STATE OF FLORIDA. DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen

Size: px
Start display at page:

Download "STATE OF FLORIDA. DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen"

Transcription

1 STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Northwest Region Contract Management Circuits Two and Fourteen INTERN RECRUITMENT AND SUPERVISION SERVICES COMMODITY CODE REQUEST FOR PROPOSAL (RFP)

2 TABLE OF CONTENTS SECTION TITLE Page 1 INTRODUCTION 1.1 Statement of Need Statement of Purpose Term of Agreement Definitions 5 2 RFP PROCESS 2.1 Contact Person Limitations on Contacting Department Personnel Posting Vendor Disqualification Schedule of Events and Deadlines Notice of Intent to Submit a Proposal Clarifications or Addenda to the RFP Inquiries Withdrawal of Proposal Acceptance of Proposals and Waiver of Minor Irregularities Protest or Dispute 11 3 MINIMUM PROGRAMMATIC REQUIREMENTS 3.1 General Statement Programmatic Authority Scope of Service Major Program Goals Task List Task Limits Staffing Levels Professional Qualifications Staffing Changes Subcontractors Service Delivery Location Service Times Equipment Records and Documentation Reports Performance Standards Outcome Measures Performance of Outcome Measures Vendor Unique Activities Coordination with other Vendors Vendor Responsibilities Dispute Resolution Department Determinations Monitoring Requirements 21 4 FINANCIAL SPECIFICATIONS 4.1 Allowable Costs Invoicing and Payment of Invoices Cost Proposal Contract Renewal MyFloridaMarketPlace Transaction Fee (MFMP) Budget 22 2

3 5 INSTRUCTIONS TO PROSPECTIVE VENDORS TO THE RFP 5.1 Vendor Registration in MyFloridaMarketplace Authority to Do Business in Florida State of Florida, Form PUR General Instructions to Respondents 5.4 Response Format Title Page Prospective Vendors Cross Reference Table Response to RFP Mandatory Requirements How to Submit a Proposal Cost of Preparation of Proposal Number of Copies Required Programmatic Proposal - Required Vendor s Statements And Certifications Programmatic Proposal - Response to Introduction, Scope of Service, and Goals Programmatic Proposal Procedures Programmatic Proposal Service Units and Performance Standards Programmatic Proposal - Description Of Organizational Capacity Cost Proposal Instructions Cost Proposal Budget 28 6 PROPOSAL EVALUATION CRITERIA AND AWARD 6.1 Evaluation and Award Process Application of Mandatory Requirements Recommendation of Evaluation Team Recommendation of the Procurement Manager Selection and Award 29 7 RESERVATION OF RIGHTS 7.1 The Department s Reserved Rights 30 8 CONTRACT PROVISIONS 8.1 Contract Order of Precedence Standard Contract Attachment I Public Records and Trade Secrets State of Florida Form PUR 1000 General Contract Conditions Public Entity Crimes Bond and Errors and Omissions Insurance 32 APPENDICES Appendix I State of Florida, Form PUR 1000, General Contract Conditions 34 Appendix II State of Florida, Form PUR 1001, General Instructions to Respondents 45 Appendix III DCF Standard Contract 50 Appendix IV Notice of Intent to Submit Proposal 51 Appendix V Vendor s Statements and Certifications 52 Appendix VI Certification of a Drug-Free Workplace Program 54 Appendix VII Certification Regarding Debarment 55 Appendix VIII Certification Regarding Lobbying 56 Appendix IX RFP Rating Sheet Mandatory Requirements 57 Appendix X Evaluation Criteria Instructions To Evaluators 58 Appendix XI Rating Summary Sheet 61 Appendix XI-a Rating Sheet For Programmatic Proposal 62 Appendix XI-b Rating Sheet For Cost Proposal 65 Appendix XII Exhibit A-Sample Mid Term Evaluation of Student Performance 66 Appendix XIII Exhibit B-Sample Final Evaluation of Student Performance 67 Appendix XIV Exhibit C-Sample Cost Reimbursement Invoice 68 3

4 Appendix XV Exhibit D- Sample Budget Narrative 69 Appendix XVI Exhibit E- Sample Monthly Report 71 Appendix XVII Exhibit F- Sample Pre-Service Training and Internship Evaluation 72 THIS SPACE INTENTIONALLY LEFT BLANK 4

5 SECTION 1: INTRODUCTION 1.1 STATEMENT OF NEED The Florida Department of Children and Families is advertising this Request for Proposal to solicit a single qualified vendor to assist in forming partnerships with the schools of social work of the state universities and to encourage the development of graduates trained to work in child protection. 1.2 STATEMENT OF PURPOSE The successful vendor to this Request for Proposal will continue the partnership between the Department of Children and Families and the schools of social work which shall include, but not be limited to, modifying existing graduate and undergraduate social work curricula, providing field placements for students into child protection internships in the department, and collaborating in the design and delivery of advanced levels of social work practice. 1.3 TERM OF AGREEMENT The department intends to enter into one (1) contract as a result of this RFP. The anticipated start date of the resulting contract is July 1, The contract shall end on June 30, The contract may be renewed for a period not to exceed three years or for the term of the original contract, whichever period is longer. Such renewal shall be made by mutual agreement and shall be contingent upon satisfactory performance evaluations as determined by the department. Any renewal shall be in writing and shall be subject to the same terms and conditions as set forth in the initial contract. The dollar amount and the manner in which the costs for the renewal will be calculated shall be specified in the response to this RFP and in the resulting contract. If renewed, the statement of work and terms and conditions under the contractual services to be provided are to remain within the nature and scope of those contained in the original contract as amended. As defined in F.S Partnerships to develop child protection workers, The Department of Children and Family Services is directed to form partnerships with the schools of social work of the state universities in order to encourage the development of graduates trained to work in child protection. The department shall give hiring preferences for child protection jobs to graduates who have earned Bachelor s and Master s degrees from these programs with a concentration in child protection. The partnership between the Department of Children and Family Services and the schools of social work shall include, but not be limited to, modifying existing graduate and undergraduate social work curricula, providing field placements for students into child protection internships in the department, and collaborating in the design and delivery of advanced levels of social work practice. 1.4 DEFINITIONS Contract terms used in this document can be found in the department s Glossary of Contract Terms, which is hereby incorporated by reference and maintained at the following website Contract Manager The department employee identified in the Standard Contract, Section III.E.3., responsible for enforcing the compliance with administrative and programmatic terms and conditions of the contract. The contract manager shall be the primary point of contact through which all contracting information flows between the department and the successful vendor. The contract manager is responsible for the day-to-day contract 5

