STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

Size: px
Start display at page:

Download "STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID"

Transcription

1 STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. BD April 26, 2013 The California Correctional Health Care Services (CCHCS) and the California Department of Corrections and Rehabilitation (CDCR), hereafter referred to as the State, is inviting responses to this Invitation for Bid (IFB) entitled Temporary/Relief Recreation Therapy Services. For a list of CDCR Participating Adult Institutions and Division of Juvenile Justice Facilities, please refer to Exhibit H. This IFB package contains the following documents (except as otherwise indicated). Please note that Bidder must comply with the requirements contained in all of these documents. Notice to Prospective Bidders Bid Submittal Checklist (CCHCS-MC-331) Bidder Certification (CCHCS-MC-333) Bid Rate Sheet- (Excel spreadsheet file version) Sample Standard Agreement (STD 213) Exhibit A - Scope of Work Exhibit A-1- Service Specification Exhibit A-2- Provider s Responsibilities Sample Exhibit B-1 - Rate Sheet and Hierarchy Chart The following documents are incorporated in this bid package by reference only and are available on the internet at: Bidder may request a hard copy of these documents by contacting the CCHCS contract analyst listed below. 1. Exhibit C - General Terms and Conditions for Private Contractors (GTC-610). 2. Standard Contractor Certification Clauses (CCC-307) Page 1 of 2

2 The following documents are incorporated in this bid package by reference only and are available on the internet at: Bidder may request a hard copy of these Exhibits by contacting the CCHCS contract analyst listed below: 1. Exhibit B Budget Detail and Payment Provisions 2. Exhibit D - Special Terms and Conditions & Additional Provisions 3. Exhibit F - Definitions 4. Exhibit G Business Associates Agreement (HIPAA) 5. Exhibit J California State Adult Institutions and Facilities Map Exhibit H - List of CDCR Participating Adult Institutions and Division of Juvenile Justice Facilities Payee Data Record (STD 204) Subcontractor/Consultant List OBS 550 Non-Small Business Subcontractor Preference Request (If Applicable) OBS 551 Small Business Subcontractor/Supplier Acknowledgement (If Applicable) Acord Certificate of Insurance Sample Darfur Contracting Act Iran Contracting Act CDCR 1786 DVBE Participation in Exempt Contracts Contractor Contact Information (CCHCS-MC-332) Commercially Useful Function Certification Form (CCHCS-MC-345) Noncollusion Declaration (CCHCS-MC-379) Declaration of Capacity to Provide Service Form It is the opinion of the State, that this IFB is complete and without need of explanation. This IFB can be made available in a specific text-only format on a compact disc as a disability-related reasonable accommodation compliant with the California Government Code and Americans with Disabilities Act (ADA). If Bidder has any questions regarding this IFB, need to request an ADA compliant copy of the IFB, or any documents are missing, immediately contact the person identified below. Joanne Peschko Phone: Fax: CCHCS Contract Analyst s Joanne.Peschko@cdcr.ca.gov Bid Information Medical Contracts (916) Page 2 of 2

3 THE STATE OF CALIFORNIA Department of Corrections and Rehabilitation NOTICE TO PROSPECTIVE BIDDERS TEMPORARY/RELIEF RECREATION THERAPY SERVICES I. PROJECTED TIMETABLE The following dates are set forth for informational and planning purposes only and are subject to change. IFB Available to Prospective Bidders April 26, 2013 Deadline for Questions May 2, 2013 Deadline for Responses to Questions May 7, 2013 Submission of Bid Public Bid Opening May 13, 2013 at 3:00 pm May 15, 2013 at 10:00 am Anticipated Date for Transition of Services June 17, 2013 Anticipated Date for Commencement of Services Term End Date of Agreement December 31, 2015 July 17, 2013 or Upon Approval whichever occurs later II. FUNDING The bid rate cap for this agreement has been set at $50.45 per hour. Any bid received that exceeds the bid rate cap of $50.45 per hour shall be rejected. III. BIDDER QUALIFICATIONS AND LICENSING REQUIREMENTS Bidder qualifications and licensing requirements (if any) are specified below and/or in Exhibit A and A-1. Unless otherwise stated, Bidder shall meet all qualifications and licensing requirements at the time of the public bid opening. IV. REQUIRED DISCLOSURES a. Bidder is required to provide an organizational chart with names, professions, and license numbers for all shareholders, directors, and officers if the entity is a corporation; and for all partners and others who have an ownership interest if the bidder is not a corporation. Page 1 of 10

