaukee Chancellor and the UW-Madison Provost.

1.2.4 Shared Governance Policy

In addition, The UW System has a formal policy and strong tradition of shared governance. Therefore, throughout the study the project team and consultant will help the Advisory Council representatives communicate frequently and effectively with their constituencies including their formal governance bodies (at UW-Madison, these are the Faculty Senate, Academic Staff Assembly and University Staff Congress. Other institutions have similar governance organizations).

1.2.5 Engagement and Communication Expectations

Engagement and communication with all UW System employees throughout the process is a key element and must occur through the Advisory Council representatives, HR Directors and other governance bodies as directed by the planning team.

1.2.6 Objectives

Successful results of this study will include design and implementation of new job title/compensation structures, current market compensation data, template for legally compliant job descriptions, compensation administration guidelines as well as new leading-practice benefits/work-life programs, and a strategy to implement and maintain the new structures. The study results and recommendations should be clear and easily communicated. Specifically, the study results should:

Define a job title framework that includes career “lattice” opportunities both within and across job families; Help employees understand the new structures, the rationales behind them, and their placement; Provide flexibility to reflect differences in the market value of jobs across institutions; Identify and recommend benefits changes that help institutions attract and retain talent; Build credibility before and during implementation; Provide clarity on market-competitive pay levels in a sustainable way; Support talent management, career development, performance management, recruiting, strategic

workforce planning and succession planning; Be efficiently implemented. Provide methodology for modifications and updates to meet changing market demands;

13

Page 14:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Provide UW-Madison with the job title and compensation flexibility to compete for the talent the campus needs to remain a world-class research and teaching institution;

Provide University of Wisconsin System institutions with the job title and compensation flexibility to compete for the talent each institution needs across a wide range of institution size and missions; and

Provide the tools and expertise to ensure campus human resources staffs are fully equipped to manage a modern comprehensive compensation and classification management program.

1.3 Definitions

The following definitions are used in this RFP:

University: University of Wisconsin System UWS: University of Wisconsin System UWSA: University of Wisconsin System Administration CA: UWSA Contract Administrator HRCA: Human Resource Contract Administrator-(Co-Contract Administrators) Contractor: Proposer awarded the contract. Proposer: Company which has submitted a proposal in response to this RFP. State: State of Wisconsin System Procurement Office: University of Wisconsin System Administration (UWSA) Office of

Procurement

1.4 Calendar of Events/Time Table

Listed below are specific and estimated dates and times of actions related to this Request for Proposal (RFP). The actions with specific dates must be completed as indicated unless otherwise changed by the UW System. In the event that the UW System finds it necessary to change any of the specific dates and times in the calendar of events listed below, it will do so by issuing an addendum to this RFP. There may or may not be a formal notification issued for changes in the estimated dates and times.

EVENT DATERelease RFP to Vendor August 31, 2016 Proposer Tele-Conference Meeting September 7, 2016 at 9 a.m. CST Vendor Written Specification & Requirement Questions to UWSA September 12, 2016 Answer to Vendor Questions (Estimated): September 15, 2016 Proposals Due at 2pm CST to UWSA Office of Procurement in Madison September 29, 2016 Evaluation Team Meeting #1 (Estimated) October 6, 2016 Evaluation Team Proposal/Recommendation Meeting (Estimated) October 12, 2016 Oral Presentation (Tentative if Deemed Necessary) Week of October 17 –21, 2016 Final Evaluation (Estimated) October 25, 2016 Notification of Intent to Award Contract (Estimated) November 1, 2016 Dispute Process Time Frame (Estimated) November 1-8, 2016 Board of Regent Approval of Contract (Estimated) December 8-9, 2017 Contract Award (Estimated) February 7, 2017 Certificate of Insurance & Contract Signature Complete (Estimated) February 7 – 10, 2017 Start of Contract (Estimated) January 1 to March 1, 2017

14

Page 15:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

1.5 Fixed Offer Period

All Proposals submitted to obtain Title and Total Compensation Study Services shall remain fixed and valid for acceptance for a one hundred eighty (180) day period starting on the proposal due date September 29, 2016.

1.6 Procuring and Contracting Agency

This RFP is issued for the State of Wisconsin by the University of Wisconsin System Administration Office Of Procurement which is the sole point of contact for the State during the proposal evaluation process. The contract resulting from this RFP shall be between the State of Wisconsin, Board of Regents of the University of Wisconsin System doing business as the University of Wisconsin System, hereafter referred to as the "University," and the successful proposer hereafter referred to as the "Contractor" for the provision Title and Total Compensation Services according to the terms set forth herein. The Senior Associate Vice President & Chief Human Resource Officer UWSA (Shenita Brokenburr) and the Interim Chief Human Resources Officer UW-Madison (Mark Walters), shall be the co-representatives of the UW responsible for the administration of the contract and referred to herein as "Human Resources Contract Administrator” (HRCA).

1.7 Clarification and / or Revisions to the Specifications and Requirements

Any questions concerning this RFP must be submitted in writing on or before September 12, 2016, to:

Paul D. Schlough, Procurement Specialist [email protected]

Questions regarding this RFP should reference “RFP PS-17-2654 Question” in the subject line.

Vendors are expected to raise any questions or exceptions they have concerning the RFP DOCUMENT at this point in the RFP process. If a vendor discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFP, the vendor should notify immediately the above named individual of such error and request modification or clarification of the RFP.

In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFP, revisions/amendments and/or addendums will be provided to all recipients of this initial RFP.

Each proposal shall stipulate that it is predicated upon the requirements, terms, and conditions of this RFP and any supplements or revisions thereof.

Failure to acknowledge receipt of supplements or revisions, in accordance with the instructions contained in the supplement or revision, may result in proposals not being considered. Each proposal shall be predicated upon all the terms and conditions of the RFP and any and all supplements or revisions thereof.

If a proposer fails to notify the University prior to the Proposal due date of a known error in the Proposal (an error that reasonably should have been known to the Proposer) and a contract is awarded to that Proposer, the Proposer shall not be entitled to additional compensation or time by reason of the error or its correction.

Any contact with University employees concerning this RFP is prohibited, except as authorized by the RFP manager during the period from date of release of the RFP until the notice of intent to contract is released.

15

Page 16:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

1.8 Reasonable Accommodation

The University of Wisconsin System Administration (UWSA) Office of Procurement will provide reasonable accommodations including the provision of informational material in an alternative format for qualified individuals with disabilities upon request. If you think you need accommodations at the vendor conference, contact UWSA Office of Procurement, Paul D. Schlough, (608) 265-0557.

1.9 Contract Term

It is the intent of the University to commence the resulting contract on or about January 1, 2017.

The contract shall be effective on the date indicated on the contract and shall run through December 31, 2017 with five (5) automatic one (1) year renewal options. This contract shall automatically be extended each year from the initial year unless UW System Administration Procurement is notified in writing by the Contractor; or notifies the Contractor in writing, 120 calendar days prior to expiration of the initial and/or succeeding contract terms.

The University may discontinue this contract, in whole or in part, without penalty at any time due to non-appropriation of funds.

1.10 Vendor Net Registration

The State of Wisconsin’s purchasing information and vendor notification service is available to all businesses and organizations that want to sell to the state, including the University of Wisconsin System. Anyone may access Vendor Net on the Internet at:

http://vendornet . state.wi.us to get information on state purchasing practices and policies, goods and services that the state buys, and tips on selling to the state, including the University of Wisconsin System. Vendors may use the same Web site address for inclusion on the bidders list for goods and services that the organization wants to sell to the state. Registration, which is free, guarantees the organization will receive an e-mail message each time a state agency, including any campus of the University of Wisconsin System, posts a request for bid or a request for proposal in their designated commodity/service area(s) with an estimated value over $50,000. Organizations without Internet access may receive paper copies in the mail. Increasingly, state agencies also are using Vendor Net to post simplified bids valued at $50,000 or less. Vendors also may receive e-mail notices of these simplified bid opportunities.

2 Preparing and Submitting Proposal

2.1 General Instructions

In order to meet the current needs of the University of Wisconsin System, the Proposal presented is to consist of Title and Total Compensation Study Services for University of Wisconsin System for the contract term specified in this Request for Proposal document. The evaluation and selection of a Contractor and the contract will be based on the information submitted in the Contractor’s proposal plus references and any required on-site demonstrations or oral interviews. Failure to respond to each of the requirements in the RFP may be the basis for rejecting a response.

NOTE: Elaborate proposals (e.g., expensive artwork), beyond that sufficient to present a complete and effective proposal, are not necessary or desired.

16

Page 17:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2.2 Proposer Tele-Conference Meeting

Proposers are invited and encouraged to attend a Proposer Tele-Conference Meeting on September 7, 2016 at 9:00 a.m. Central Standard Time (CST). Tele-Conference Dial-In Instructions are as follows:

Dial-In Number: 1 (855) 947-8255Passcode: 5661325#

Proposers may also choose to attend the meeting in person at University of Wisconsin System Office of Procurement, 780 Regent Street Room 123. At that time a review of the Request for Proposal Document will be completed.

To RSVP Tele-Conference Attendance and to Obtain Parking Instructions if attending in person:

Prospective Proposers are to contact:

Paul D. SchloughSenior Procurement SpecialistUniversity of Wisconsin System Administration (UWSA)780 Regent Street, Rm 105 Telephone: (608) 265-0557Madison, WI 53715 Email: [email protected]

2.3 Incurred Costs

The University is not liable for any cost incurred by proposers in replying to this RFP.