6 oversight, including approval of contract deliverables and invoices. All actions related to the resulting contract shall be initiated by or coordinated with the contract manager Case Management - The process of coordinating all services rendered to the child or family. The Case Manager serves as the single and continuous point of contact for the child and family from entry into the child protection system until exit from the child protection system to the extent feasible Child Development- Measured through social, physical and cognitive developmental milestones Child Safety- Determining the critical factors which place the child (ren) in imminent danger of harm and/or risk of becoming involved in the dependency system Community-Based Care Lead Agency (CBC) A not-for-profit or government agency with which the department contracts for the delivery of foster care and related services Exhibit A, Mid-Term Evaluation of Student Performance Evaluation of the performance of the student intern by the filed instructor at mid-term of the college semester Exhibit B, Final Evaluation of Student Performance Evaluation of the performance of the student intern by the field instructor at the end of the college semester Exhibit C, Cost Reimbursement Invoice - Monthly cost reimbursement request for payment of services provided through the terms of the contract Exhibit D, Budget Narrative Annual budget of the provider required to execute services through the terms of the contract Exhibit E, Monthly Activity Report - Monthly report to include updates of activities performed by the field instructor and interns during each semester Exhibit F, Pre-Service Training Evaluation - Evaluation of the pre-service training offered by the department to be completed by each intern at the end of each pre- service training class Family Dynamics - Roles, responsibilities and relationships essential to functional families Field Instructor/Training Coordinator- Is a Master s level clinician who provides weekly supervision to students while they are in their field placement Permanency Planning - The process of establishing the placement intended to serve as the child s permanent home Pre-Service Certification -The Certification required to become employed as a Child Protection Worker with the Florida Department of Children and Families and its contracted providers Pre-Service Certification Facilitator Training -This is a five day course that includes review of the current pre-service training curriculum, participants practice delivering portions of the curriculum and the provision of feedback concerning delivery performance. Participants will also receive an overview of the Skillnet system and functionality. 6

7 Task Supervisor - The department assigned person responsible for the day-to-day oversight of the student intern while in their field placement Student Interns - Undergraduate and graduate level students who select to do their field placement at the Department of Children and Families or CBC for a semester as prescribed by the university. Students must register for the field placement specific courses required by the University Sub Contractor CBC Lead Agency A contracted provider with the lead agency to provide services outlined in the lead agency s system of care Successful Vendor Representative The successful vendor s Director or equivalent as identified in the Standard Contract, Section III.E.4., is the sole point of contact for the department s contract manager for all issues related to the resulting contract. The administration of the program responsibilities include, but are not limited to, submission of accurate and timely deliverables and reports, submission of accurate and timely invoices, management of the project to ensure that all the specified tasks and activities are thoroughly and timely completed, assignment and supervision of staff, participation in all conference calls, and on-site and off-site meetings with the contract manager. SECTION 2: RFP PROCESS 2.1 CONTACT PERSON This Request for Proposal is issued by the State of Florida, Department of Children and Families. The contact point for all communication regarding this RFP is: Procurement Manager April Hargrove, Procurement Manager Florida Department of Children and Families 1317 Winewood Blvd., Building 2, Room 317 Tallahassee, Florida April_L_Hargrove@dcf.state.fl.us Except as otherwise set forth in Sections 2.2.1, 2.8, , and below, all contact with the Procurement Manager identified in Section shall be in writing via electronic mail, U.S. mail, or other common courier. The subject field shall include the RFP number. No telephone calls will be accepted for any reason. 2.2 LIMITATIONS ON CONTACTING DEPARTMENT PERSONNEL Prospective vendors or persons acting on their behalf may not contact department personnel or any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, between the release of this RFP and the end of the 72-hour period following the department s posting of the notice of intended award (excluding Saturdays, Sundays and state holidays), except via to the contact person identified in Section above. Any such contact by an affiliate, a person with a relevant business relationship with a prospective vendor, and existing or potential subcontractor to a prospective vendor is assumed to be on behalf of a prospective vendor unless otherwise shown Violation of the provisions of Section of this RFP will be grounds for rejecting a response, if determined by the department to be material in nature. A violation of of this RFP is material in nature if the contact (oral, electronic or written): 1) is heard or read by a person, prior to the completion of that person s final duties under this RFP, which person 7

8 is responsible for reviewing, evaluating, scoring, ranking or selecting vendors under this RFP, or for advising any such person; 2) which advocates for the selection of the potential vendor, the disqualification of any other potential vendor or the rejection of all bids, comments on the qualifications of any bidder or the responsiveness of any bid, presents additional information favorable to the potential vendor or adverse to another potential vendor or otherwise seeks to influence the outcome of this RFP; and 3) such contact may not be waived as a minor irregularity by virtue of the nature, intent and extent of the information conveyed. The foregoing does not preclude a determination by the department that other forms of contact are material violations of the provisions of of this RFP All electronic and written communications as referred to in this Section 2.2 are subject to the public records law, as defined in subsection (12), F.S. 2.3 POSTING All notices, decisions, intended decisions, and other matters relating to this procurement will be electronically posted on the Department of Management Services Vendor Bid System (VBS) website located at: Then: 1. Click on Search Advertisements 2. Under Agency select Department of Children and Families 3. Scroll down to the bottom of screen and click on Initiate Search Clarifications or Addenda to the RFP. Information regarding any addenda to this RFP and copies of written departmental responses to questions resulting in clarifications or addenda to this RFP will be electronically posted at the VBS web address identified in Section It is the responsibility of prospective vendors to check the VBS for addenda or clarifications to this RFP. If this site is down, as an alternative, complete the following steps: 1. Go to 2. Click on BUSINESS on left side of screen on MyFlorida.com home page 3. Click on Doing Business with the State 4. Under Everything for Vendors and Customers, click on Vendor Bid System (VBS) 5. Click on Search Advertisements 6. Under Advertisement Type, click on Agency Decisions and Notices or Competitive Solicitation 7. Under Agency click on Department of Children and Families 8. Scroll down to bottom of screen and click on Initiate Search 2.4 VENDOR DISQUALIFICATION In addition to other criteria set forth herein, failure to have performed any previous contractual obligations with the department or any other agencies of Florida government in a manner satisfactory to the department or other applicable Florida agency will be a sufficient cause for disqualification or termination. To be disqualified as a vendor under this provision, the vendor must have: (1) previously failed to satisfactorily perform in a contract with the department, been notified by the department of the unsatisfactory performance, and failed to correct the unsatisfactory performance to the satisfaction of the department; (2) had a contract terminated by the department for cause; or (3) failed to sign a Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Contract/Subcontracts (Appendix VII). 8