4 b. If the bidder is a corporation, the bidder is required to identify all parent corporations and all corporations in which the bidder has an interest, and to provide the information in item a above for each of those entities. c. Bidder is required to identify any existing financial relationship with other vendors that may be part of its proposal (if those relationships would be permissible under the contract that CDCR is procuring), and explain why those relationships will not constitute a real or perceived conflict of interest. CCHCS/CDCR may request additional information at the time of award from the Contractor that will prove the absence of any relationship that could constitute a conflict of interest or otherwise impede the ability of the Contractor to protect the interests of CCHCS/CDCR. d. Bids will be found to be non-responsive for any bidders who have the same owner, shareholder, director and/or officer as any other bidder / proposer. e. Contractor is required to self-identify during the contract s term any changes to the information provided in response to a, b, or c above. f. Bidder is required to submit the completed Noncollusion Declaration and Declaration of Capacity to Provide Services forms with the bid. V. BID SUBMISSION REQUIREMENTS Sealed bids with required documents for this IFB must be delivered to one of the designated addresses provided below, and must be received and time stamped at one of the locations listed below no later than the date and time specified in Section I of this IFB, Projected Timetable, Submission of Bid. Any bid received after the date and time specified in this IFB shall NOT be considered. If multiple bids are being submitted for various IFBs, each must be in its own envelope and must comply with all instructions specified in the IFB. The postmark on the bid proposal envelope shall not constitute timely delivery. NOTE: Bidders are ultimately responsible for ensuring timely receipt of their bid. Bidders should verify receipt of a bid by contacting the CCHCS Contract Analyst identified in the cover letter of this IFB. MAIL DELIVERY: OVERNIGHT MAIL California Correctional Health Care Services Medical Contracts Attention: Joanne Peschko P.O. Box Elk Grove, CA California Correctional Health Care Services Medical Contracts Attention: Joanne Peschko 8260 Longleaf Drive, Building C Elk Grove, CA Page 2 of 10

5 HAND DELIVERY California Correctional Health Care Services Medical Contracts Attention: Joanne Peschko 8280 Longleaf Drive, Building D Elk Grove, CA NOTE: To ensure timely hand delivery, please allow time to stamp bid. A cell phone, phone number and name of the Contract Analyst will be needed to notify him/her for bid pick up at building guard station. a. Bidder Responsibility Bidders are solely responsible for understanding the scope of work and all requirements, terms, conditions, evaluation criteria, etc., before submitting a bid. If the language is unclear or ambiguous, it is Bidder s responsibility to request clarification or assistance before submitting a bid. Please note that no verbal information shall be binding upon the State unless the State issues such information in writing as an official addendum. If the IFB is modified prior to the final bid submission date, the State shall issue an addendum to all bidders that received a bid package. By virtue of submitting a bid, Bidder is accepting the terms and conditions expressed herein. Costs incurred for developing bids and in anticipation of award of the Agreement are the responsibility of Bidder and shall not be charged to the State. b. Bid Modification after Submission Bidder may modify a bid after its submission by withdrawing the original bid and resubmitting a new bid prior to the bid submission deadline. Bidder modifications offered in any other manner, oral or written, shall not be considered. c. Withdrawal of Bid Bidder s bid may be withdrawn from consideration by submitting a written withdrawal request to the State, signed by Bidder or an authorized agent prior to the public bid opening. The bid is binding once it is opened by the State and may not be withdrawn without cause. d. Verification of Bid Information The State reserves the right to request clarification of any documents submitted with this bid regarding any and/or all sections of the IFB. e. Disposition of Bids All documents submitted in response to this IFB shall become the property of the State of California and shall be regarded as public records under the California Public Records Act (Government Code Section 6250 et seq.) and subject to review by the public. Page 3 of 10

6 VI. CAUSE FOR REJECTION OF BID Bids must be submitted in the manner described below and must identify the CCHCS contract analyst. Failure to properly mark the bid may result in the premature opening of, or failure to open Bidder s bid. All completed bids and required documents shall be packaged and submitted in a sealed envelope to the address specified in the section entitled Bid Submission Requirements. The sealed envelope must be clearly marked to read "BID FOR TEMPORARY/RELIEF RECREATION THERAPY SERVICES - BID NO. BD Attention: JOANNE PESCHKO - DO NOT OPEN." No bid shall be considered unless the rate is submitted on the CDCR/CCHCS Rate Sheet, or exact copy, and Bidder Certification form (CCHCS-MC333) is in conformance with the submission requirements of this IFB. The bid must be submitted for the entire activity described herein. The State does not accept alternate contract language from a prospective contractor. A bid with such language shall be considered a counter proposal and shall be rejected. Additionally, bids may be rejected if the bid proposal shows any alterations of form, additions not called for, a conditioned or incomplete bid, or erasures and/or irregularities of any kind. Any bid amounts changed after the amounts are originally inserted MUST be initialed in original ink by Bidder. The State reserves the right to reject any and all Bidder bid submittal packages and/or waive any immaterial deviations in a Bidder s bid submittal package and/or allow Bidder to remedy any immaterial deviations in a Bidder s bid submittal package. The State reserves the right to determine what constitutes an immaterial deviation in Bidder s bid submittal package. The State s waiver of an immaterial deviation shall in no way modify the IFB document or excuse Bidder from full compliance with all requirements if awarded an Agreement. The State is not required to award an Agreement resulting from this IFB. VII. PUBLIC BID OPENING All bid packages properly received according to the IFB Instructions on or before the bid due date and time shall be publicly opened and read on the date and time specified in Section I Projected Timetable, at the following address: California Correctional Health Care Services Medical Contracts Branch 8280 Longleaf Drive, Building D Elk Grove, CA Bidders who plan to attend the public bid opening must notify the CCHCS Contract Analyst listed in the cover letter of this IFB within three (3) business days before the date of the public bid opening specified in Section I Projected Timetable to allow for the scheduling of a conference room to conduct the bid opening. If Bidder and/or Bidder s representative require reasonable accommodation to participate in the Public Bid Opening, Bidder must contact the CCHCS Page 4 of 10