2.4 Submitting the Proposal

Nine (9) hard copies of the completed proposals, including the signed original, may be mailed, delivered by proposer or by a third-party/courier service in a sealed envelope or package with the RFP number on the outside. Two (2) copies of the proposal must be submitted on a USB Flash Drive: One (1) copy of the proposal must be submitted on a USB Flash Drive in its entirety . This Flash Drive must also include a second (2 nd ) copy of the Proposal with all proprietary information removed and clearly marked as such. Proposals must be received and date/time stamped prior to 2:00 p.m. CST on the stated proposal due date. Any proposal received after that date and time shall be considered late. Late proposals shall be rejected.

Proposals must be delivered to:

Paul D. SchloughProcurement Specialist SeniorUniversity of Wisconsin System Administration’s Office of Procurement780 Regent St., Suite 105Madison, WI 53715

Receipt of a proposal by the University mail system does not constitute receipt of a proposal by the Purchasing Office, for purposes of this RFP.

To ensure confidentiality of the document, all proposals must be packaged, sealed and show the following information on the outside of the package:

17

Page 18:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Proposer's name and address Request for proposal title (RFP: Title and Total Compensation Study Services) Request for proposal number (PS-17-2654) Proposal due date September 29, 2016 2:00 PM CST

An original plus 1 copy of the Cost Proposal (Section C, No. 1) must be sealed and submitted as a separate part of the proposal. The outside of the envelope must be clearly labeled with the words “Cost Proposal, RFP (Name of RFP)” and name of the vendor and due date. The cost proposal is due to the addressee on the due date and time noted above. One (1) copy of the cost proposal must also be submitted on USB Flash Drive.

2.5 Proposal Organization, Format and List of Requirements

Proposals should be a complete and concise description of the proposer’s ability to deliver materials, equipment or services. Proposers should clarify whether they agree or take exception to each of the specifications. Proposals should be typed and submitted on 8.5 by 11 inch paper bound securely. Proposals should be organized and presented in the order and by the number assigned in the RFP. Proposals must be organized with the headings and subheading as listed in the RFP. Each heading and subheading should be separated by tabs or otherwise clearly marked.

2.6 Cover Sheet (DOA-3261)

The cover page DOA-3261 (found on page number 2 of this Request for Proposal (RFP) must be completed by the proposer and submitted with the proposal.

2.7 Multiple Proposals

Multiple proposals from a Proposer will be permissible; however, each proposal must conform fully to the requirements for proposal submission. Each such proposal must be separately submitted and labeled as Proposal No. 1, Proposal No. 2, etc. on each page included in the response.

The University shall only consider proposals alternates from those proposers who have met qualifications and have completed the required submittal format.

2.8 Proposed Contract for Title and Total Compensation Study Services

The PROPOSED CONTRACT provides the terms and conditions the University expects to be in the contract between the University and the successful Proposer. Any changes to a proposed term or condition a proposer wishes the University to consider must be submitted with the proposal. The University, in its sole discretion, may modify any portion of this proposed contract.

2.9 Confidential and Proprietary Information

As the University is a state agency, any restrictions on the data contained within a proposal submitted must be clearly stated on the Designation of Confidential and Proprietary Information Form, Section D, Attachment No. 8. Proprietary information submitted will be handled in accordance with applicable State of Wisconsin law. It is the proposer’s responsibility to defend the determination in the event of an appeal or litigation. Data, documentation and innovations contained in the proposal become the property of the University. Excessive designation of information as proprietary may result in disqualification of your Proposal.

18

Page 19:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2.10 Certification of Independent Price Determination

By submitting this proposal the proposer certifies (and in the case of joint proposal each party thereto certifies as to its own organization) the following in connection with this RFP:

2.10.1 Independent Pricing, Rates and Fees

The prices, rates and fees in this proposal have been arrived at independently, without consultation, communication or agreement with any competitor for the purpose of restricting competition.

2.10.2 Disclosures

Unless otherwise required by law, the prices, rates and fees which have been quoted in this proposal have not been knowingly disclosed by the proposer prior to opening in the case of an advertised procurement or prior to award in the case of a negotiated procurement, directly or indirectly to any other proposer or to any competitor.

2.10.3 Restriction of Competition

No attempt has been made or will be made by the proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition.

2.10.4 Proposal Signatory Authority

2.10.4.1 Responsibility

He/she is the person in the proposer’s organization responsible within the organization for the decision as to the prices being offered herein and that he/she has not participated, and will not participate, in any action contrary to 2.10.1 through 2.10.3.

2.10.4.2 Agent Authorization

He/she is not the person in the proposer’s organization responsible within that organization for the decision as to the prices being offered herein, but that he/she has been authorized in writing to act as agent for the persons responsible for such decisions; and he/she has the authority to certify that such persons have not participated, and will not participate in any action contrary to 2.10.1 through 2.10.3 and as their agent does hereby so certify; and he/she has not participated and will not participate in any action contrary to 2.10.1 through 2.10.3.

3 Required Qualifications

The proposer’s response to this subsection must clearly demonstrate the capacity to handle the needs stated in this proposal in addition to the Proposer’s current workload. The University reserves the right to request supplementary information deemed pertinent to assure proposers competence, business organization, and financial resources are adequate to successfully perform services. Each of the requirements must be responded to in the format and order presented in each section even if the answer is simply yes or no.

3.1 Name and Address

The proposer shall submit the name and address of the operating firm on company letterhead. Names of owners or principles of your firm shall be included. If a corporation, provide date of incorporation and president’s name. If other than corporation or partnership, describe organization and name of principals. If an individual or

19

Page 20:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

partnership, provide date of organization and name and address of all partners (state whether general or limited partnership). Complete and return vendor Information Form Section D, Attachment No. 1. Describe any sub-contract relationship your firm intends to enter into in order to provide the services related to this contract. Please include all sub-contract agreements and contact information.

3.2 Service Project History and Financial Requirement

The proposer must have a documented history of performing a Title and Total Compensation project of similar or like scope at a Public University System in order to qualify for award of this Request for Proposal (RFP). Please provide proof.

3.3 Description of Claims or Law Suits

The proposer shall list and describe any claims or lawsuits that have been made against your company for non-performance or inadequate performance as a provider of Title and Total Compensation Study Services or similar venue.

3.4 Written Agreement to Terms

The proposer shall describe your firm’s willingness to agree to as written the terms and conditions specified in section B, proposed Contract for Title and Total Compensation Study Services. Describe your firms approach to meeting these written terms and conditions. Complete and return Section D, Attachment No 4.

3.5 Personnel Background and Social Security Checks

The proposer shall provide a statement of procedures for background and social security checks of proposer’s personnel. The UW System requires the Contractor to warrant they are supplying employees that have passed background checks and social security checks. This includes management, full and part-time staff and students. The Contractor also agrees to defend, indemnify and hold harmless the Board of Regents of the University of Wisconsin System, its officers, employees and agents for any claims, suits or proceedings alleging a breach of this warranty.

3.6 Company Information

The proposer shall provide a general history of the company and appropriate qualifications to provide the required Title and Total Compensation Study Services including recommended processes, procedures and certifications.

Provide historical background and capabilities of your company with special emphasis on your ability or your subcontractor’s ability to provide Title and Total Compensation Study Services to institutions of comparable size and complexity to the University of Wisconsin System. Please note if you are using subcontractors.

Please demonstrate in writing, the firm’s ability to deliver the requirements of the contract as documented in this Request for Proposal (RFP). The written response must clearly demonstrate the capacity to deliver the requirements of this RFP in addition to your current workload.

20

Page 21:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

3.7 Business Qualifications

3.7.1 Business Ownership

The proposer must currently own the specified business and must have owned and operated the specific business continuously a minimum of five (5) years. Please verify that your business has been in operation for a minimum of five (5) years.

3.7.2 Bank References

The proposer must list one bank reference with which your firm is currently transacting business. Complete and return Section D, Attachment No. 3.

3.7.3 Vendor Client References

The proposer shall provide client reference contact information (name, address and phone number) for at least three university institutions where Title and Total Compensation Study Services were performed by your company. At least one reference must be a university system of similar size and scope as the University of Wisconsin System. It is preferred that references include work performed with two year public associate, public bachelor’s, public master’s and public doctoral research institutions. Experience with a state-wide extension program is also preferred.

Complete and return Section D, Attachment No. 2. The University will determine which, if any, references to contact to assess the quality of work performed and personnel assigned to the project. The results of the references will be provided to the review committee and used in reviewing the Proposal.

3.8 Affidavit

Proposals submitted must contain a non-collusion affidavit and signature block information. Complete and return Section D, Attachment 7.

3.9 Glossary of Terms

Any proposal submitted should provide a glossary of all abbreviations, acronyms, and technical terms used to describe the services or products proposed. This glossary should be provided even if these terms are described or defined at their first use in the proposal response.

3.10 Review Criteria – Scoring Matrix

The following scoring matrix will be used by the evaluation committee and UWSA Procurement Department to evaluate and compare each Contractor’s proposal. Evaluation and selection of a proposal will be based on the assignment of points by the evaluation committee which is then combined with Cost Proposal points for a final score.

3.10.1 Scoring Matrix

Scoring Matrix Min/Max ScoreCost Proposal 0 - 300 points (by Procurement)

21

Page 22:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Required Title and Total Compensation Study Technical Response 0 - 700 points (by Evaluation Committee)

MAXIMUM TOTAL SCORE 1,000 points

3.11 Cost Proposal (Scored by UWSA – Procurement Office)

COST PROPOSAL SCORING BEGINS HERE:

3.11.1 Cost Proposal

The proposer shall submit a total cost for Phases 1-6.

Total Combined Cost- Title and Total Compensation Study (Phases 1, 2, 3, 4, 5 and 6)(300 maximum points)

Lowest total financial costs (constant)____________________________________________X 300 = scoreOther proposals (varies according to firm being scored)

The lowest cost proposal(s) shall receive 300 points.

Calculation of points awarded to subsequent firms will use the lowest costs proposed as a constant numerator and the total dollar amount of the firm being scored as the denominator. (This result will always be less than one). The result is then multiplied by 300 to total for the final cost score.