9 2.5 SCHEDULE OF EVENTS AND DEADLINES ACTIVITY DATE TIME 1 ADDRESS RFP Advertised and Released on Florida Communications Network (FCN): 4/13/10 4:00 p.m. MyFlorida.com Electronic Posting Site: ww.main_menu Florida Communications Network (FCN). See 2.2 for instructions on accessing. Notice of Intent to Submit a Proposal to be received by the department no later than: Submission of written inquiries must be received by: Anticipated department s response to inquiries Sealed proposals must be received by the department 4/20/10 4:00 p.m. FL Dept. of Children and Families Bldg. 2, Rm Winewood Blvd. Tallahassee, FL Contact: April L. Hargrove Phone (850) /22/10 4:00 p.m. FL Dept. of Children and Families Bldg. 2, Rm Winewood Blvd. Tallahassee, FL Contact: April L. Hargrove Phone (850) /27/10 4:00 p.m. owa/vbs_www.main_menu 5/4/10 9:00 a.m. FL Dept. of Children and Families Bldg. 2, Rm Winewood Blvd. Tallahassee, FL Contact: April L. Hargrove Phone (850) Opening of proposals 5/4/10 9:05 a.m. FL Dept. of Children and Families Bldg. 2, Rm Winewood Blvd. Tallahassee, FL Contact: April L. Hargrove Phone (850) Meeting of Evaluation Team 5/4/10 2:00 p.m. FL Dept. of Children and Families Bldg. 2, Rm Winewood Blvd. Tallahassee, FL Debriefing Meeting of the Evaluation Team and Ranking of the Proposals 5/7/10 3:00 p.m. FL Dept. of Children and Families Bldg. 2, Rm Winewood Blvd. Tallahassee, FL /10/10 4:00 p.m. owa/vbs_www.main_menu Anticipated Posting of Intended Contract Award Anticipated effective date of contract 7/1/10 N/A N/A All prospective vendors are hereby notified that any meetings relating to this solicitation are open to the public and may be electronically recorded by any member of the audience. A sign-in sheet will be available and all attendees are required to sign in. Although the public is invited, no comments and/or questions will be taken from prospective vendors or other members of the public at the meeting. 1 All times are local time in Tallahassee, Florida. Although the department may choose to use additional means of publicizing the results of this procurement, posting on the FCN is the only official notice recognized for the purpose of determining timeliness in the event of a protest. 9

10 2.6 NOTICE OF INTENT TO SUBMIT A PROPOSAL Prospective vendors who are interested in responding to this RFP are encouraged to send a Notice of Intent to Submit a Proposal (Appendix IV) to the Procurement Manager specified in Section 2.1.1, on or before the date and time specified in the Schedule of Events and Deadlines. Submission of a Notice of Intent is not a pre-requisite for acceptance of proposals from prospective vendors. 2.7 CLARIFICATIONS OR ADDENDA TO THE RFP Information regarding any addenda to this RFP and copies of written departmental responses to questions resulting in clarifications or addenda to this RFP will be electronically posted on the Department of Management Services FCN at the following website: It is the responsibility of prospective vendors to check the FCN for addenda or clarifications to this RFP. 2.8 INQUIRIES Prospective vendor questions will only be accepted if submitted in writing to the Procurement Manager specified in Section and received on or before the date and time specified in Section 2.5, Schedule of Events and Deadlines. No questions will be accepted by telephone. Copies of the responses to all inquiries, and clarifications and/or addenda if made to the RFP, will be made available through electronic posting no later than April 27, 2010 at 4:00 p.m. on the FCN at: WITHDRAWAL OF PROPOSAL A written request for withdrawal, signed by the prospective vendor, may be considered if received by the department within 72 hours after the proposal opening time and date indicated in the Schedule of Events and Deadlines. A request received in accordance with this provision may be granted by the department upon proof of the impossibility to perform based upon an obvious error on the part of the prospective vendor ACCEPTANCE OF PROPOSALS AND WAIVER OF MINOR IRREGULARITIES Proposal Deadline: Proposals must be received by the Procurement Manager no later than 4:00 P.M. on May 4, 2010 at the address listed in the Schedule of Events and Deadlines. All methods of delivery or transmittal to the Procurement Manager shall remain the responsibility of the prospective vendor and the risk of non-receipt or delayed receipt shall be upon the prospective vendor. Any proposal submitted shall remain a valid offer for at least ninety (90) days after the proposal submission date. Except as provided in Section below, no changes, modifications, or additions to the proposals submitted after the deadline for proposal opening has passed will be accepted by or be binding on the department Receipt Statement: Proposals not received by the Procurement Manager at the specified place, on the specified date and time will be rejected. Proposals must be received by the Procurement Manager identified in Section in accordance with Section 2.5, Schedule of Events and Deadlines. All such rejected copies will be returned unopened to the prospective vendor by the department, except for one unopened original for use in the event of a dispute. 10

11 Right to Reject or to Waive Minor Irregularities Statement: The department reserves the right to reject any and all replies or to waive minor irregularities when to do so would be in the best interest of the State of Florida. Minor irregularity is defined as a variation from the RFP terms and conditions which does not affect the price of the proposal or give the prospective vendor an advantage or benefit not enjoyed by other prospective vendors and does not adversely impact the interest of the department. At its option, the department may correct minor irregularities but is under no obligation to do so. In doing so the department may request a prospective vendor to provide additional materials to correct the irregularity. However, the department will not request and a prospective vendor may not provide the department with additional materials that affect the price of the proposal, or give the vendor an advantage or benefit not enjoyed by other vendors. The department reserves the right to withdraw this RFP, even after award, when to do so would be in the best interest of the State of Florida PROTEST OR DISPUTE Any person who is adversely affected by the decision or intended decision made by the department pursuant to this solicitation shall file with the department a notice of protest in writing within 72 hours (Saturdays, Sundays and state holidays excluded) after the posting of the notice of decision, or intended decision With respect to a protest of the terms, conditions, and specifications contained in this solicitation, including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract, the notice of protest shall be filed in writing within 72 hours (Saturdays, Sundays and state holidays excluded) after the posting of the solicitation. The formal written protest shall be filed within 10 days after the date the notice of protest is filed When protesting a decision or intended decision, the protestor must post a bond equal to one percent (1%) of the department s estimated contract amount. The estimated contract amount shall be based upon the contract price submitted by the protestor. If no contract price was submitted, the department shall provide the estimated contract amount to the protestor within 72 hours (excluding Saturdays, Sundays and state holidays) after the notice of protest has been filed. The estimated contract amount is not subject to protest pursuant to s (3) F. S. The bond shall be conditioned upon the payment of all costs and charges that are adjudged against the protestor in the administrative hearing in which action is brought and in any subsequent appellate court proceeding. FAILURE TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST WILL RESULT IN A REJECTION OF THE PROTEST. In lieu of a bond, the department may accept a cashiers check, official bank check, or money order in the amount of the bond A notice of protest, formal protest and bond are filed, when received by the contact person listed in Filing may be achieved by hand-delivery, courier, US Mail or facsimile transfer. Filing by will not be accepted. All methods of delivery or transmittal to the department s Procurement Manager shall remain the responsibility of the protestor and the risk of non-receipt or delayed receipt shall be upon the protestor. FAILURE TO FILE A NOTICE OF PROTEST OR FAILURE TO FILE A FORMAL WRITTEN PROTEST WITHIN THE TIME PRESCRIBED IN S (3), F.S., OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, F.S. 11