7 contract analyst identified in this package and identify what reasonable accommodation(s) is required for Bidder to participate. All bidders who attend the public bid opening must check in with the security guard and be escorted to the location of the bid opening by the CCHCS Contract Analyst. Bidders are encouraged to be on time, as the bid opening shall commence precisely at the hours specified in Section I Projected Timetable. VIII. CONTRACT AWARD At the time of the public bid opening, the rates(s) of each bid shall be read. The contract award is tentative, pending a complete review of the entire bid proposal for compliance and adherence to the IFB requirements, verification of all calculations and claimed small/non-small preferences and, if applicable, compliance with DVBE participation requirements. IX. SETTLEMENT OF TIES In the event of a precise tie between the lowest responsible bid of a certified small business and a certified micro-business, the contract must be awarded to the micro-business per the Department of General Services (DGS) State Contracting Manual (SCM), Section 8.21C. If a tie persists between any Bidders after the small business preference has been applied, a coin toss or lot drawing shall be used to determine the contract award and bidder hierarchy ranking. The coin toss or lot drawing shall be officially witnessed and all affected bidders shall be advised of the tiebreaker method and invited to attend. X. DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM This IFB is exempt from the DVBE requirement per Public Contract Code (PCC) (b). However, the State is committed to achieving legislatively established goals for the participation of DVBEs in all state contracting and seeks to use certified DVBE business whenever possible. Therefore, the State requests Bidder s voluntary participation in reporting any certified DVBEs, including Bidder that shall be used in the performance of this Agreement. A CDCR 1786 (DVBE Participation in Exempt Contracts) is enclosed to assist Bidder in reporting certified DVBE participation levels. XI. COMMERCIALLY USEFUL FUNCTION If Bidder is a California certified small business, in accordance with Government Code, Sections 14837(d)(1)(2), Bidder must address specific aspects of the legislation that requires certified small businesses to perform a commercially useful function as defined in Government Code Sections 14837(d)(4)(A)(B). A Commercially Useful Function Certification Form (CCHCS-MC- 345) is enclosed. XII. SMALL BUSINESS PREFERENCE Current law encourages state departments to first consider a Small Business Enterprise (Small)/ Micro-business Enterprise (Micro) for contracting opportunities. The State is committed to Page 5 of 10

8 supporting Small/Micro business participation in state contracting and seeks to use certified Small/Micro businesses whenever possible. A Small/Micro business enterprise is defined as a business certified by the Office of Small Business and Disabled Veteran Business Enterprise (DVBE) Services (OSDS) in which: 1. The principal office is located in California 2. The officers are domiciled in California 3. The business is independently owned and operated 4. The business, with any affiliates, is not dominant in its field of operation; and 5. a. For Small Business, either: (1) The business, together with any affiliates, has 100 or fewer employees and averaged annual gross receipts of $14,000,000 or less over the previous three years, or (2) The business is a manufacturer with 100 or fewer employees b. For Micro Business, either: (1) The business, together with any affiliates, has 25 or fewer employees and averaged annual gross receipts of $3,500,000 or less over the previous three years, or (2) The business is a manufacturer with 25 or fewer employees Section 14835, et seq., of the California Government Code requires that a five percent (5%) preference be given to bidders who qualify as a Small/Micro business enterprise. The rules and regulations of this law are contained in Title 2, California Code of Regulations, Section 1896, et seq. A copy of the regulation is available upon request. To claim the Small/Micro business preference, which may not exceed $50,000 for any bid, Bidder s firm must have a completed application (including proof of annual receipts) on file with the DGS, Procurement Division, OSDS, by 5:00 p.m. on the date bids are opened, and receipt verified by such office. Therefore, if Bidder is a Small/Micro business, but is not certified, it is to Bidder s advantage to become certified. For certification and preference approval process information, contact the OSDS by telephone at (916) or access the OSDS Internet website at If upon verification of Bidder s Small/Micro business status it is determined Bidder is not a certified Small/Micro business enterprise, Bidder s business shall be classified as a large business which shall preclude Bidder s bid from receiving the five percent (5%) Small/Micro business preference. a. Non-Small Business Subcontractor Preference Pursuant to Title 2, California Code of Regulations Section 1896, et seq., and Government Code Section 14838, et seq., a bid preference of five percent (5%) is available to a responsive non-small business claiming no less than twenty-five percent (25%) Small/Micro business subcontractor participation with one or more Small/Micro businesses. This Page 6 of 10