COST PROPOSAL SCORING ENDS HERE.

22

Page 23:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

3.12 Required Title and Total Compensation Study Technical Response (Scored by Evaluation Committee) (700 Total Points)

SCORING BY EVALUATION COMMITTEE BEGINS HERE:

3.12.1 Contractor Experience and Consulting Expertise (350 Points)

3.12.1.1 Experience Conducting a Study of Similar Scope of Work

Describe your company’s experience conducting a similar study of this scope and magnitude as described in Section A 1.2 Scope of Work.

Describe your company’s experience conducting a similar study with a university system of similar size and scope as the University of Wisconsin System. It is preferred that your company describes work performed with two year public associate, public bachelor’s, public master’s and public doctoral research institutions. Experience with a state-wide extension is also preferred.

3.12.1.2 Compensation Consulting Experience

Describe your company’s experience providing title/compensation consulting services to a similarly situated large public higher education system. (List a minimum of three institutions your company has conducted similar business.)

3.12.1.3 Expertise of Staff

Provide a list of the staff that would be assigned as consultants to the University of Wisconsin System Project. Provide their resumes. Include Title/Consulting Role, Experience and Professional Credentials for each recommended staff member.

Describe, for each consultant, their work background, credentials, experience in job title and compensation consulting, and knowledge of the higher education landscape, including the type of Higher Education institutions they have worked with in the past 5-10 years.

3.12.2 Service Model and Delivery Plan (350 Points)

3.12.2.1 Service Model/Approach

Describe your company’s team approach to collaborative activities with UW System. Please include the following in your answer:

o Leadershipo Communicationo Frequency of in-person meetingso Conference callso Training and support o Team dynamics

23

Page 24:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

3.12.2.2 Timeframe

Provide a recommended timeline and estimated duration of a project of this size and scope from start through implementation. Include each phase of the project as defined in Section A, 1.2 Scope of Work and any other phases of work your company would recommend.

3.12.2.3 Project Plan

Describe your company’s approach to creating and implementing a Title and Total Compensation Study Services project for UPS and HR Design.

Describe what activities your company would be responsible for and what activities the UW System would be responsible for to meet the goals of the Title and Total Compensation Study.

While the UW System anticipates six phases, please describe any other phases of work your company would recommend.

3.12.2.4 Phase 1: Design study strategy Describe the study design and strategy that will be used. Please describe all study methods, components,

milestones and timelines. Describe the process your firm will utilize to define and confirm the total compensation philosophy. Describe the consulting resources, staff and service your company is proposing for this phase. Specifically

define what your company will deliver.

3.12.2.5 Phase 2: Assess positions and develop new job title structure Describe how your firm will collect and review information about UW jobs using standard formats (e.g.,

review position descriptions, administer questionnaires to employees, conduct interviews/focus groups). Describe how your firm will review position duties to determine whether they meet the FLSA duties test

to be exempt from the FLSA. Describe how your firm will define job family structures to identify career “lattice” opportunities and

enable comparisons of similar jobs. Describe how your firm will create new job title structures and individual titles based on job families

higher-education titling practices and competencies. Describe the consulting resources, staff and services your company is proposing for this phase. Specifically

define what your company will deliver.

3.12.2.6 Phase 3: Create compensation structure Describe how your firm will obtain relevant local, regional and national labor market data to compare

each university job family with corresponding positions in similarly situated public and private organizations and institutions.

Describe how your firm will create market-informed compensation structures to allow institutions to successfully compete for, and retain, talent.

Describe how your firm will integrate the proposed compensation system with new title structure and resolve any issues (e.g., where employees are placed in the new structure).

Describe how your firm will define pay guidelines for managing compensation in the new structure. Describe how your firm will create a design that would allow UW Institutions to develop strategies (i.e.

priorities) to address compensation issues as permitted within state statutes. Describe how your proposed compensation structure will be updated and maintained. Describe the consulting resources, staff and services your company is proposing for this phase. Specifically

define what your company will deliver.

24

Page 25:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

3.12.2.7 Phase 4: Review benefits/work-life and leave structures Describe how your firm will review and analyze current UW benefits and leave programs/structures. Describe how your firm will benchmark widely used and leading-practice benefits/work-life strategies in

the marketplace and at other higher education institutions. Describe how your firm will conduct a comparative analysis of UW Benefits vs the marketplace. Describe how your firm will propose a revised benefits structure. Describe the consulting resources, staff and services your company is proposing. Specifically define what

your company will deliver.

3.12.2.8 Phase 5: Implement new structures Describe how your firm will develop steps and timeline for implementation of new title/compensation

and benefits system. Describe how your firm will implement new titling/compensation and benefit policies and structures. Describe how your firm will create and implement resolution mechanism for resolving employee

disagreements. Describe how your firm will train central and distributed HR staff to maintain new system. Describe in written detail the consulting resources, staff and services your company is proposing.

Specifically define what your company will deliver.

3.12.2.9 Phase 6: Conduct Formal Follow-up Reviews

Describe in writing the specific support, project follow-up and training your company would provide after the study is completed.

Describe all resources that would be made available to the University of Wisconsin System for maintenance of programs implemented.

Explain in detail the reports and reporting structures your company would implement. Describe how your firm perform follow-up reviews at 6 months, 1 year, 2 years and 4 years after

implementation in order to review and recalibrate structures. Describe in writing how your company will conduct follow-up reviews after implementation in order to

review and recalibrate structures for each of the following period review requirements listed below. Explain in detail how each review will be conducted:

o 6 monthso Year 1o Year 2o Year 4

Describe in written detail the consulting resources, staff and services your company is proposing. Specifically define what your company will deliver.

SCORING BY EVALUATION COMMETTEE ENDS HERE:

4 Title and Total Compensation Study: Technical Business Requirements and Objectives

4.1 Title and Total Compensation Study Technical Objectives

The objectives for the Title and Total Compensation Study are as follows:

25

Page 26:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Define a job title framework that includes career “lattice” opportunities both within and across job families; Help employees understand the new structures, the rationales behind them, and their placement; Provide flexibility to reflect differences in the market value of jobs across institutions; Identify and recommend benefits changes that help institutions attract and retain talent; Build credibility before and during implementation; Provide clarity on market-competitive pay levels in a sustainable way; Support talent management, career development, performance management, recruiting, strategic

workforce planning and succession planning; Be efficiently implemented. Provide methodology for modifications and updates to meet changing market demands; Provide UW-Madison with the job title and compensation flexibility to compete for the talent the campus

needs to remain a world-class research and teaching institution; Provide University of Wisconsin System institutions with the job title and compensation flexibility to

compete for the talent each institution needs across a wide range of institution size and missions; and Provide the tools and expertise to ensure campus human resources staffs are fully equipped to manage a

modern comprehensive compensation and classification management program.

Successful results of the Title and Total Compensation Study require:

Design and implementation of new job title/compensation structures Current market compensation data Template for legally compliant job descriptions Total compensation philosophy Compensation administration Leading –practice benefits/work-life programs Strategy to maintain the new system structures Study results and recommendations clear and easily communicated

4.2 Title and Total Compensation Study Services Responsibilities of Contractor and University

The responsibilities and primary deliverables include, but are not limited to:

Title and Total Compensation Study Contractor Responsibilities & deliverables:

Development of the study strategy that includes all methods and components Development of the project plan including timeline, milestones and delegation of responsibilities Development/confirmation of total compensation philosophy Development of compensation tools, templates, and guidelines Development of the job title/compensation system and structures Determination of FLSA for each title/classification in the structure Provide market data benchmarks to support compensation structures Provide a comparative analysis of UW Benefits to the marketplace Recommend and implement changes to benefit/work-life programs Participate and provide support (compensation templates) in communications regarding the study to

the UW System and UW-Madison Provide a methodology for modifications and updates to structures and systems to meet changing

market needs Train central and distributed HR staff to maintain new system Design and conduct follow-up reviews at 6 months, 1 year, 2 years, and 4 years after implementation

University of Wisconsin System Institutions Responsibilities:

26

Page 27:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Participate in developing the strategy for the study Define and confirm total compensation philosophy and guidelines Provide guidance to the development of structures, guidelines, tools and templates Manage UW System project team Collect and review information about UW System jobs including FLSA duties test Review all the recommendations and products provided by the consultant Manage communication regarding the study to the UW System community Create and implement resolution mechanism for resolving employee disagreements at UW System

University of Wisconsin-Madison Responsibilities:

Participate in developing the strategy for the study Define and confirm total compensation philosophy and guidelines. Provide guidance to the development of structures, guidelines, tools and templates Manage UW-Madison project team Collect and review information about UW-Madison jobs including FLSA duties test Review all the recommendations and products provided by the consultant Manage communication regarding the study to the UW-Madison community Create and implement resolution mechanism for resolving employee disagreements at UW-Madison

4.3 Title and Total Compensation Study Services Technical Requirements

4.3.1 Title and Total Compensation Study (Phases 1, 2, 3 and 4)

4.3.1.1 Design Study Strategy (Phase 1) Develop a study strategy that identifies all study methods, components, milestones and timelines** Define and confirm compensation philosophy***

4.3.1.2 Assess positions and develop new job title structure (Phase 2) Collect and review information about UW jobs using standard formats (e.g., review position descriptions,

administer questionnaires to employees, conduct interviews/focus groups)*** Review position duties to determine whether they meet the FLSA duties test to be exempt from the

FLSA*** Define job family structures to identify career “lattice” opportunities and enable comparisons of similar

jobs*** Create new job title structures and individual titles based on job families, higher-education titling

practices and competencies**

4.3.1.3 Create compensation structure (Phase 3) Obtain relevant local, regional and national labor market data comparing each university job family with

corresponding positions in similarly situated public and private organizations and institutions.** Create market-informed compensation structures to allow institutions to successfully compete for and

retain talent** Integrate compensation system with new title structure and resolve any issues (e.g., where employees are

placed in the new structure)*** Define pay guidelines for managing compensation in the new structure*** Institutions may develop strategies (i.e. priorities) to address compensation issues as permitted within

state statutes* Define how compensation structure will be updated and maintained**