12 SECTION 3: MINIMUM PROGRAMMATIC REQUIREMENTS 3.1 GENERAL STATEMENT Successful vendor will provide a Child Welfare intern recruitment and supervision program within the department and its contracted providers. The goal of this program is to develop a pool of potential candidates for employment by the department and its contracted providers. Additionally, the goal is to strengthen the knowledge and improve the casework skills of department staff in the areas of child safety, permanency planning, family dynamics, child development, case management and community organization. 3.2 PROGRAMMATIC AUTHORITY The successful vendor shall comply with all applicable State and Federal laws, regulations, action transmittals, program instructions, review guides and similar documentation including but not limited to the following: F.S Partnerships to develop child protection workers- The Department of Children and Family Services is directed to form partnerships with the schools of social work of the state universities in order to encourage the development of graduates trained to work in child protection. The department shall give hiring preferences for child protection jobs to graduates who have earned Bachelor s and Master s degrees from these programs with a concentration in child protection. The partnership between the Department of Children and Family Services and the schools of social work shall include, but not be limited to, modifying existing graduate and undergraduate social work curricula, providing field placements for students into child protection internships in the department, and collaborating in the design and delivery of advanced levels of social work practice Federal Statutes and Regulations PUBLIC LAW Health Insurance Portability and Accountability Act (HIPAA) 8/21/ ADA Standards for Accessibility Part 36-Handicap Access to Facilities Web References Pub Law HIPAA ADA Handicap Access Florida Administrative Codes and Statutes Chapter 6OA-1, F.A.C. - General Regulations Chapter 10-13, F.A.C. Resolutions of Contract Bid & Award Protests Web References Florida Statutes Florida Administrative Codes 12

13 3.3 SCOPE OF SERVICE This Request for Proposal seeks a vendor that will provide a Child Welfare intern recruitment and supervision program within the department and its contracted providers. The goal of this program is to develop a pool of potential candidates for employment by the department and its contracted providers. Additionally, the goal is to strengthen the knowledge and improve the casework skills of department staff in the areas of child safety, permanency planning, family dynamics, child development, case management and community organization. 3.4 MAJOR PROGRAM GOALS Provide supervision of an internship program within the department and its contracted providers for Bachelor of Social Work/Master of Social Work student interns Provide at least one meeting with each community based partner agency, as requested by the department to explain the process of assigning interns to units providing social services to children and families Provide the training, consultation and coordination functions to improve the department and its contracted providers delivery of social services to clients and to provide supportive casework services to families through the use of student interns. 3.5 TASK LIST The department prefers the Field Instructor/Training Coordinator be certified as a Pre- Service Training Facilitator through the program offered by the Department of Children and Families. The Field Instructor/Training Coordinator will be required to attend the department mandatory training to maintain certification Provide Pre-Service Training Certification, to student interns enrolled in the Internship Program with the Department of Children and Families. This training will only be applicable if the successful vendor obtains the Pre-Service Training Facilitator Certification The successful vendor will place a minimum of twenty-eight (28) student interns per contract year with a maximum of eighteen (18) students served per semester with the department and its contracted partners. Priority shall be granted to College of Social Work Students The field instructor/training coordinator will provide a minimum of one hour weekly per intern supervision to the student interns who are in a field placement assignment with the department and its contracted providers. Students must register for the field placement specific courses provided by the university Interns are not to independently assume caseloads, but will assist department and contracted provider counselors with their ongoing caseloads Any recordings or other written documentation regarding any case that is produced by student interns must be included in the formal case file or given to the unit supervisor for destruction at the time the intern completes his/her casework Provide two evaluations of each student intern, one at the midpoint of their field placement and one upon completion. Evaluations shall be department approved and evaluate the student s internship field placement at midterm and the end of their internship. Evaluations are to be shared with the department s Contract Manager. 13

14 3.5.8 Teach Child Welfare Practice to social work students on campus at least once a year. This course serves to recruit students into child welfare field placements and employment Perform all activities in conformance with the rules and regulations of the department its contracted providers and accepted social work practices. 3.6 TASK LIMITS The successful vendor shall not perform any tasks related to this project other than those described in Section 3.5 without the express written consent of the department. 3.7 STAFFING LEVELS A full-time non-tenure faculty member will be housed in office space provided by the department located within the Circuit Two Office at 2383 Phillips Road, Tallahassee, Florida The staff will be a mutually selected full-time master level social worker certified as a pre-service certification trainer with experience in the department s Family Safety Program. The faculty member will travel to other services sites for program coordination and intern supervision All staff shall be employees of the successful vendor. The successful vendor shall not hire staff from a temporary employment agency. The successful vendor shall maintain an adequate administrative organizational structure and support staff sufficient to discharge its contractual responsibilities. In the event the department determines that the successful vendor s staffing levels do not conform to those promised in the proposal, it shall advise the successful vendor in writing, and the successful vendor shall have thirty (30) days to remedy the identified staffing deficiencies The successful vendor shall replace any employee whose continued presence would be detrimental to the success of the project with an employee of equal or superior qualifications as determined by the department. The department shall exercise exclusive judgment in this matter The successful vendor shall perform F.S. 435, Level II background checks on all prospective employees. 3.8 PROFESSIONAL QUALIFICATIONS Prospective vendors shall include in their proposed staffing how they plan to accomplish all of the tasks and other responsibilities under this RFP and shall include in their proposal employee resumes that demonstrate that proposed staff is qualified to perform the tasks The successful vendor staff shall take certain department training which may include, but is not limited to, civil rights, security, customer service, and Health Insurance Portability and Accountability Act (HIPAA) training. The department s Northwest Region Program Office will make the final determination as to the training the vendor s staff must take. 3.9 STAFFING CHANGES The successful vendor shall staff the project with key personnel identified in the vendor s proposal, which are considered by the department to be essential to this project. Prior to diverting any of the 14

15 proposed individuals from the project, the successful vendor shall notify and obtain written approval from the department of the proposed substitution. Written justification shall include documentation of the circumstances requiring change and a list of the proposed substitutions in sufficient detail to permit evaluation of the impact on the project. The department, at its option, may agree to accept personnel of equal or superior qualifications in the event that circumstances necessitate the replacement of previously assigned personnel. Any such substitution shall be made only after consultation with department staff. The successful vendor shall replace any employee whose continued presence on the project would be detrimental to the success of the project with an employee of equal or superior qualifications as determined by the department. The department will exercise exclusive judgment in this matter SUBCONTRACTORS The successful vendor may not enter into written or verbal subcontract(s) for any functions under the contract SERVICE DELIVERY LOCATION Service delivery location shall be located within the Circuit Two Office at 2383 Phillips Road, Tallahassee, Florida The successful vendor shall comply with the Americans with Disabilities Act regarding handicapped access for vendor recipient service locations no later than thirty (30) days after the contract is signed SERVICE TIMES The primary time for service will be Monday through Friday from 8:00 AM to 5:00 PM, local time, however the times may vary throughout the service area location sites, depending on hours a partner non-profit is open for service or if a need arises to work outside the normal work hours EQUIPMENT The successful vendor agrees to provide equipment (local area network [LAN] ready computer and computer support) for data collection for the field instructor established under this contract The department agrees to provide office space, including furniture, use of telephones, postage, copy machine and fax machine for the field instructor RECORDS AND DOCUMENTATION The successful vendor will be provided space by the department which will safely and securely store all paper and electronic files. This includes case records and reports for the duration of the contract. Method of filing shall be left to the successful vendor except as other wise directed by the department. All hardcopy or scanned/imaged records must be retrievable within 24 hours of request by the department To the extent that information is utilized in the performance of the resulting contract or generated as a result of it, and to the extent that information meets the definition of public record as defined in subsection (12), F.S., said information is hereby declared to be and is hereby recognized by the parties to be a public record and absent a provision of law or administrative rule or regulation requiring otherwise, shall be made available for inspection and copying by any interested person upon request as provided in Chapter 119, F.S., or otherwise. It is expressly understood that a successful vendor s refusal to comply with Chapter 119, F.S., shall constitute an immediate breach of the contract that results from 15