9 preference is considered only if the tentative low bidder is not a certified Small/Micro business. In granting the Non-Small Business Subcontractor (NSBS) preference, no bid price shall be reduced by more than $50,000. This preference cost adjustment is for computation purposes only and does not alter the actual cost offered by Bidder. A non-small business is defined as a responsive/responsible bidder that is not certified by the DGS as a Small/Micro business. To be eligible for the NSBS preference, the business concern must: 1. Complete OBS 550 (Non-Small Business Subcontractor Preference Request) and OBS 551 (Small Business Subcontractor/Supplier Acknowledgement) and submit with bid proposal. b. Nonprofit Veteran Service Agency (NVSA) Small Business Preference Pursuant to Military and Veteran Code Section et seq., Nonprofit Veteran Service Agencies (NVSAs) claiming Small/Micro business preference and verified as such in the relevant category or business type, shall be granted a preference of five percent (5%) of the lowest responsive bid, if the lowest responsive bid is submitted by a bidder not certified as a Small/Micro business. In granting Small/Micro business preference to NVSAs, no bid shall be reduced by more than $50,000. The preference cost adjustment is for computation purposes only and does not alter the actual cost offered by Bidder. To be eligible for the NVSA Small/Micro business preference, the business concern must: 1. Request preference at the time of bid submission, and 2. Have a completed application on file with DGS, OSDS by 5:00 p.m. on the date bids are due. An SB/NVSA is not subject to the same standards as other certified Small/Micro businesses. SB/NVSA standards are identified in Military and Veterans Code Section (a)(3). XIII. CONTRACTING ACTS a. Darfur Contracting Act Effective January 1, 2009, contracts for Non-Information Technology (Non-IT) goods or services must address the requirements of the Act. The Act was passed to preclude State agencies generally from contracting with SCRUTINIZED companies that do business in the African nation of Sudan (of which the Darfur region is a part), for the reasons described in PCC Section A SCRUTINIZED company is a company doing business in Sudan as defined in PCC Section SCRUTINIZED companies are ineligible to, and cannot, bid on or submit a proposal Page 7 of 10

10 for a contract with a State agency for Non-IT goods or services (PCC Section 10477(a)). PCC Section 10478(a) requires a company that currently has (or within the previous three years has had) business activities or other operations outside of the United States to certify that it is not a SCRUTINIZED company in order to submit a bid or proposal to a State agency. A SCRUTINIZED company may still, however, submit a bid or proposal for a contract with a State agency for goods or services if the company first obtains permission from the DGS according to the criteria set forth in PCC Section 10477(b). b. Iran Contracting Act Per PCC Sections , prior to bidding on, submitting a proposal or executing a contract or renewal for a State of California contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the DGS, pursuant to PCC Section 2203(b), and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that other person shall use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to PC Section 2203(c) or (d). XIV. NONRESPONSIBLE BIDDER If a previous Agreement with a prospective bidder was terminated for cause, the State reserves the right to hold a responsibility hearing before awarding the Agreement to determine if the bidder is responsible. The bid may be rejected if the State deems, at the conclusion of the responsibility hearing, that the bidder is not responsible. XV. BASIS FOR AWARD The award of an Agreement, if it is to be awarded, shall be made to the lowest responsible Bidder(s) whose bid complies with all requirements prescribed herein. In the event Bidder submits more than one (1) bid for the same institution/service under this bid process, the State shall select the lowest bid and reject all other bids from this Bidder. The State reserves the right to award up to fifteen (15) Agreements to Bidders that submit bids that are at, or less than, the established bid rate cap. (See Section II, Funding of this IFB for information regarding the bid rate cap, and Exhibit A, Scope of Work, Request for Services section for information regarding ranking of Contractors and usage of the Matrix.) In the event of a tie, the number of Agreements awarded may increase as a coin toss or lot drawing tiebreaker will not cause a bidder to be excluded from award. A protest to the award of this Agreement must adhere to PCC Section and be submitted in accordance with DGS SCM Section Page 8 of 10