27

Page 28:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

4.3.1.4 Review benefits/work-life and leave structures (Phase 4) Review and analyze current UW benefits and leave programs/structures** Identify widely used and leading-practice benefits/work-life strategies in the marketplace including other

higher education institutions** Conduct a comparative analysis of UW Benefits vs the marketplace** Propose a revised benefits structure**

4.3.2 Title and Total Compensation Study Post-Study Activities (Phases 4 and 5)

4.3.2.1 Implement new structures (Phase 5) Develop steps and timeline for implementation of new title/compensation and benefits system*** Implement new titling/compensation and benefit policies and structures* Create and implement resolution mechanism for resolving employee disagreements* Train central and distributed HR staff to maintain new system**

4.3.2.2 Conduct Formal Follow-Reviews (Phase 6) Follow-up reviews will be conducted 6 months, 1 year, 2 years and 4 years after implementation in order

to review and recalibrate structures.**

Note: Designation of required resources:

* University of Wisconsin System resources** Consultant resource***Both University of Wisconsin System and consultant resources

4.3.3 Collaborative Solution

The University of Wisconsin System requires a collaborative consulting relationship with the successful supplier offered this contract.

4.3.3.1 Collaboration Business Requirements

The contractor will be required to collaborate solutions with the following University Teams:

University of Wisconsin System Staff as assigned to the project by the University (including any of the 26 University of Wisconsin institutions and their staff).

UW-Madison Staff as assigned to the project. Outside resources as determined by the University of Wisconsin System, UW-Madison, all other University

of Wisconsin System Institutions, and the successful contractor. University of Wisconsin System Advisory Council consisting of representatives from key stakeholder

groups and co-chaired by the UW-Milwaukee Chancellor and the UW-Madison Provost.

4.3.3.2 Solution Uniqueness

The contractor will recognize and consider the unique qualities of the University of Wisconsin System in all recommended and accepted solutions.

28

Page 29:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

All solutions must be collaboratively customized to meet the University of Wisconsin System and UW-Madison unique specifications.

Contractor is required to provide proof of designing and implementing job title and compensation system is similar higher-education institutions.

4.3.4 Shared Governance Policy

The University has a formal policy and strong tradition of shared governance. The following websites review the UW System Policies:

University Personnel Systems: Regent Policy Document 20-21

Faculty Governance: Wis. Stat. § 36.09(4)

Academic Staff Governance: Wis. Stat. § 36.09(4m)

Student Governance: Wis. Stats. § 36.09 (5)

University Staff Governance: Regent Policy Document 20-20

4.4 Statement of Work Technical Requirements

4.4.1 Statement of Work Required

A Statement of work is required for all work performed in conjunction with this contract. A Statement of work in conjunction with this contract must be signed by both parties before the

commencement of work. Contractor is prohibited submitting an invoice for work done outside of a signed statement of work. UWS may require achievement of milestones in a statement of work that extends over a longer period of

time. Billing may be dependent on UWS acceptance of milestones in longer statements of work.

4.4.2 Content of statement of work

The content of a statement of work (SOW) must contain at the minimum, the following information:

Project Name and Contract Number Project ID (if Applicable) Client Project Manager Client Technical Lead Contractor Project Manager Contractor Technical Lead Project Description Deliverables A Reference to this Consulting Addendum Client Obligations Software Requirements Specifications (if Applicable) Project Start Date Project End Date

29

Page 30:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Project Location Project Price and Expenses (if applicable) Special Conditions Tracking against Project Phase Pricing Bid

4.5 Invoicing Technical Requirements

The Contractor shall invoice for completed statements of work or milestones achieved in longer statements of work.

Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order including reference to purchase order number and submittal to the correct address for processing.

Invoices submitted by Contractor must reference a Purchase Order (P.O.) and Statement of Work (S.O.W.)

4.6 Payment Terms

UWS normally will pay properly submitted Contractor invoices within thirty (30) calendar days of receipt providing goods and/or services have been delivered, installed (if required), and accepted as specified. The State of Wisconsin Prompt Payment Policy shall apply to the payment of all open invoices. No discount will be provided for early payment. A good faith dispute pursuant to s. 16.528, Wis. Stats., creates an exception to these prompt payment requirements.

5 Proposal Selection and Award

5.1 Preliminary Evaluation and Review of Required Qualifications

The proposals will first be reviewed by UWSA Procurement to determine if required information and qualifications are met. Failure to meet required qualifications will result in rejection of the Proposal. In the event that all vendors do not meet one or more of the required qualifications, the University reserves the right to continue the review of the proposals and to select the proposal that most closely meets the requirements specified in this proposal.

Each proposal shall be evaluated first on whether required mandatory qualification criteria are met on a pass/fail basis. The qualifications criteria which the proposer must meet to be considered for an award are:

All proposers will at a minimum be required to meet all of the required qualifications noted in Section A, Item No. 3 (Required Qualifications) and Section B. The proposers will be required to submit written responses to Section A, No. 3, Items 3.12.1 (3.12.1.1 through 3.12.1.3) and 3.12.2 (3.12.2.1 through 3.12.2.9). The proposers will also complete Section C - Cost Proposal.

5.2 Evaluation Committee Responsibilities

All accepted proposals shall be evaluated by a University evaluation committee made up of individuals with specific essential knowledge and skills. Evaluation and selection of the Contractor shall be based on the information submitted in the proposals. The evaluation committee may review references, require oral presentations and conduct on-site visits to proposer accounts and use the results in scoring the proposals. Proposals from certified Minority Business Enterprises may have points weighted by a factor of 1.00 to 1.05 to provide up to a five percent (5%) preference to these businesses. The evaluation committee’s scoring will be tabulated and proposals ranked

30

Page 31:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

based on the numerical scores received. A proposer may not contact any member of a review committee except at the University’s direction.

5.3 Right to Reject, Waive and Negotiate Proposal

The University reserves the right to accept or reject any and all proposals. The University reserves the right to waive information in the proposals and/or negotiate the terms of the contract, including the award amount, with the selected proposer prior to entering into a contract. If contract negotiations cannot be concluded successfully with the highest scoring proposer, the University may negotiate a contract with the next highest scoring proposer.

5.4 Oral Presentation

The highest scoring proposers may be required to make oral presentations to clarify their proposals. In conducting these discussions, there shall be no disclosure of any information obtained from any competing proposer. These presentations may be scheduled and held after receipt and evaluation of the proposals to provide an opportunity for the proposer to supplement and/or clarify the proposal for the evaluation team. Should a proposer refuse to honor the request for oral presentation or complete an oral presentation before the date established in the calendar of events of this RFP, it may result in disqualification. Since oral presentations may not be requested, each proposer should make this written proposal concise and complete.

5.5 Award / Best and Final Offer

The University will compile the final scores (programmatic and cost) for each proposal. The award will be granted in one of two ways. The award maybe granted to the highest scoring responsive and responsible proposer. Alternatively, the highest scoring proposer or proposers may be requested to submit final and best offers. If final and best offers are requested by the University and submitted by the vendor, they will be evaluated against the stated criteria, scored and ranked by the evaluation committee. The award then will be granted to the highest scoring proposer. However, a proposer should not expect that the University will request a final and best offer.

5.6 Notification of Intent to Award Contract

All Proposers who responded to this Request for Proposal (RFP) will be notified in writing of the University’s intent to award the contract(s) as a result of this RFP.

After notification of the intent to award is made, and under the supervision of University staff, copies of proposals will be available for public inspection from 8:00 a.m. to 4:30 p.m. at 780 Regent Street, Suite 105, Madison, WI 53715. Vendors should schedule reviews with Paul D. Schlough, Procurement Specialist Senior at 608-265-0557.

5.7 Dispute Process

Any dispute of the University’s award must be made in writing no later than five (5) working days after University of Wisconsin System Administration Office of Procurement issues the intent to award notice. Written notice of dispute must be filed with the Associate Vice President of Administrative Services of the University Wisconsin System in care of:

Rich LampeDirector, UW System Office of ProcurementUniversity of Wisconsin System Administration780 Regent Street, Suite 105Madison, WI 53715

31

Page 32:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

A complete written dispute must be received by the Director, UW-System Office of Procurement, no later than five (5) working days after the award notice is issued.

The Protestor may appeal the decision of the Associate Vice President of Administrative Services of the University Wisconsin System to the Vice President of Administration of the University of Wisconsin System within five working days of issuance of the decision, with a copy to the UW System Office of Procurement.

Section B

1 Parties to the Contract

This agreement, hereinafter referred to as “the Contract”, shall be between the State of Wisconsin and Board of Regents of the University of Wisconsin System, hereinafter referred to as the “University”, and the successful proposer, hereinafter referred to as the “Contractor”, for the privilege of the Contractor to provide Title and Total Compensation Study Services to the University of Wisconsin System according to the terms set forth in this contract. The Senior Associate Vice President & Chief Human Resource Officer UWSA (Shenita Brokenburr) and the Interim Chief Human Resources Officer UW-Madison (Mark Walters) and/or designees shall be the representatives of the University responsible for the administration of the contract and referred to herein as “the appropriate Human Resources Contract Administrator”.

2 Applicable Law

This contract shall be governed and interpreted under the laws of the State of Wisconsin. The Contractor shall at all times comply with and observe all federal, and local laws, ordinances and regulations in effect during the period of this contract which affect the work or its conduct.