16 this RFP, which entitles the department to unilaterally cancel the contract. The successful vendor will be required to promptly notify the department of any requests made for public records and will be responsible for redacting, copying and producing said documents Unless a greater retention period is required by state or federal law, or by the department all documents pertaining to the program contemplated by this Request for Proposal shall be retained by the successful vendor for a period of six (6) years after the termination of the resulting contract, or longer, as may be required by said law or by any renewal or extension of the contract. During the record retention period, the successful vendor(s) agrees to furnish, when requested to do so, all documents required to be retained. Submission of such documents must be in the department s standard word processing format. Any changes required of the successful vendor will be at the expense of the successful vendor. Data files will be provided in a format readable by the department The successful vendor agrees to maintain the confidentiality of all records required by law or administrative rule to be protected from disclosure. The successful vendor further agrees to hold the department harmless from any claim or damage, including attorney s fees and costs, or from any fine or penalty imposed as a result of an improper disclosure by the successful vendor of confidential records, whether public record or not, and promises to defend the department against the same at its expense The successful vendor shall maintain all records required to be maintained pursuant to the resulting contract in such manner as to be accessible by the department upon demand. Where permitted under applicable law, access by the public shall be permitted without delay The successful vendor agrees to retain all client records, financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertinent to this contract for a period of six (6) years after completion of the contract or longer when required by law. In the event an audit is required by this contract records shall be retained for a minimum period of six (6) years after the audit report is issued or until resolution of any audit findings or litigation that may be based on the terms of this contract, at no additional cost to the department. At the end of the six year retention period following the close of the last audit the successful vendor must deliver the records to the department for further retention or destruction REPORTS Where the resulting contract requires the delivery of reports to the department, mere receipt by the department shall not be construed to mean or imply acceptance of those reports. The department reserves the right to reject reports as incomplete, inadequate, or unacceptable according to the conditions set forth in the resulting contract The department, at its option, may allow additional time for the successful vendor to remedy the objections noted by the department, or the department may, after giving the successful vendor a reasonable opportunity to make a report adequate or acceptable to the department, declare the resulting contract to be in default Contracts between state agencies, and or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports. 16

17 The successful vendor must maintain records documenting the total number of interns and names (or unique identifiers) of interns to whom services were provided and the date(s) on which services are provided so that an audit trail documenting services provision is available The successful vendor shall request payment on the Appendix XIV, Exhibit C-Cost Reimbursement Invoice. A copy of the Appendix XVI, Exhibit E- Monthly Activity Report will be submitted with each invoice. Request for payment shall be submitted to the contract manager no later than the thirtieth (30 th ) day of the month following the month of service and shall contain sufficient information for a pre-audit and post-audit thereof The successful vendor will prepare and submit a monthly activity report to the contract manager along with the monthly invoice, Appendix XIV, Exhibit C-Cost Reimbursement Invoice. The Appendix XVI, Exhibit E- Monthly Activity Report will detail pre-service and field based intern activities The successful vendor will require the student interns to complete the Appendix XVII, Exhibit F-Pre-Service Training and Internship Evaluation at the end of each Pre-Service Training session. Pre-Service Training evaluations will be submitted for review by the contract manager at the end of each semester The successful vendor will maintain a database for the internship program for collection of information, such as name, date of birth, gender, placement location, placement supervisor, commencement date, termination date, evaluation and test scores, post internship employment, certification date, etc, for use by the field instructor, contract manager, the department and contracted provider staff. THIS SPACE INTENTIONALLY LEFT BLANK 17

18 The successful vendor shall deliver at a minimum the following reports: Report Title Exhibit A, Mid-Term Evaluation of Student Performance Exhibit B, Final Evaluation of Student Performance Exhibit C, Cost Reimbursement Invoice Exhibit D, Budget Narrative Exhibit E, Monthly Activity Report Exhibit F, Pre-Service Training Evaluation Reporting Frequency Report Due Date Number of Copies Due DCF Office Each Semester Mid-Term of Semester One Copy DCF Northwest Region Contract Manager 1317 Winewood Blvd Building 2, Room 317 Tallahassee, FL Each Semester End of Semester One Copy DCF Northwest Region Contract Manager 1317 Winewood Blvd Building 2, Room 317 Tallahassee, FL Monthly Within 45 days following One Copy DCF Northwest Region the end of the month of Contract Manager service 1317 Winewood Blvd Building 2, Room 317 Tallahassee, FL Annual Annually, prior to the One Copy DCF Northwest Region execution of the contract Contract Manager 1317 Winewood Blvd Building 2, Room 317 Tallahassee, FL Monthly Within 45 days following One Copy DCF Northwest Region the end of the month of Contract Manager service, to accompany 1317 Winewood Blvd Exhibit D, Cost Building 2, Room 317 Reimbursement Invoice Tallahassee, FL End of Pre- Service Training Session Within 10 days of the completion of the Pre- Service Training Session One Copy DCF Northwest Region Contract Manager 1317 Winewood Blvd Building 2, Room 317 Tallahassee, FL The successful vendor shall provide additional reports, if this is determined to be necessary by the department The successful vendor shall maintain in its office a hardcopy of all reports and documents requested by the department for monitoring purposes. This will include, but is not limited to the reports listed above PERFORMANCE STANDARDS The successful vendor shall provide the training, consultation, and coordination functions to prepare students in the field of child welfare and to improve the Department and its contracted providers delivery of social services to clients, and provide supportive casework services to families through the use of student interns The successful vendor will conduct at least one meeting per semester with each community based care partner agency to explain the process of assigning interns to units providing social services to children and families. 18