11 XVI. AMENDMENTS The State is bidding and executing this Agreement for a period of thirty-three (33) months. If it is determined to be in the best interest of the State, the State may extend the term of the Agreement for an additional twelve (12) months through an amendment signed by both parties. The Bidder s rates are submitted with the understanding that in the event the Bidder is awarded a contract, the rates submitted in this bid shall remain in effect for the term of the Agreement including any extension of the term through a formal amendment. XVII. AGREEMENT EXECUTION The successful bidder shall enter into an Agreement with the State, which shall be prepared on a State of California Standard Agreement (STD 213 form, sample attached) and shall include from this IFB Exhibits A, A-1, A-2, B-1(sample attached), H and J. The Agreement shall not include a hard copy of Exhibits B, D, F and G, which are incorporated into the Agreement by reference only on the STD 213. These Exhibits may be downloaded from the internet at and printed for Bidder s files. The Agreement shall not include a hard copy of the General Terms and Conditions for Private Contractors (Exhibit C), which is incorporated into the Agreement by reference only on the STD 213. Also not provided is a hard copy of the Contractor Certification Clauses (CCC-307). Exhibit C and the CCC-307 may be downloaded from the Internet at and printed for Bidder s files. An original, signed copy of page 1 and all other pages of the CCC-307 must be submitted with the bid. Failure to submit a signed CCC-307 shall delay approval of this Agreement. The State reserves the right to modify Exhibit B-1, Rate Sheet, Exhibit H, and any other item(s) that may affect the multiple award process by including in the Agreement only that information pertinent to the institutions awarded to the Contractor. The approval of an Agreement is contingent upon timely receipt of and the State's acceptance of the Contractor's certificates of insurance, bonds, licenses, permits and other required documents, when such items are required. This Agreement is not valid unless and until approved by DGS or, under its delegated authority, CCHCS/CDCR. The State has no legal obligation unless and until the Agreement is approved. Any work commenced by the Contractor prior to approval may be considered voluntary and the Contractor may have to pursue claim for payment by filing with the California Victim Compensation and Government Claims Board. When the Agreement is fully approved, a copy shall be forwarded to Bidder. A Matrix may be released as Agreement(s) are approved. In the event all Agreements are not approved at the same time, an updated matrix shall be released not more frequently than once per week as additional Agreements(s) are approved. This process shall continue until all Page 9 of 10

12 Agreement(s) are approved and the matrix is complete. Each matrix shall be dated and the completed matrix shall be marked as Final. Institutions shall canvass Contractors using the most recent matrix available. Until all Agreements are approved and the final matrix is released, institutions shall canvass for a period of time which shall not exceed ninety (90) days. In the event the Bidder is party to an Agreement awarded in a prior CCHCS/CDCR bid for the same services advertised in this IFB, and a contract award is made to Bidder as a result of this IFB, the State shall pay for services using rate(s) in the prior Agreement for the period of time up to and including the term end date of that Agreement. In the event the Bidder is currently providing services through other Agreements, such as an emergency contract, and is awarded a contract from this IFB, the State shall reimburse the Bidder for services provided at the rate(s) given in Exhibit B-1, once the Agreement resulting from this IFB is executed, starting the effective date on the STD 213, Standard Agreement. XVIII. TRANSITION OF SERVICES The transition period is defined as the time when the new Agreements are approved by the DGS/ Office of Legal Services (OLS) and the Institutions/Facilities must begin transition activities such as canvassing the Contractors on the new matrix and providing CDCR Orientation Training to the new Providers to ensure there is not a break in medical services. During the transition period, Providers working from prior agreements may continue to provide services based on Institution/Facility needs up to the expiration/termination date of the prior agreements. New Agreements resulting from this IFB will have a start date that is anticipated to commence thirty (30) days before the expiration/termination date of the prior contracts for the same service (see Projected Timetable on Page 1 for additional information on anticipated dates). The overlapping term allows Contractors on the new matrix to invoice CDCR/CCHCS for Orientation Training as required in the Scope of Work and at the rates provided in Exhibit B-1. In the event the Contractor has multiple contracts in place, Providers attending Orientation Training will be paid at the rates given in the new contract for canvasses resulting from the new matrix. Enclosures Page 10 of 10

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. BD12-00065 May 15, 2013 The California Correctional Health Care Services (CCHCS) and the California Department

More information

State of California Business, Transportation and Housing Agency

State of California Business, Transportation and Housing Agency State of California Business, Transportation and Housing Agency DEPARTMENT OF CALIFORNIA HIGHWAY PATROL Business Services Section, Contract Services Unit P.O. Box 942898 Sacramento, CA 94298-0001 (916)

More information

INVITATION FOR BIDS ANNOUNCEMENT BID NUMBER

INVITATION FOR BIDS ANNOUNCEMENT BID NUMBER STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION ARNOLD SCHWARZENEGGER, GOVERNOR DIVISION OF SUPPORT SERVICES OFFICE OF BUSINESS SERVICES 10000 Goethe Road, Suite C-1 Sacramento, CA 95827

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO Invitation for Bid Bid No. 6000000429 Page 1 of 2 Date: October 25, 2010 STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. 6000000429 The California Department

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID Date: March 11, 2013 STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. 6000001166 The California Department of Corrections and Rehabilitation (CDCR), California

More information

INVITATION FOR BID Notice to Prospective Bidders

INVITATION FOR BID Notice to Prospective Bidders INVITATION FOR BID Notice to Prospective Bidders April 6, 2012 The California Department of Corrections and Rehabilitation, Correctional Health Care Services is soliciting for service under the authority

More information

Solicitation IFB Microfilm Equipment Preventative Maintenance and Repair Services. Bid designation: Public. State of California

Solicitation IFB Microfilm Equipment Preventative Maintenance and Repair Services. Bid designation: Public. State of California 5 Solicitation IFB 15-002 Microfilm Equipment Preventative Maintenance and Repair Services Bid designation: Public State of California 4/29/2015 6:02 PM p. 1 6 Microfilm Equipment Preventative Maintenance

More information

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: IFB Title: Courthouse Signage IFB No. 14155004 BIDS DUE: February 20, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev 9/24/12

More information

EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES. Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m.

EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES. Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m. REQUEST FOR PROPOSALS: EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES Issue Date: April 3 rd, 2017 Due Date: April 21 st, 2017, 5 p.m. To be considered, proposals must be signed and returned

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID Invitation for Bid Bid No. 6000000392 Page 1 of 2 Date: August 26, 2010 STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. 6000000392 The California Department

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID Date: August 18, 2011 STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. 6000000666 The California Department of Corrections and Rehabilitation (CDCR), Division

More information

CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS

CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS (Revision Date September 4, 2012) AUTHORITY: The Disabled Veteran Business Enterprise

More information

INVITATION FOR BID (IFB) IFB # PO LAUNDRY EQUIPMENT Notice to Prospective Bidders

INVITATION FOR BID (IFB) IFB # PO LAUNDRY EQUIPMENT Notice to Prospective Bidders February 13, 2013 INVITATION FOR BID (IFB) IFB # PO 0461.12027 LAUNDRY EQUIPMENT Notice to Prospective Bidders The California Prison Industry Authority (CALPIA) invites you to review and respond to this

More information

Patton State Hospital INVITATION FOR BID

Patton State Hospital INVITATION FOR BID 3102 East Highland Avenue, Patton, CA 92369 (909) 425-7000 INVITATION FOR BID May 17, 2011 Notice to Prospective Bidders: The California Department of Mental Health, (PSH), invites you to participate in

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

Florida Courts E-Filing Authority PURCHASING POLICY

Florida Courts E-Filing Authority PURCHASING POLICY Florida Courts E-Filing Authority PURCHASING POLICY SECTION I. PURPOSE. The purpose of this Purchasing Policy (the "Policy") is to prescribe the manner in which the Authority shall control the purchase

More information

INVITATION FOR BID Notice to Prospective Bidders. IFB Number: TEMPORARY/RELIEF LVN SERVICES

INVITATION FOR BID Notice to Prospective Bidders. IFB Number: TEMPORARY/RELIEF LVN SERVICES Page 1 of 42 24511 West Jayne Avenue, P. O. Box 5000, Coalinga, CA 93210 INVITATION FOR BID Notice to Prospective Bidders TEMPORARY/RELIEF LVN SERVICES April 3, 2013 You are invited to review and respond

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID Date: October 13, 2009 STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NUMBER 6000000179 The (CDCR), Office of Substance Abuse Treatment Services, hereafter referred

More information

Krista Tomlinson California Department of Fish and Wildlife (559) x 223 / cell (559)

Krista Tomlinson California Department of Fish and Wildlife (559) x 223 / cell (559) California Natural Resources Agency CALIFORNIA DEPARTMENT OF FISH AND WILDLIFE ECOSYSTEM CONSERVATION DIVISION ENGINEERING BRANCH 1812 NINTH STREET, SUITE 100 SACRAMENTO, CA 95811 (916) 323-1587 FAX 323-1622

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

RECONDITIONED DRUMS QUOTATION 15-Q01/LO

RECONDITIONED DRUMS QUOTATION 15-Q01/LO RECONDITIONED DRUMS QUOTATION 15-Q01/LO August 4, 2014 Purchasing Services Contact: Laurie Odlum, Buyer, lodlum@swa.org Telephone Number: 561-640-4000 x 4524 All quotation responses must be received on

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

STATE OF CALIFORNIA California Department of Corrections and Rehabilitation California Prison Health Care Services BID NO.

STATE OF CALIFORNIA California Department of Corrections and Rehabilitation California Prison Health Care Services BID NO. INVITATION FOR BID Notice to Prospective Bidders Date: September 29, 2009 You are invited to review and respond to this Public Works Invitation for Bid (IFB), entitled: IFB Number: B09-005HDSP IFB Title:

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

Addendum #2 to IFB Office Moving Services MSA

Addendum #2 to IFB Office Moving Services MSA Addendum #2 to IFB 5139901 Office Moving Services MSA Notice to Prospective Bidders July 22, 2013 TO ALL INTERESTED BIDDERS: Significant changes included in this Addendum #2 to the IFB referenced above

More information

Invitation for Bid (IFB)

Invitation for Bid (IFB) Invitation for Bid (IFB) California Department of Education Standards, Curriculum Frameworks and Instructional Resources Division Braille Transcription Embossing Services IFB Number CN110238 Bid Due Date:

More information

SUPERIOR COURT STATE OF CALIFORNIA, COUNTY OF SAN BERNARDINO

SUPERIOR COURT STATE OF CALIFORNIA, COUNTY OF SAN BERNARDINO INVITATION FOR BIDS SUPERIOR COURT STATE OF CALIFORNIA, COUNTY OF SAN BERNARDINO REGARDING: COURT CASE FILE FOLDERS BIDS DUE: 24 MAY 2012 NO LATER THAN 3:00 P.M. PACIFIC TIME 1 of 8 1.0 BACKGROUND INFORMATION