3 Excused Performance

If, because of riots, war, public emergency or calamity, fire, flood, earthquake, act of God, government restriction, labor disturbance or strike, business operations at the University are interrupted or stopped, performance of this contract, with the exception of monies already due and owing, shall be suspended and excused to the extent commensurate with such interfering occurrence. The expiration date of this contract may be extended for a period of time equal to the time that such default in performance is excused.

4 Disclosure

If a public official as defined in section 19.42 Wisconsin Statutes, or an organization in which a State public official holds at least 10% interest, is a party to this proposal, the contract is voidable by the University unless appropriate written disclosure is made to the State of Wisconsin Ethics Board, 125 South Webster Street, Madison, WI 53703.

5 Incorporation of Documents

In the event of contract award: The contents of the UW System Request for Proposal (RFP), RFP addenda and revisions, the proposal of the successful proposer, Standard Terms and Conditions and additional terms agreed to in writing by the University of Wisconsin System Administration Office of Procurement and the Contractor shall become part of the contract and constitute the entire agreement between the parties. Failure of the successful

32

Page 33:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

proposer to accept these as a contractual agreement may result in a cancellation of award.

The following hierarchy of contract documents will be used if there are conflicts or disputes:

A. This Agreement No. PS-17-2654B. All issued addendumC. Proposal No. PS-17-2654 (Vendor’s Proposal Response received/dated September 29, 2016 Due Date.)D. Standard Terms and ConditionsE. Written communication starting at 2PM CST September 29, 2016.

Any conflict of terms shall be governed by the highest listed document.

6 News Releases

News releases pertaining to this contract or any part of proposal No.PS-17-2654 shall not be made without the prior written approval of the University.

7 Contact with Employees of the State

The Contractor will not engage the services of any person or persons now employed by the State, including any department, commission or board thereof, to provide services relating to this agreement without the written consent of the employer of such person or persons and of the agency.

8 Insurance Requirements

The Contractor shall bear full and complete responsibility for all risk of damage or loss of equipment, products or money resulting from any cause whatsoever and shall not penalize the University for any losses incurred related to this contract.

COVERAGE AND MINIMUM LIMITS.

Coverage Minimum Limits

Worker’s Compensation (WC)Statutory Employer’s Liability $100,000/500,000/100,000Coverage (B)

Commercial General Liability (CGL)General Aggregate incl. Prdt/co $2,000,000Each Occurrence $1,000,000

Automobile Liability (including hired & non-owned)Combined Single Limit $1,000,000

Umbrella $1,000,000

Additional Insured Provision

33

Page 34:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

The Contractor shall add the Board of Regents of the University of Wisconsin System, its officers, agents and employees as an additional insured under the commercial general and automobile liability policies, for purpose of this contract.

9 Certificate of Insurance RequirementsUpon notification of award and prior to issuance with the required coverage and limits of insurance issued by an insurance company that has an AM Best rating of A-licensed to do business in the State of Wisconsin and signed by an authorized agent.Certificate of InsuranceThe Contractor awarded the Title and Total Compensation Study will be required to submit to the University of Wisconsin System Administration Office of Procurement a Certificate of Insurance that includes the following components:

The insurance coverage limits required in Section B Item 9 of this RFP Document. The University of Wisconsin System location/Institution listed on the Certificate of Insurance. The Contract Number (PS-17-2654) listed on the Certificate of Insurance. Additional Insured Provision Requirement (as documented in Section B item 9) must be named on the

Certificate of Insurance. Certificate of Insurance must be current and on file with the University Of Wisconsin System

Administration Office Of Procurement at all times during the life of the contract agreement. Any Certificate of Insurance received missing the above named components will place the contract in

breach and subject for termination.

10 Commercial General LiabilityCommercial General Liability includes, but is not limited to: consumption or use of products, existence of equipment or machines on location and contractual obligations to customers. The Contractor shall bear the full and complete responsibility for all risk of loss of premises, or damage to equipment, products or money resulting from any cause including that of subcontractors and shall not penalize the University for any losses incurred related to this contract.

11 Notice Required Before CancellationThese policies shall contain a covenant requiring sixty (60) days written notice by the insurer to University of Wisconsin System Administration Procurement Office, 780 Regent Street, Madison, WI 53715 before cancellation, reduction or other modifications of coverage. The insurance certificate shall be for the initial contract period of one (1) year and shall be extended by the Contractor for each subsequent renewal period of the contract. The Contractor shall advise each insuring agency to automatically renew all policies and coverage in force at the start of and resulting from this contract until specified coverage requirements are revised.

12 Evidence of New InsuranceIn the event of non-renewal, cancellation or expiration of insurance, the Contractor shall provide the University evidence of the new source(s) of required insurance within twenty-one (21) calendar days after the University’s receipt of the sixty (60) day notice. In the event the Contractor fails to maintain and keep force the insurance herein required, the University shall have the right to cancel and terminate without notice.

13 Right to Cancel Contract

In the event the Contractor fails to maintain and keep in force the insurance herein required, the University shall have the right to cancel and terminate the contract without notice. The Contractor shall advise each insuring agency to automatically renew all policies and coverage in force at the start of and resulting from this contract until specified coverage needs are revised.

34

Page 35:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

13.1 Cancellation by University

The University may cancel this contract for breach, as determined by the University, as a result of Contractor’s failure to comply with the terms and conditions of the contract. This may include any cessation or diminution of service including but not limited to failure to maintain adequate personnel, whether arising from labor disputes, or otherwise any substantial change in ownership or proprietorship of the Contractor which in the opinion of the University is not in its best interest.

13.2 Written Notice

The University shall provide ten (10) calendar days written notice of contract breach. Unless within ten (10) calendar days such neglect has ceased and arrangements made to correct, the University may cancel the contract by giving a sixty (60) day notice in writing by registered or certified mail of its intention to cancel this contract.

13.3 Cancellation by Contractor

Should the University breach any terms or provisions of this contract, the Contractor shall serve written notice on the University setting forth the alleged breach and demanding compliance with the contract. Unless within ten (10) calendar days after receiving such notice, the allegation shall be contested or such breach shall cease and arrangements be made for corrections, the Contractor may cancel the contract by giving a sixty (60) day notice, in writing, by registered or certified mail of its intention to cancel this contract.

13.4 Termination by Either Party

The contract may be terminated by either party on the anniversary of the effective date in any subsequent year of the contract, if either party provides the other party with written notice one hundred and twenty (120) days prior to such anniversary date.

14 Contractor Agrees to Indemnify and Hold Harmless

The Contractor agrees to indemnify, defend and hold harmless the Board of Regents of the University of Wisconsin System, its officers, employees and agents from and against any and all claims, losses, liability, costs or expenses (thereinafter collectively referred to as “claims”) occurring in connection with or in any incidental to or arising out of the occupancy, use, service, operations or performance of work in connection with this contract, but only to the extent that such claims are caused by the negligence, misconduct or other fault of the Contractor, it’s agents, employees, subcontractors or Contractors.

15 Nondiscrimination and Affirmative Action

Failure to comply with the conditions of this clause may result in the Contractor becoming declared an “ineligible” Contractor, termination of the contract or withholding of payment.

In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in s.51.01(5), Wis. Stats., sexual orientation or national origin. This provision shall include, but not be limited to, the following employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other orientation, the Contractor further agrees to take affirmative action to ensure equal employment opportunities.

35

Page 36:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

The Contractor agrees to post in conspicuous places, available for employees and applicants for employment, a notice to be provided by the contracting state agency that sets forth the provisions of the State of Wisconsin nondiscrimination clause. Failure to comply with the conditions of this clause may result in termination of the contract.

To the extent required by law, 41 CFR 60-1/4 (a) and (b) are incorporated by reference in this contract. Additionally, Contractor certifies that the company complies with 41 CFR 60-1.8 and does not and will not maintain any facilities provided for employees in a segregated manner. Contractor further agrees that he or she will obtain identical certification from any subcontractors.

16 Contractor to Provide Required Services

The Contractor shall provide the services described in the Proposal and Contractor’s response to the Proposal. The Contractor shall furnish all supplies, equipment, management and labor necessary for the efficient operation of the specified services included in this contract, subsequent extensions and amendments.

The Contractor agrees that items relative to obtaining Title and Total Compensation Study Services not covered herein may be added by the University to this Contract without voiding provisions of the existing Contract. Additional services shall be furnished to the University by the Contractor with additional considerations.

17 Service Exclusivity

It is the intent of the University to acquire the Title and Total Compensation Study Services exclusively from the Contractor. Title and Total Compensation Study Services shall include the exclusive research operation, data gathering, data analysis and database maintenance by the Contractor of all aspects of Title and Total Compensation Study Services.

Exclusive operation does not include any research, studies or HR project/studies or other selected items or services as determined by the Campus Contract Administrator, Senior Associate Vice President & Chief Human Resource Officer of Wisconsin System Administration.

18 Permits, Licenses and Taxes

The Contractor shall be financially responsible for obtaining all required permits, licenses (including parking) and bonds to comply with pertinent Board of Regents, University of Wisconsin System regulations, and municipal, county, state and federal laws and shall assume liability for all applicable taxes including but not restricted to sales, property and beverages.

19 Service Performance Expectation

The Contractor shall meet regularly with the C.A and authorized H.R.C.A (and / or other staff designated by the H.R.C.A.). Periodic reviews, conducted jointly by the H.R.C.A. and the Contractor shall be made to ensure that the staffing pattern, servicing structure and other phases of the operation are conducted in the most efficient manner. The purpose of the review is to ensure that the University is provided with quality, convenient Title and Total Compensation Study and Implementation and Reporting Services at the most reasonable prices possible. Contractor shall cooperate at all times to maintain maximum efficiency and good public relations with the University of Wisconsin System and staffs.