19 3.17 OUTCOME MEASURES Ninety percent (90%) of student interns participating in this program each contract year will have an increased knowledge and awareness of casework competencies needed in the practice of child welfare, with particular emphasis on child safety and permanency issues as evidenced by ratings Eighty-five percent (85%) of student interns will evaluate their field placement as having been beneficial to their professional development Eighty-five percent (85%) of student interns will evaluate the Pre-Service Training as having been beneficial to their professional development as evidenced by a positive overall rating on the pre-services training evaluation questionnaire PERFORMANCE OF OUTCOME MEASURES By execution of the contract resulting from this RFP, the successful vendor shall acknowledge and agree that its performance under any resulting contract must meet the standards set forth therein and will be bound by the terms and conditions in this solicitation document. If the successful vendor fails to meet these standards, the department, at its exclusive option, may allow a reasonable period, not to exceed 6 months, for the successful vendor to correct performance deficiencies. If performance deficiencies are not re solved to the satisfaction of the department within the prescribed time, and if no extenuating circumstances can be documented by the successful vendor to the department s satisfaction, the department must terminate the contract. The department has sole authority to determine whether there are extenuating or mitigating circumstances VENDOR UNIQUE ACTIVITIES The successful vendor is solely and uniquely responsible for the satisfactory performance of the tasks described in Section 3.5. By execution of the resulting contract, the successful vendor recognizes its singular responsibility for the tasks, activities, and deliverables described therein, warrants that it has fully informed itself of all relevant factors affecting accomplishment of the tasks, activities, and deliverables and agrees to be fully accountable for the performance thereof The successful vendor shall be fully operational no later than July 1, The successful vendor must comply with all applicable Federal and state laws, regulations, action transmittals, program instructions, review guides, and similar documentation related to the Federal regulations, Florida administrative codes and statutes and Department of Children and Family Services Program operational procedures. The successful vendor shall be responsible for the cost of storing and safeguarding all past, current, and future records and reports relating to its actions in a safe and secure manner. The successful vendor agrees to fully cooperate with the department in the conduct of both performance audits and financial audits The successful vendor agrees to provide salary and fringe benefits for staff hired under this contract and may provide mileage reimbursement to the field instructor. 19

20 3.20 COORDINATION WITH OTHER VENDORS/ENTITIES The failure of any entity to cooperate with the successful vendor does not release the successful vendor from any accountability for tasks or services that the successful vendor is obligated to perform pursuant to the contract to be awarded pursuant to this Request for Proposal VENDOR RESPONSIBILITIES The successful vendor is solely and uniquely responsible for the satisfactory performance of the tasks described in this RFP. Submission of a proposal signifies acceptance by the successful vendor that it accepts all departmental requirements, terms, and conditions in this RFP and in the department s standard contract and attachments. By execution of the resulting contract the successful vendor recognizes its singular responsibility for the tasks, activities, and deliverables described therein and warrants that it has fully informed itself of all relevant factors affecting accomplishment of the tasks, activities, and deliverables and agrees to be fully accountable for the performance thereof DISPUTE RESOLUTION The successful vendor and department shall agree to cooperate in resolving any differences concerning performance or in interpreting this contract. Within five (5) working days of the execution of a contract for services, each party shall designate one person to act as its representative for dispute resolution purposes, and shall notify the other party of the person s name and business address and telephone number. Within five (5) working days from delivery to the designated representative of the other party of a written request for dispute resolution, the representatives will conduct a face-to-face meeting to resolve the disagreement amicably. If the representatives are unable to reach a mutually satisfactory resolution, the representatives shall make written recommendations to the Secretary who will work with both parties to resolve the dispute. The parties reserve all their rights and remedies under Florida law. Venue for any court action shall be Leon County, Florida and all parties shall consent to jurisdiction in all courts of competent jurisdiction in Leon County, Florida DEPARTMENT DETERMINATIONS The department has reserved the exclusive right to make certain determinations in these specifications. The absence of the department setting forth a specific reservation of rights does not mean that all other areas of the resulting contract are subject to mutual agreement. The department reserves the right to make any and all determinations exclusively which it deems are necessary to protect the best interests of the State of Florida and the health, safety, and welfare of the clients who are served by the department either directly or through any one of its contracted vendors. The department has the final authority in: Determining the funding for the contract; Determining the adequacy and availability of the successful vendor s records; Approving the quality and acceptability of service deliverables; All decisions involving availability of program funding 20

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES INVITATION TO NEGOTIATE (ITN) MANAGEMENT AND LEADERSHIP DEVELOPMENT ITN#: ITN4A2ME3 Release Date: APRIL 2, 2105 DCF ITN: ITN4A2ME3 1 of 79 (T008) Table

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES CENTRAL REGION FAMILY SAFETY PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES CENTRAL REGION FAMILY SAFETY PROGRAM STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES CENTRAL REGION FAMILY SAFETY PROGRAM INVITATION TO NEGOTIATE Behavioral Health Training for the Child Protective Investigation Professional ITN#: 07FS1801

More information

INVITATION TO BID ITB # SNR1112FS01

INVITATION TO BID ITB # SNR1112FS01 INVITATION TO BID ITB # SNR1112FS01 Service of Process FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Southern Region Circuits 11 & 16 Miami-Dade and Monroe Counties Posting Date: April 15, 2011 MAIL OR DELIVER

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION FAMILY SAFETY PROGRAM

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION FAMILY SAFETY PROGRAM STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION FAMILY SAFETY PROGRAM INVITATION TO NEGOTIATE Child Protective Investigations In-Service Training and Job Coaching Program ITN#: 23FS15001

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES ECONOMIC SELF-SUFFICIENCY PROGRAM OFFICE INVITATION TO NEGOTIATE

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES ECONOMIC SELF-SUFFICIENCY PROGRAM OFFICE INVITATION TO NEGOTIATE STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES ECONOMIC SELF-SUFFICIENCY PROGRAM OFFICE INVITATION TO NEGOTIATE ELECTRONIC BENEFITS TRANSFER/ELECTRONIC FUNDS TRANSFER (EBT/EFT) ITN# - 02F12GC1 COMMODITY

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Substance Abuse and Mental Health REQUEST FOR PROPOSAL Staffing and Training for Substance Abuse and Mental Health Integration Specialist RFP#: 07MH1501

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF PUBLIC BENEFITS INTEGRITY

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF PUBLIC BENEFITS INTEGRITY STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF PUBLIC BENEFITS INTEGRITY REQUEST FOR PROPOSALS Employment and Income Verification Services RFP 11F13GC1 Commodity Code: 973-500 1 TABLE OF

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE INVITATION TO NEGOTIATE PREDICTIVE ASSESSMENT TOOL FOR CHILD PROTECTION PROFESSIONALS ITN#: 05J14JC1 Release Date: May 30, 2014

More information

STATE OF FLORIDA AGENCY FOR PERSONS WITH DISABILITIES. SUNLAND CENTER Marianna, Florida. TACACHALE CENTER Gainesville, Florida REQUEST FOR PROPOSAL

STATE OF FLORIDA AGENCY FOR PERSONS WITH DISABILITIES. SUNLAND CENTER Marianna, Florida. TACACHALE CENTER Gainesville, Florida REQUEST FOR PROPOSAL physi STATE OF FLORIDA AGENCY FOR PERSONS WITH DISABILITIES SUNLAND CENTER Marianna, Florida TACACHALE CENTER Gainesville, Florida REQUEST FOR PROPOSAL PHARMACEUTICAL RFP # APD 14-001 Commodity Code(s):