More information

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY INVITATION TO BID DUNKIN DONUTS PC# 357658 2529 Fort Campbell Blvd. Hopkinsville, KY PART I - GENERAL INVITATION:. 1. 1. 1. Bid is by invitation of the Owner ONLY. The Contact is as follows: Architect:

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

More information

INVITATION FOR BID. Notice to Prospective Bidders. March 6, 2009

INVITATION FOR BID. Notice to Prospective Bidders. March 6, 2009 C o a l i n g a S t a t e H o s p i t a l P. O. Box 5000, Coalinga, CA 93210-5000 (559) 935-4309 INVITATION FOR BID Notice to Prospective Bidders March 6, 2009 You are invited to review and respond to

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

The following is a list of documents which should be included in your Internet Package.

The following is a list of documents which should be included in your Internet Package. The following is a list of documents which should be included in your Internet Package. Form Name Attachment No # Pages Invitation for Bid- Cover Letter 2 Invitation for Bid 10 Bid Proposal, ADM 1412 1

More information

Corpsmembers Pre-Employment Physicals for. California Conservation Corps

Corpsmembers Pre-Employment Physicals for. California Conservation Corps Corpsmembers Pre-Employment Physicals for 757 Green Valley Road Watsonville, CA 95076 Attn: Connie Duran, Business Services Officer Bid Submittal Deadline: April 18, 2013 @ 2:00 p.m. BIDS NOT RECEIVED

More information

IFB #C2864AEJ. Stakebed Truck Leasing. California Conservation Corps

IFB #C2864AEJ. Stakebed Truck Leasing. California Conservation Corps IFB #C2864AEJ for 1824 Commercenter Circle San Bernardino, CA 92408 Attn: Nicole Whitten, Business Services Officer Bid Submittal Deadline: November 29, 2012 @ 2:00 p.m. BIDS NOT RECEIVED BY THE DATE,

More information

Solicitation TM Epson Power Supply and Receipt Printer. Bid designation: Public

Solicitation TM Epson Power Supply and Receipt Printer. Bid designation: Public 5 Solicitation TM0002-15 Epson Power Supply and Receipt Printer Bid designation: Public San Diego Superior Court 3/30/2015 4:00 PM p. 1 6 Epson Power Supply and Receipt Printer 5 Bid Number TM0002-15 Bid

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public 5 Solicitation WE0013-15 WE0013-15 U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6 Bid designation: Public San Diego Superior Court 4/27/2015 12:43 PM p. 1 6 WE0013-15 U.S Upgrade:VMWare vsphere 6

More information

Solicitation Document Conversion Services. Bid designation: Public. State of California

Solicitation Document Conversion Services. Bid designation: Public. State of California 5 Solicitation 10107776 Bid designation: Public State of California 4/24/2015 5:14 PM p. 1 6 5 Bid Number 10107776 Bid Title Expected Expenditure $999,999.99 (This price is expected - not guaranteed) Bid

More information

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: Microsoft Excel Training Courses PROPOSALS DUE: May 26, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev 12/16/13 1.0 BACKGROUND

More information

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E. WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK January 2nd, 2014 PO Box 2047 205 E. Broadway Williston, ND 58802 1 TABLE OF CONTENTS INSTRUCTIONS TO RESPONDENTS

More information

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS THE CALIFORNIA STATE UNIVERSITY Prepared by: OFFICE OF THE CHANCELLOR CAPITAL PLANNING, DESIGN AND CONSTRUCTION (www.calstate.edu/cpdc/cm) Revised

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

1 CCR PROCUREMENT RULES

1 CCR PROCUREMENT RULES Rule Changes Redlines 1 CCR 101-9 PROCUREMENT RULES ARTICLE 102 PROCUREMENT ORGANIZATION PART 2 DIVISION OF PURCHASING R-24-102-206 Contract Performance Outside the United States or Colorado R-24-102-206-01

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

Invitation for Bid (IFB) # Debt Recovery. April 5, 2017

Invitation for Bid (IFB) # Debt Recovery. April 5, 2017 Invitation for Bid (IFB) #50076 Debt Recovery April 5, 2017 California State Lottery 700 North 10th Street Sacramento, CA 95811 TABLE OF CONTENTS I. GENERAL INFORMATION PAGE A. Purpose... 1 B. Background...