36

Page 37:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

20 Business Review

After the initial contract year, the parties may upon mutual agreement adjust the specific terms of this contract where circumstances beyond the control of either party require adjustments. All adjustments shall be proposed in writing by the University to System Administration Office of Procurement for approval prior to becoming effective. All required contract amendment(s) shall be issued by the System Administration Office of Procurement.

21 Additions to the Contract

It is specifically understood and agreed that such items relative to Title and Total Compensation Study which are not herein covered may be added to this RFP and resulting contract by the University without voiding in any manner the provisions of the existing contract. Such additional items shall be furnished by the contractor to the University with such additional consideration as is necessary to make it legally enforceable.

22 Sub-Contracts

The University requires prior approval of all sub-contract agreements associated with Title and Total Compensation Study Services the Contractor intends to enter into on behalf of the University. Each contract/agreement shall include specifications which accurately state the responsibilities of the subcontractor, services to be provided, prices and operational and financial terms, including discounts. Each agreement/contract shall contain a hold harmless provision holding the University harmless and sufficient liability insurance coverage to satisfy the requirements of the University System Risk Management.

The University shall be provided final copy of all resulting contracts/agreements and subsequent amendments by the Contractor for the files of UW System Office of Procurement and the Campus Contract Administrator.

37

Page 38:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Section C

1 Cost Proposal Form (Scored up to 300 points by UWSA)

The proposer must complete the Cost Proposal in Section C. This form must be submitted with the proposal in a separate sealed envelope.

COST PROPOSAL FORM FOR TITLE AND TOTAL COMPENSATION STUDY, UNIVERSITY OF WISCONSIN SYSTEM: We, the undersigned, in compliance with Proposal Request Number PS-17-2654 for Title and Total Compensation Study Services dated September 29, 2016 hereby propose the following charges for Title and Total Compensation Study Services at the University of Wisconsin System, as follows. In making this proposal we acknowledge that we have read and understand this Proposal Request, and hereby submit our proposal in accordance with the terms and conditions of the proposal specifications and agree to fulfill our legal obligations pursuant to these Title and Total Compensation Study Services contractual provisions. Alternate proposals shall only be considered if the proposer submitting the alternate meets the University’s qualifications and is under consideration of contract award based on their response to the requirements of the enclosed Proposal Submittal Form.

1.1 Cost Proposal: Title and Compensation Study (Phases 1, 2, 3, 4, 5 and 6)

Phase Number: Project Fee Bid:Phase 1: Design study strategy

Develop strategy that identifies all study methods, components, milestones and timelines** Define and confirm total compensation philosophy***

Phase 2: Assess positions and develop new job title structure Collect and review information about UW jobs using standard formats (e.g., review position descriptions, administer questionnaires to

employees, conduct interviews/focus groups*** Review position duties to determine whether they meet the FLSA duties test to be exempt from the FLSA*** Define job family structures to identify career “lattice” opportunities and enable comparisons of similar jobs*** Create new job title structures and individual titles based on job families, higher-education titling practices and competencies**

Phase 3: Create compensation structure Obtain relevant local, regional and national labor market data comparing each university job family with corresponding positions in

similarly situated public and private organizations and institutions.** Create market-informed compensation structures to allow institutions to successfully compete for, and retain, talent** Integrate compensation system with new title structure and resolve any issues (e.g., where employees are placed in the new

structure)*** Define pay guidelines for managing compensation in the new structure*** Institutions may develop strategies (i.e. priorities) to address compensation issues as permitted within state statutes* Define how compensation structure will be updated and maintained**

Phase 4: Review benefits/work-life and leave structures Review and analyze current UW benefits and leave programs/structures** Identify widely used and leading-practice benefits/work-life strategies in the marketplace including other higher education institutions** Conduct a comparative analysis of UW Benefits vs the marketplace** Propose a revised benefits structure**

Phase 5: Implement new structures Develop steps and timeline for implementation of new title/compensation and benefits system*** Implement new titling/compensation and benefit policies and structures* Create and implement resolution mechanism for resolving employee disagreements* Train central and distributed HR staff to maintain new system**

Phase 6: Conduct Formal Follow-up Reviews Follow-up Reviews will be conducted 6 months, 1 year, 2 years and 4 years after implementation in order to review and recalibrate

structures.**

Total Cost:

Note: Designation of required resources:* University of Wisconsin System resources** Consultant resource***Both University of Wisconsin System and consultant resources

38

Page 39:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

1.2 Addenda Acknowledgement

THE BELOW ADDENDA HAVE BEEN RECEIVED AND CONSIDERED IN PREPARATION OF THIS BID. PLEASE COMPLETE THE ACKNOWLEDGMENT BY SIGNING AND INSERTING THE DATE OF THE ADDENDA.

WE ACKNOWLEDGE: ADDENDUM #1 DATE _________

ADDENDUM #2 DATE _________

SIGNED ___________________________________________

TITLE _____________________________________________

FIRM ______________________________________________

ADDRESS __________________________________________

CITY ______________________________________________

STATE ZIP ______________________________

TELEPHONE _______________________________________

FAX _______________________________________________

Email ______________________________________________

Fein ______________________________________________

2 Standard Terms and Conditions

39

Page 40:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

Wisconsin Department of AdministrationChs. 16, 19, 51DOA-3054 (R10/2005)Page 1 of 3

Standard Terms And Conditions(Request For Bids / Proposals)

1.0 SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The State of Wisconsin shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal.

2.0 DEVIATIONS AND EXCEPTIONS: Deviations and excep-tions from original text, terms, conditions, or specifications shall be described fully, on the bidder's/proposer's letter-head, signed, and attached to the request. In the absence of such statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifica-tions and the bidders/proposers shall be held liable.

3.0 QUALITY: Unless otherwise indicated in the request, all material shall be first quality. Items which are used, demonstrators, obsolete, seconds, or which have been discontinued are unacceptable without prior written approval by the State of Wisconsin.

4.0 QUANTITIES: The quantities shown on this request are based on estimated needs. The state reserves the right to increase or decrease quantities to meet actual needs.

5.0 DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified.

6.0 PRICING AND DISCOUNT: The State of Wisconsin quali-fies for governmental discounts and its educational institu-tions also qualify for educational discounts. Unit prices shall reflect these discounts.

6.1 Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price shall govern in the bid/proposal evaluation and contract administration.

6.2 Prices established in continuing agreements and term contracts may be lowered due to general market conditions, but prices shall not be subject to increase for ninety (90) calendar days from the date of award. Any increase proposed shall be submitted to the contracting agency thirty (30) calendar days before the proposed effective date of the price increase, and shall be limited to fully documented cost increases to the Contractor which are demonstrated to be industrywide. The conditions under which price increases may be granted shall be expressed in bid/proposal documents and contracts or agreements.

6.3 In determination of award, discounts for early payment will only be considered when all other con-ditions are equal and when payment terms allow at least fifteen (15) days, providing the discount terms are deemed favorable. All payment terms must allow the option of net thirty (30).

7.0 UNFAIR SALES ACT: Prices quoted to the State of Wisconsin are not governed by the Unfair Sales Act.

8.0 ACCEPTANCE-REJECTION: The State of Wisconsin reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the State of Wisconsin.

Bids/proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid/proposal is due. Bids/proposals date and time stamped in another office will be rejected. Receipt of a bid/proposal by the mail system does not constitute receipt of a bid/proposal by the purchasing office.

9.0 METHOD OF AWARD: Award shall be made to the lowest responsible, responsive bidder unless otherwise specified.

10.0 ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the Contractor by an authorized agency. No other purchase orders are authorized.

11.0 PAYMENT TERMS AND INVOICING: The State of Wisconsin normally will pay properly submitted vendor invoices within thirty (30) days of receipt providing goods and/or services have been delivered, installed (if required), and accepted as specified.

Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order including reference to purchase order number and submittal to the correct address for processing.

A good faith dispute creates an exception to prompt payment.

12.0 TAXES: The State of Wisconsin and its agencies are exempt from payment of all federal tax and Wisconsin state and local taxes on its purchases except Wisconsin excise taxes as described below.

The State of Wisconsin, including all its agencies, is required to pay the Wisconsin excise or occupation tax on its purchase of beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel and general aviation fuel. However, it is exempt from payment of Wisconsin sales or use tax on its purchases. The State of Wisconsin may be subject to other states' taxes on its purchases in that state depending on the laws of that state. Contractors perform-ing construction activities are required to pay state use tax on the cost of materials.

13.0 GUARANTEED DELIVERY: Failure of the Contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the Contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include the administrative costs.

14.0 ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written

40

Page 41:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

Wisconsin Department of AdministrationChs. 16, 19, 51DOA-3054 (R10/2005)Page 1 of 3

Standard Terms And Conditions(Request For Bids / Proposals)

contract and/or order with referenced parts and attach-ments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority.

15.0 APPLICABLE LAW AND COMPLIANCE: This contract shall be governed under the laws of the State of Wisconsin. The Contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The State of Wisconsin reserves the right to cancel this contract if the Contractor fails to follow the requirements of s. 77.66, Wis. Stats., and related statutes regarding certification for collection of sales and use tax. The State of Wisconsin also reserves the right to cancel this contract with any federally debarred Contractor or a Contractor that is presently identified on the list of parties excluded from federal procurement and non-procurement contracts.

16.0 ANTITRUST ASSIGNMENT: The Contractor and the State of Wisconsin recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Wisconsin (purchaser). Therefore, the Contractor hereby assigns to the State of Wisconsin any and all claims for such overcharges as to goods, materials or services purchased in connection with this contract.

17.0 ASSIGNMENT: No right or duty in whole or in part of the Contractor under this contract may be assigned or dele-gated without the prior written consent of the State of Wisconsin.

18.0 WORK CENTER CRITERIA: A work center must be certi-fied under s. 16.752, Wis. Stats., and must ensure that when engaged in the production of materials, supplies or equipment or the performance of contractual services, not less than seventy-five percent (75%) of the total hours of direct labor are performed by severely handicapped individuals.