More information

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal STATE OF FLORIDA DEPARTMENT OF EDUCATION Request for Proposal Intent To Submit Proposal *********************************************************************************************************************************

More information

Agency for Persons with Disabilities State of Florida Tacachale HOUSEKEEPING AND JANITORIAL SERVICES

Agency for Persons with Disabilities State of Florida Tacachale HOUSEKEEPING AND JANITORIAL SERVICES Agency for Persons with Disabilities State of Florida Tacachale INVITATION TO BID (ITB) FOR HOUSEKEEPING AND JANITORIAL SERVICES ITB #APD14-011 COMMODITY CODE: 91111601 / 76111501 Bid Opening Date: March

More information

INVITATION TO NEGOTIATE REGISTRATION

INVITATION TO NEGOTIATE REGISTRATION State of Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 INVITATION TO NEGOTIATE

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

State of Florida Department of Financial Services

State of Florida Department of Financial Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS AA RFP 1718-09 Production Services for Florida General Lines Agents, Personal Lines Agents, and Insurance Adjusters

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

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

INVITATION TO BID. ARCHIVE RECORDS STORAGE AND RETRIEVAL SERVICES For the Southeast Region/Circuit 17 FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES

INVITATION TO BID. ARCHIVE RECORDS STORAGE AND RETRIEVAL SERVICES For the Southeast Region/Circuit 17 FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES INVITATION TO BID ARCHIVE RECORDS STORAGE AND RETRIEVAL SERVICES For the Southeast Region/Circuit 17 FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES ITB #17-CA-1112-01 Circuit 17 Broward County Posting Date:

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

REQUEST FOR PROPOSAL REGISTRATION

REQUEST FOR PROPOSAL REGISTRATION State of Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street 332 Turlington Building Tallahassee, Florida 32399-0400 REQUEST FOR PROPOSAL

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

October 16, Title: Statewide Medicaid Prepaid Dental Health Program

October 16, Title: Statewide Medicaid Prepaid Dental Health Program RICK SCOTT GOVERNOR JUSTIN M. SENIOR SECRETARY October 16, 2017 Prospective Vendor(s): Subject: Solicitation Number: AHCA ITN 012 17/18 Title: Statewide Medicaid Prepaid Dental Health Program This solicitation

More information

COMPLETE AND RETURN THIS FORM

COMPLETE AND RETURN THIS FORM State of Florida Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 332 Turlington Building 325 West Gaines Street Tallahassee, Florida 32399-0400 BID REGISTRATION

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

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

Standard Contract Definitions

Standard Contract Definitions Standard Contract Definitions Acceptance Written approval by the Department of deliverables to authorize payment for work performed under the contract, subject to subsequent verification of the provider

More information

ATTACHMENT I. A. Services To Be Provided

ATTACHMENT I. A. Services To Be Provided A. Services To Be Provided ATTACHMENT I 1. Definition of Terms a. Contract Terms. Contract Terms used in this document can be found in the Florida Department of Children and Families Glossary of Contract

More information

UCF Administration and Finance; Procurement Services. (1) The University Board of Trustees (BOT) has authority to establish a system of

UCF Administration and Finance; Procurement Services. (1) The University Board of Trustees (BOT) has authority to establish a system of UCF-7.130 Administration and Finance; Procurement Services. (1) The University Board of Trustees (BOT) has authority to establish a system of coordinated procurement policies, procedures, and practices

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

Florida A&M University Regulation Procurement of Commodities and Contractual Services.

Florida A&M University Regulation Procurement of Commodities and Contractual Services. Florida A&M University Regulation. (1) Purchases with a value of up to $5,000 shall be carried out using good purchasing practices. Purchases with a value of $5,000.01 up to $10,000 shall be carried out

More information

Standard Contract Definitions. All defined terms will be initial capped throughout this section for ease of reference.

Standard Contract Definitions. All defined terms will be initial capped throughout this section for ease of reference. Standard Contract Definitions All defined terms will be initial capped throughout this section for ease of reference. Acceptance Written approval by the Department of deliverables to authorize payment

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: 1718-14 RFP UP Procurement Officer: Wanda Norton Operations Review Specialist Department of Financial Services Office

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

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

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016

Ohio Public Employees Retirement System. Request for Proposal. For: Actuarial Consulting Services. Date: October 21, 2016 Ohio Public Employees Retirement System For: Actuarial Consulting Services Date: October 21, 2016 Project Name: Actuarial Consulting RFP 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377)

More information

REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES FDC RFP RELEASED ON December 6, 2017

REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES FDC RFP RELEASED ON December 6, 2017 REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES RELEASED ON December 6, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500 (850)

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

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

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

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

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

FLORIDA A&M UNIVERSITY BOARD OF TRUSTEES NOTICE OF PROPOSED NEW REGULATION

FLORIDA A&M UNIVERSITY BOARD OF TRUSTEES NOTICE OF PROPOSED NEW REGULATION FLORIDA A&M UNIVERSITY BOARD OF TRUSTEES NOTICE OF PROPOSED NEW REGULATION DATE: July 24, 2008 REGULATION CHAPTER NO.: Chapter 6 REGULATION CHAPTER TITLE: Purchasing Program REGULATION TITLE AND NUMBER:

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

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

Tallahassee, Florida Telephone Number:

Tallahassee, Florida Telephone Number: DEPARTMENT OF ECONOMIC OPPORTUNITY INVITATION TO NEGOTIATE Solicitation Acknowledgement Form Page 1 of 66 pages SUBMIT REPLY TO: Department of Economic Opportunity Office of Property and Procurement AGENCY

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

HIPAA BUSINESS ASSOCIATE AGREEMENT

HIPAA BUSINESS ASSOCIATE AGREEMENT HIPAA BUSINESS ASSOCIATE AGREEMENT This Agreement, dated as of, 2018 ("Agreement"), by and between, on its own behalf and on behalf of all entities controlling, under common control with or controlled

More information

ATTACHMENT I A. Services To Be Provided 1. Definition of Terms a. Contract Terms. Contract Terms used in this document can be found in the Florida

ATTACHMENT I A. Services To Be Provided 1. Definition of Terms a. Contract Terms. Contract Terms used in this document can be found in the Florida ATTACHMENT I A. Services To Be Provided 1. Definition of Terms a. Contract Terms. Contract Terms used in this document can be found in the Florida Department of Children and Families Glossary of Contract

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

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS (RFP) 2018-17 SECTION EIGHT HOUSING QUALITY STANDARDS (HQS) INSPECTIONS DATE ISSUED: Thursday, August

More information

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) This Agreement is made as of the latest date signed below, between

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

State of Florida Department of Financial Services

State of Florida Department of Financial Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS FM RFP 1718-12 Construction Materials Mining Activities Consultation and Study Preparation Services Procurement

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

STATE OF FLORIDA DEPARTMENT OF HEALTH DIVISION OF FAMILY HEALTH SERVICES BUREAU OF FAMILY AND COMMUNITY HEALTH DOH REQUEST FOR PROPOSAL FOR

STATE OF FLORIDA DEPARTMENT OF HEALTH DIVISION OF FAMILY HEALTH SERVICES BUREAU OF FAMILY AND COMMUNITY HEALTH DOH REQUEST FOR PROPOSAL FOR STATE OF FLORIDA DEPARTMENT OF HEALTH DIVISION OF FAMILY HEALTH SERVICES BUREAU OF FAMILY AND COMMUNITY HEALTH DOH 10-024 REQUEST FOR PROPOSAL FOR HEALTHY START REDESIGN PLANNING Vendor Name Vendor Mailing

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

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

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) Purpose Section I Scope II Definitions III Responsibility IV Using Department IV A Purchasing Function IV B Property Disposal V I.