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

ANNEX VIII a STANDARD FORMATS AND TEMPLATES

ANNEX VIII a STANDARD FORMATS AND TEMPLATES ANNEX VIII a STANDARD FORMATS AND TEMPLATES STANDARD BID EVALUATION FORMAT FOR THE PROCUREMENT OF GOODS 1 Preface 1. This standard tender evaluation format for the procurement of Goods has been prepared

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FINANCIAL ADVISORY CONSULTANT PC566 Issue Date: February 10, 2011 Proposals Due: March 9, 2011 at 3 pm PST Issued by: Housing Authority of the County of San Bernardino 715 E. Brier

More information

Invitation to Bid IN-CAR CAMERA S

Invitation to Bid IN-CAR CAMERA S Invitation to Bid 121515 IN-CAR CAMERA S Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 121515

More information

Addendum No. 1 Invitation for Bid (IFB) # 03A1689 District 3 Portable Toilet Rental and Maintenance

Addendum No. 1 Invitation for Bid (IFB) # 03A1689 District 3 Portable Toilet Rental and Maintenance STATE OF CALIFORNIA------- BUSINESS, TRANSPORTATION AND HOUSING AGENCY DEPARTMENT OF TRANSPORTATION ADMINISTRATION DIVISION OF PROCUREMENT AND CONTRACTS MS-65 1727 30 TH STREET SACRAMENTO, CA 95816-7006

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

THE SUMNER COUNTY REGISTER OF DEEDS

THE SUMNER COUNTY REGISTER OF DEEDS PROPOSAL REQUEST Maintenance for Server Hardware & Software FOR THE SUMNER COUNTY REGISTER OF DEEDS SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid # 26-140519 May, 2014 Introduction

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 12 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: JUNE 26,

More information

INVITATION FOR BID. Project WATER, WASTEWATER TESTING AND ANALYSIS PROJECT W0594. Location JOINT FORCES TRAINING BASE LOS ALAMITOS, CALIFORNIA

INVITATION FOR BID. Project WATER, WASTEWATER TESTING AND ANALYSIS PROJECT W0594. Location JOINT FORCES TRAINING BASE LOS ALAMITOS, CALIFORNIA INVITATION FOR BID Project WATER, WASTEWATER TESTING AND ANALYSIS PROJECT W0594 Location JOINT FORCES TRAINING BASE LOS ALAMITOS, CALIFORNIA BID OPENING DATE JUNE 18TH, 2009 2:00 P.M. Issue Date JUNE 2,

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

Solicitation TM Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels. Bid designation: Public

Solicitation TM Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels. Bid designation: Public 5 Solicitation TM0005-15 Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels Bid designation: Public San Diego Superior Court 4/13/2015 2:47 PM p. 1 6 Zebra G-Series GX430t Label Printers

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

Core Technology Services Division PO Box Grand Forks, ND

Core Technology Services Division PO Box Grand Forks, ND Division PO Box 13597 Bid Number: CTSIFB-15-01 Date Issued: January 27, 2015 Bid Title: Google Search Appliance Procurement Officer: Jerry Rostad Deadline for Questions: February 3, 2015 Telephone: 701-239-6668

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

CONTRACT GENERAL CONDITIONS FOR COLLABORATIVE DESIGN-BUILD MAJOR PROJECTS

CONTRACT GENERAL CONDITIONS FOR COLLABORATIVE DESIGN-BUILD MAJOR PROJECTS CONTRACT GENERAL CONDITIONS FOR COLLABORATIVE DESIGN-BUILD MAJOR PROJECTS THE CALIFORNIA STATE UNIVERSITY Prepared by: OFFICE OF THE CHANCELLOR CAPITAL PLANNING, DESIGN AND CONSTRUCTION (www.calstate.edu/cpdc/cm)

More information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO BID FDOT APL Traffic Equipment Supplemental bid to ITB-DOT-15/16-9005-GH ITB-DOT-17/18-9044-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement

More information

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526 CITY OF DAPHNE P.O. BOX 400 1705 MAIN STREET DAPHNE, ALABAMA 36526 RECYCLED CRUSHED CONCRETE AGGREGATE BID DOCUMENT #2018-L RECYCLED ROCK MATERIAL SUBMIT TWO (2) COPIES OF BID SUBMITTAL (One Original &

More information

REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR A MEDICAL SERVICES PROVIDER CITY OF SEASIDE, CALIFORNIA

REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR A MEDICAL SERVICES PROVIDER CITY OF SEASIDE, CALIFORNIA REQUEST FOR STATEMENTS OF QUALIFICATIONS FOR A MEDICAL SERVICES PROVIDER CITY OF SEASIDE, CALIFORNIA I. INVITATION The City of Seaside is requesting a statement of qualifications and service proposals

More information

Invitation to Bid ROBOTIC CAMERA SYSTEM

Invitation to Bid ROBOTIC CAMERA SYSTEM Invitation to Bid 012716 ROBOTIC CAMERA SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for

More information

Invitation to Bid BULK MOTOR OIL

Invitation to Bid BULK MOTOR OIL Invitation to Bid 20151020 BULK MOTOR OIL Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 20151020

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: Audio Visual Maintenance and Support City Towers PROPOSALS DUE: June 11, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev

More information

WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014

WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014 1 WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014 WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL TABLE OF CONTENTS Purchasing Policy Introduction... 3 Policy Specifics...

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73

TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73 TOWN OF MANCHESTER, CONNECTICUT PENSION BOARD REQUEST FOR PROPOSAL #15/16-73 PENSION AND OPEB PLAN CONSULTING ACTUARIAL SERVICES For the period July 1, 2016 June 30, 2019 with possible renewals for an

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information