19.0 NONDISCRIMINATION / AFFIRMATIVE ACTION: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in s. 51.01(5), Wis. Stats., sexual orientation as defined in s. 111.32(13m), Wis. Stats., or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Except with respect to sexual orientation, the Contractor further agrees to take affirmative action to ensure equal employment opportunities.

19.1 Contracts estimated to be over twenty-five thousand dollars ($25,000) require the submission of a written affirmative action plan by the Contractor. An exemption occurs from this requirement if the Contractor has a workforce of less than twenty-five (25) employees. Within fifteen (15) working days after the contract is awarded, the Contractor must

submit the plan to the contracting state agency for approval. Instructions on preparing the plan and technical assistance regarding this clause are available from the contracting state agency.

19.2 The Contractor agrees to post in conspicuous places, available for employees and applicants for employment, a notice to be provided by the contracting state agency that sets forth the provisions of the State of Wisconsin's nondiscrimination law.

19.3 Failure to comply with the conditions of this clause may result in the Contractor's becoming declared an "ineligible" Contractor, termination of the contract, or withholding of payment.

20.0 PATENT INFRINGEMENT: The Contractor selling to the State of Wisconsin the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The Contractor covenants that it will at its own expense defend every suit which shall be brought against the State of Wisconsin (provided that such Contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit.

21.0 SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the State of Wisconsin must comply fully with all safety requirements as set forth by the Wisconsin Administrative Code and all applicable OSHA Standards.

22.0 WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the Contractor.

23.0 INSURANCE RESPONSIBILITY: The Contractor performing services for the State of Wisconsin shall:

23.1 Maintain worker's compensation insurance as required by Wisconsin Statutes, for all employees engaged in the work.

23.2 Maintain commercial liability, bodily injury and prop-erty damage insurance against any claim(s) which might occur in carrying out this agreement/contract. Minimum coverage shall be one million dollars ($1,000,000) liability for bodily injury and property damage including products liability and completed operations. Provide motor vehicle insurance for all owned, non-owned and hired vehicles that are used in carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per occurrence combined single limit for automobile liability and property damage.

23.3 The state reserves the right to require higher or lower limits where warranted.

41

Page 42:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

Wisconsin Department of AdministrationChs. 16, 19, 51DOA-3054 (R10/2005)Page 1 of 3

Standard Terms And Conditions(Request For Bids / Proposals)

24.0 CANCELLATION: The State of Wisconsin reserves the right to cancel any contract in whole or in part without penalty due to non-appropriation of funds or for failure of the Contractor to comply with terms, conditions, and specifications of this contract.

25.0 VENDOR TAX DELINQUENCY: Vendors who have a delinquent Wisconsin tax liability may have their payments offset by the State of Wisconsin.

26.0 PUBLIC RECORDS ACCESS: It is the intention of the state to maintain an open and public process in the solicitation, submission, review, and approval of procurement activities.

Bid/proposal openings are public unless otherwise speci-fied. Records may not be available for public inspection prior to issuance of the notice of intent to award or the award of the contract.

27.0 PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request, must be clearly stated in the bid/proposal itself. Proprietary information submitted in response to a request will be handled in accordance with applicable State of Wisconsin procurement regulations and the Wisconsin public records law. Proprietary restrictions normally are not accepted. However, when accepted, it is the vendor's responsibility to defend the determination in the event of an appeal or litigation.

27.1 Data contained in a bid/proposal, all documentation provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented. All data, docu-mentation, and innovations become the property of the State of Wisconsin.

27.2 Any material submitted by the vendor in response to this request that the vendor considers confidential and proprietary information and which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or material which can be kept confidential under the Wisconsin public records law, must be identified on a Designation of Confidential and Proprietary Information form (DOA-3027). Bidders/proposers may request the form if it is not part of the Request for Bid/Request for Proposal package. Bid/proposal prices cannot be held confidential.

28.0 DISCLOSURE: If a state public official (s. 19.42, Wis. Stats.), a member of a state public official's immediate family, or any organization in which a state public official or a member of the official's immediate family owns or controls a ten percent (10%) interest, is a party to this agreement, and if this agreement involves payment of more than three thousand dollars ($3,000) within a twelve (12) month period, this contract is voidable by the state unless appropriate disclosure is made according to s. 19.45(6), Wis. Stats., before signing the contract. Disclosure must be made to the State of Wisconsin Ethics Board, 44 East Mifflin Street, Suite 601, Madison, Wisconsin 53703 (Telephone 608-266-8123).

State classified and former employees and certain University of Wisconsin faculty/staff are subject to separate disclosure requirements, s. 16.417, Wis. Stats.

29.0 RECYCLED MATERIALS: The State of Wisconsin is required to purchase products incorporating recycled materials whenever technically and economically feasible. Bidders are encouraged to bid products with recycled content which meet specifications.

30.0 MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemi-cal, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s).

31.0 PROMOTIONAL ADVERTISING / NEWS RELEASES: Reference to or use of the State of Wisconsin, any of its departments, agencies or other subunits, or any state offi-cial or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the State of Wisconsin. Release of broadcast e-mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency.

32.0 HOLD HARMLESS: The Contractor will indemnify and save harmless the State of Wisconsin and all of its officers, agents and employees from all suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or property resulting from the operations of the Contractor, or of any of its Contractors, in prosecuting work under this agreement.

33.0 FOREIGN CORPORATION: A foreign corporation (any corporation other than a Wisconsin corporation) which becomes a party to this Agreement is required to conform to all the requirements of Chapter 180, Wis. Stats., relating to a foreign corporation and must possess a certificate of authority from the Wisconsin Department of Financial Institutions, unless the corporation is transacting business in interstate commerce or is otherwise exempt from the requirement of obtaining a certificate of authority. Any foreign corporation which desires to apply for a certificate of authority should contact the Department of Financial Institutions, Division of Corporation, and P.O. Box 7846, Madison, WI 53707-7846; telephone (608) 261-7577.

34.0 WORK CENTER PROGRAM: The successful bidder/proposer shall agree to implement processes that allow the State agencies, including the University of Wisconsin System, to satisfy the State's obligation to purchase goods and services produced by work centers certified under the State Use Law, s.16.752, Wis. Stat. This shall result in requiring the successful bidder/proposer to include products provided by work centers in its catalog for State agencies and campuses or to block the sale of comparable items to State agencies and campuses.

35.0 FORCE MAJEURE: Neither party shall be in default by reason of any failure in performance of this Agreement in accordance with reasonable control and without fault or negligence on their part. Such causes may include, but are not restricted to, acts of nature or the public enemy, acts of the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather, but in every case the failure to perform such must be beyond the reasonable control and without the fault or negligence of the party.

42

Page 43:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Section D

1 Appendix No. 1

Appendix No. 1 Informational Documentation

University of System

Information as of August 2016

The potential bidders of this contract shall be provided the following pertinent information by the University, along with the specifications for this Request for Proposal (RFP).

The information is for the most recent and complete fiscal year. Realistic projections may be used where necessary.

The data provided in Appendix No. 1 attached to these specifications does not constitute terms of the resulting contract, nor will it become a part of the contract. Data is attached for informational purposes.

1.1.1 Title and Compensation Current State Program

Proposers may view the current UW System Job Titles at the following website:o UW-Madison Titles: http://www.ohr.wisc.edu/polproced/UTG/o UW System Titles: https://www.wisconsin.edu/ohrwd/download/policies/ops/tc2.pdf

Proposers may view the current UW System Compensation at the following website: https://www.wisconsin.edu/ohrwd/download/policies/ops/tc3.pdf

Proposers may view a report regarding the Madison HR Design (compensation and job title section may be of particular interest): https://hrdesign.wisc.edu/content/uploads/2013/04/HRD-Plan-Revised-11-19-2012-.pdf

1.1.2 Shared Governance Policies

University Personnel Systems: Regent Policy Document 20-21 Faculty Governance: Wis. Stat. § 36.09(4) Academic Staff Governance: Wis. Stat. § 36.09(4m) Student Governance: Wis. Stats. § 36.09 (5) University Staff Governance: Regent Policy Document 20-20

43

Page 44:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2 Attachments

2.1 Attachment No. 1 - Vendor Information – DOA 3477

VENDOR INFORMATION

1. Proposing Company Name:

Fein: Fax:

Phone: Toll Free Phone:

Address:

City: State: Zip:

2. Name of person we may contact in the event there are questions about your Proposal.

Name: Title:

Phone: Toll Free Phone:

Fax:

Address:

3. Vendor that is awarded this contract will be required to submit affirmative action information to the University. Please name the person in your company we may contact about this plan.

Name: Title:

Phone: Toll Free Phone:

Fax:

44

Page 45:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

Address:

4. Mailing address where state purchase orders are to be mailed.

Name: Title:

Phone: Toll Free Phone:

Fax:

Address:

RETURN THIS PAGE WITH PROPOSAL

45

Page 46:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2.2 Attachment No. 2 – Vendor Client Reference - DOA 3478

Vendor Client Reference

Company 1 Name:

Address (include Zip + 4):

Contact Person: Phone No.:

Products and/or Services used:

Email:

Company 2 Name:

Address (include Zip + 4):

Contact Person: Phone No.:

Products and/or Services used:

Email:

Company 3 Name:

Address (include Zip + 4):

Contact Person: Phone No.:

Products and/or Services used:

Company 4 Name: Email:

Address (include Zip + 4):

Contact Person: Phone No.:

Products and/or Services used:

Email:

RETURN THIS PAGE WITH PROPOSAL

46

Page 47:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2.3 Attachment No. 3 – Bank Reference

Bank Reference

Bank 1 Name:

Address (include Zip + 4):

Contact Person: Phone No.:

Products and/or Services used:

Bank 2 Name:

Address (include Zip + 4):

Contact Person: Phone No.:

Products and/or Services used:

Bank 3 Name:

Address (include Zip + 4):

Contact Person: Phone No.:

Products and/or Services used:

Bank 4 Name:

Address (include Zip + 4):

Contact Person: Phone No.:

Products and/or Services used:

RETURN THIS PAGE WITH PROPOSAL

47

Page 48:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2.4 Attachment No. 4 – Terms and Conditions

TERMS AND CONDITIONS

If awarded this PROPOSAL, we agree to all the terms and conditions of this PROPOSAL (including all attachments), PROPOSAL addenda and revisions, and the Proposal of the successful Proposer, and additional terms agreed to, in writing, by the agency and the Contractor shall become part of the contract. I understand that failure to accept and carry out this contractual agreement in its entirety may result in a cancellation of award.