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: SharePoint Upgrade Date: September 9, 2016 Project Name: SharePoint 2007 Upgrade 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING Friendship is soliciting proposals and qualification statements from parties having specific interests and qualifications

More information

Spanish Language Market Advertising Services

Spanish Language Market Advertising Services Issue Date: November 20, 2013 Spanish Language Market Advertising Services Project Number: 03-13/14 Submissions Due: January 2, 2014 Florida Lottery Procurement Management 250 Marriott Drive Tallahassee,

More information

Request for Quote # NAEYC Accreditation for Providers Released: Friday, December 15, 2017

Request for Quote # NAEYC Accreditation for Providers Released: Friday, December 15, 2017 Request for Quote #2017-28 NAEYC Accreditation for Providers Released: Friday, December 15, 2017 1. General Information The Early Learning Coalition of Miami-Dade/Monroe ( the Coalition ), a Florida not-for-profit

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Market Research and Analysis Project Plan Date: 6/6/2013 Project Name: Retiree Satisfaction Study 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377)

More information

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS State of Florida Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 332 Turlington Building 325 West Gaines Street Tallahassee, Florida 32399-0400 BID REGISTRATION

More information

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES FLORIDA DEPARTMENT OF HEALTH (DOH) DOH14-028 INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES TABLE OF CONTENTS SECTION 1.0: Introductory Materials... 3 SECTION 2.0: Procurement Process, Schedule, & Constraints...

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

Sealed proposals will be received until 4 pm on Friday, March 16, 2018.

Sealed proposals will be received until 4 pm on Friday, March 16, 2018. Request for Proposals for Financial Statement Audit Services February 1, 2018 1 Mount Rogers Community Services Board (MRCSB) requests qualified independent certified public accountants to submit proposals

More information

State of Florida. Division of Emergency Management

State of Florida. Division of Emergency Management State of Florida Division of Emergency Management Request for Proposal RFP-DEM-13-14-025 Disaster Recovery Services Staff Augmentation Contact for Questions: Tara Walters Tara.Walters@em.myflorida.com

More information

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE

REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE REQUEST FOR PROPOSALS MICHIGAN ECONOMIC DEVELOPMENT CORPORATION TRANSFORMATIONAL BROWNFIELD REDEVELOPMENT PROJECTS RFP-CASE-211899 i REMINDER Please check your proposal to make sure you have included all

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 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

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

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 Lottery Invitation to Negotiate

Florida Lottery Invitation to Negotiate Florida Lottery Invitation to Negotiate Advertised: Tuesday, March 20, 2018 Market Research, Analysis and Related Commodities and Services Project Number: 001-16/17 Florida Lottery Procurement Management

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025 REQUEST FOR PROPOSALS: 28 South State Street Farmington, UT 84025 Date of Issue: May 22, 2013 TABLE OF CONTENTS TITLE PAGE NO. I. INTRODUCTION 3 II. PURPOSE 3 III. LETTER OF INTENT 3 IV. PRE-PROPOSAL MEETING

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

Exhibit 1 Florida Minority Business Enterprise (MBE) Utilization Report 2

Exhibit 1 Florida Minority Business Enterprise (MBE) Utilization Report 2 June 20, 2014 To: Prospective Providers Subject: DJJ Solicitation Number RFP 10190 Request for Proposals (RFP): The State of Florida, Department of Juvenile Justice (Department), is soliciting proposals

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

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

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

Specification Standards for University of Washington Section

Specification Standards for University of Washington Section Page 1 of 7 1. EXPLANATIONS TO CONTRACTORS A. The Final Proposal shall be in the form of a sealed bid. Any Bidder desiring an explanation or interpretation of the bidding documents must make a request

More information

(PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION

(PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION (PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION SUBAWARD NO: UNIT NUMBER: 913 PURCHASE ODER No.: SUBAWARDEE NAME: DUNS NUMBER: ADDRESS: PRINCIPAL INVESTIGATOR: ( ) PROJECT ADMINISTRATOR: ( ) AWARD

More information

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

REQUEST FOR PROPOSAL. Architectural and Space Planning Services COLORADO HOUSING AND FINANCE AUTHORITY REQUEST FOR PROPOSAL (RFP) COLORADO HOUSING AND FINANCE AUTHORITY 1981 BLAKE STREET DENVER, CO 80202 REQUEST FOR PROPOSAL Architectural and Space Planning Services

More information

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION

IV. SERVICES TO BE PROVIDED See Exhibit A Statement of Work. V. PROPOSAL AND SUBMISSION INFORMATION REQUEST FOR PROPOSAL RETIREE HEALTH INSURANCE PROGRAM CONSULTING SERVICES I. INTRODUCTION This Request for Proposal ( RFP ) is being released by the Chicago Teachers Pension Fund ( CTPF) to solicit proposals

More information

REQUEST FOR PROPOSAL DEPARTMENT OF ECONOMIC OPPORTUNITY. Solicitation Acknowledgement Form

REQUEST FOR PROPOSAL DEPARTMENT OF ECONOMIC OPPORTUNITY. Solicitation Acknowledgement Form DEPARTMENT OF ECONOMIC OPPORTUNITY REQUEST FOR PROPOSAL Solicitation Acknowledgement Form Page 1 of 40 pages AGENCY RELEASE DATE: September 25, 2017 SOLICITATION TITLE: SUBMIT PROPOSAL TO: Department of

More information

INVITATION TO NEGOTIATE ITN #

INVITATION TO NEGOTIATE ITN # ATTACHMENT 1 STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUBSTANCE ABUSE AND MENTAL HEALTH PROGRAM INVITATION TO NEGOTIATE ITN # To Become the Community-Based Managing Entity for Substance Abuse

More information

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916

Southwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916 Southwest Florida Affordable Housing Choice Foundation, Inc. RFP #: 2010-01 Broadway Apartments Southwest Florida Affordable Housing Choice Foundation, Inc. 4224 Renaissance Preserve Way Fort Myers, FL

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL West Virginia Board of Risk and Insurance Management RIM:09092013 TABLE OF CONTENTS Section 1: General Information Section 2: General Terms and Conditions Section 3: Project Specifications

More information