Proposer:

By:

Printed Name:

Title:

Date:

2.5 Attachment No. 5 - Proposer Information

Proposer Information

Contractor:

Ordering/Expediting:

Invoice Information:

Contract Renewal/Cancellation:

Contract Problems:

Returns:

Phone No.:

Fax No.:

RETURN THIS PAGE WITH PROPOSAL

48

Page 49:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2.6 Attachment No. 6 – Designation of Confidential and Proprietary Information DOA 3027

DESIGNATION OF CONFIDENTIAL AND PROPIETARY INFORMATION

THE ATTACHED MATERIAL SUBMITTED IN RESPONSE TO Proposal No. PS-16-2157 includes proprietary and confidential information which qualifies as trade secret, as provided in Section 19.36(5), Wis. Stats., or is otherwise material that can be kept confidential under the Wisconsin Open Records Law. As such, we ask that certain pages, as indicated below, of this Proposal/Proposal Response be treated as confidential material and not be released without our written approval. We request that the following pages not be released:

Section Page# Topic

IN THE EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFORMATION IS CHALLENGED, THE UNDERSIGNED HEREBY AGREES TO PROVIDE LEGAL COUNSEL OR OTHER NECESSSARY ASSISTANCE TO DEFEND THE DESIGNATION OF CONFIDENTIALITY.

This does not apply to Proposal or Proposal prices. Prices are always open. Other information usually cannot be kept confidential unless it is a trade secret. Trade secret is defined in s.134.90 (1) (c), Wis. Stats. As follows: “Trade secret” means information, including a formula, pattern, compilation, program, device, method, technique or process to which all of the following apply: 1. The information derives independent economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by, other persons who can obtain economic value from its disclosure or use. 2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances. Failure to include this form in the Proposal/Proposal Response may mean that all information provided as part of the Proposal response will be open to examination and copying. The state considers other markings of confidential in the Proposal document to be insufficient. The undersigned agrees to hold the state harmless for any damages arising out of the release of any materials unless they are specifically identified above.

Name Authorized Representative Company Name

Signature Authorized Representative Date

RETURN THIS PAGE WITH PROPOSAL

49

Page 50:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2.7 Attachment No. 7 - AffidavitUniversity of Wisconsin System780 Regent StreetMadison, WI 53715

This completed affidavit must be submitted with the bid/proposal. Proposer Preference: Please indicate below if claiming a proposer preference:

☐ Minority Business Preference (§ 16.75(3m), Wis. Stats.) – Must be certified by the Wisconsin Department of Administration. If you have questions concerning the certification process, contact the Department of Administration, 101 E Wilson St, 6th floor, PO Box 7970, Madison, WI, 53707 or (608) 267-9550.

☐ Work Center Preference (§ 16.752, Wis. Stats.) Must be certified by the State of Wisconsin Use Board. If you have questions concerning the certification process, contact the Wisconsin State Use Board, 101 East Wilson St, 6th floor, PO Box 7867, Madison WI, 53707 or (608) 266-2553

American-Made Materials: The materials covered in our proposal were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United States.

☐ Yes ☐ No ☐ Unknown ☐ N/A (Does not apply)

Services Performed in the United States (2009 Wis. Act 136): All services provided to the University of Wisconsin System or any of its campuses under this proposal will be performed in the United States.

☐ Yes ☐ No ☐ N/A (Does not apply)

Non-Collusion: In signing this proposal we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free trade; that no attempt has been made to induce any other person or firm to submit or not to submit a proposal; that this proposal has been independently arrived at without collusion with any other proposer, competitor, or potential competitor; that this proposal has not been knowingly disclosed prior to opening of proposals to any other proposer or competitor; that the above statement is accurate under penalty of perjury.

We will comply with all terms, conditions, and specifications required by the State of Wisconsin in this Announcement of Bid/Proposal and the terms of our Bid/Proposal.

Authorized Representative: Title:

(Type or Print)

Authorized Representative: Date:

(Signature)

Company Name: Telephone:

50

Page 51:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2.8 Attachment No. 8 – University of Wisconsin Statistics

UW Doctoral UniversitiesStudents (2015-16) Employees (Fall 2014)

UndergraduateStudents

Graduate and

ProfessionalStudents

StudentTotal Faculty

InstructionalAcademic Staff

Non-Instructional

Academic Staff

UniversityStaff

Administratorsand Academic

LeadersGraduateAssistants

EmployeeTotal

UW-Madison 31,365 11,669 43,064 2,124 2,270 6,185 5,210 468 5,339 21,596UW-Milwaukee 22,284 4,835 27,119 814 861 983 1,015 188 1,245 5,106

Total 53,649 16,534 70,183 2,938 3,131 7,168 6,225 656 6,584 26,702

UW Comprehensive UniversitiesStudents (2015-16) Employees (Fall 2014)

UndergraduateStudents

Graduate and

ProfessionalStudents

StudentTotal Faculty

InstructionalAcademic

Staff

Non-Instructional

Academic StaffUniversity

Staff

Administratorsand Academic

LeadersGraduateAssistants

EmployeeTotal

UW-Eau Claire 9,956 575 10,531 396 174 215 432 67 42 1,326UW-Green Bay 6,528 251 6,779 166 118 195 197 43 11 730UW-La Crosse 9,702 784 10,486 378 198 249 349 74 120 1,368UW-Oshkosh 12,710 1,349 14,059 328 291 381 408 70 73 1,551UW-Parkside 4,300 143 4,443 107 116 111 153 39 0 526UW-Platteville 7,983 967 8,950 247 179 193 316 72 25 1,032UW-River Falls 5,507 451 5,958 196 158 130 222 42 11 759UW-Stevens Point 8,857 398 9,255 330 175 266 388 65 59 1,283UW-Stout 8,388 1,147 9,535 276 225 235 396 72 81 1,285UW-Superior 2,362 127 2,489 108 51 114 130 31 0 434UW-Whitewater 11,142 1,209 12,351 367 246 233 392 66 83 1,387

Total 87,435 7,401 94,836 2,899 1,931 2,322 3,383 641 505 11,681

UW Colleges, UW-Extension and UW System AdministrationStudents (2015-16) Employees (Fall 2014)

UndergraduateStudents

Graduate and

ProfessionalStudents

StudentTotal Faculty

InstructionalAcademic

Staff

Non-Instructional

Academic StaffUniversity

Staff

Administratorsand Academic

LeadersGraduateAssistants

EmployeeTotal

13 UW CollegesCampuses/Online 13, 552 — 13,552 283 380 216 204 80 0 1,163

UW-Extension*Statewide — — — 264 117 488 207 71 6 1,153

UW SystemAdministration — — — — — 23 189 61 3 276

*UW-Extension Statistics (2013, 2013-2014)Total Contacts, 1,296,976Conference Participants, 58,133 at 1,687 eventsCooperative Extension faculty and staff reach the public through direct teaching, publications, exhibits, mass and social media, videoconferences, phone contacts, letters, websites and computer/phone networks. Cooperative Extension contacts are for calendar year 2013, except for the Wisconsin Geological and Natural History Survey contacts which are reported by fiscal year (July 2013-June 2014).

UW System Totals

Students (2015-16) Employees (Fall 2014)

UndergraduateStudents

Graduate andProfessional

StudentsStudent

Total Faculty

InstructionalAcademic

Staff

Non-Instructional

Academic StaffUniversity

Staff

Administratorsand Academic

LeadersGraduateAssistants

EmployeeTotal

Total 154,636 23,935 178,571 6,384 5,559 10,217 10,208 1,509 7,098 40,975

Data Source

University of Wisconsin System Administration, Student Statistics, SSB Reportshttps://www.wisconsin.edu/reports-statistics/educational-statistics/student-statistics/ University of Wisconsin System Administration, Accountability Dashboard, Faculty & Staffhttps://www.wisconsin.edu/accountability/faculty-and-staff/ 2014-2015 Fact Book, A Reference Guide to University of Wisconsin System Statistics and General Information

https://www.wisconsin.edu/download/publications(2)/Fact-Book.pdf

51

Page 52:  · Web viewLate proposals will be rejected. Proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the proposal is due. Proposals

RFP PS-17-2654

2.9 Attachment No. 9 - Bid Submittal Checklist

PS-17-2654Bid Submittal Checklist

Required Cost Proposal Forms (Must be Sealed in a Separate Envelope):Section C, Number 1 Cost Proposal, Item 1.1

Section C, Number 1, Addenda Acknowledgement 1.2

Required Proposal Documentation (With No Mention of Cost Proposals):Attachment No. 1: Vendor Information DOA 3477

Attachment No. 2: Vendor Client Reference DOA 3478

Attachment No. 3: Bank Reference

Attachment No. 4: Terms and Conditions

Attachment No. 5: Proposer Information

Attachment No. 6: Designation of Confidential and Proprietary Information

Attachment No. 7: Affidavit

Note: This checklist is to help proposers ensure their submittal packet is complete. This sheet does not need to be returned as part of the proposal submittal.

52