LOS ANGELES UNIFIED SCHOOL DISTRICT

Size: px
Start display at page:

Download "LOS ANGELES UNIFIED SCHOOL DISTRICT"

Transcription

1 LOS ANGELES UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL (RFP) NO.: (1) INFORMATION TECHNOLOGY (IT) STAFF AUGMENTATION; AND (2) CONSULTING SERVICES FOR IT-RELATED PROJECTS (BENCH) SAP SUPPORT ONLY ISSUED: February 12, 2008 LAUSD RFP NO Revised 7/21/06 RFP NO. ISSUED TITLE: IT Staff Augmentation/Consulting - SAP (Bench)

2 Los Angeles Unified School District Business Services Division DAVID L. BREWER, III Superintendent of Schools MICHAEL A. EUGENE Business Manager DUANE P. JOHNSON Chief Procurement Officer PETER D. DALE Director of Contract Administration REQUEST FOR PROPOSAL LETTER Date: February 12, 2008 Attention: Subject: Proposers REQUEST FOR PROPOSAL (RFP) NO FOR (1) INFORMATION TECHNOLOGY (IT) STAFF AUGMENTATION SERVICES (BENCH); AND (2) CONSULTING SERVICES FOR IT-RELATED PROJECTS, SAP SUPPORT ONLY. The Los Angeles Unified School District (District) seeks proposals from new firms in the skill-set category of SAP Support only for the following Service Areas: (1) Information Technology Staff Augmentation, and (2) Consulting Services for IT-Related Projects as defined herein. In addition, the District is also accepting updated price proposals from holders of current, fullyexecuted Master Services Agreements for Information Technology Service and Support ( Existing Bench Firms ) approved in the skill-set category of SAP Support Services, under the firm s respective approved Service Area(s). The District s Information Technology Division (ITD) supports computer hardware, software, paging systems, radio communications, telephone services, networking services, programming services, and provides various technology-related services to all schools and offices within the District. Occasionally, due to a lack of personnel, resources, and/or expertise, the Information Technology Division seeks assistance outside of the District to perform or complete tasks and projects that would otherwise not have been possible. Staff Augmentation Services: Subject to District-authorized Task/Work Orders, staff augmentation services supplement the District's existing work force with technical professionals who possess a multitude of information technology skills tailored to the District s particular needs. These services are generally paid on an hourly or time and material basis, but may involve specific milestones and/or deliverables. In addition, District may issue Firm Fixed Price task/work orders. Consulting Services: The Information Technology Division has also established a pool of firms who can provide consulting services for IT-related projects. Subject to Districtauthorized Task/Work Orders, these firms are generally project management and/or information technology professionals who advise and/or assist the District with business process transformation, change management, and managing the development, implementation and deployment of automated systems. Services may include, but not 1 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

3 be limited to: strategic planning, management of the efforts of District staff and outside contractors, procuring, configuration, implementation, progress review, problem solving and training of enterprise-wide systems in multiple projects across numerous departments. These services are usually more complex, and payments are generally made according to established timelines and the successful delivery of milestones and/or deliverables. A Bench is defined as multiple, indefinite quantity-type contracts for the same services procured under this solicitation. Zero dollar value (zero based) Master Services Agreement for Information Technology Service and Support shall be established for each firm on the Benches, regardless of Service Area. During the period of performance, the District intends to issue Task/Work Orders to the firms on the two (2) Benches in accordance with the hourly rates and terms and conditions of the Master Services Agreement for Information Technology Service and Support. All work shall be initiated by Task/Work Order issued by the Information Technology Division. The District shall compete such services within the established Benches. Both Service Areas shall include SAP Support. You are requested to submit a proposal to furnish all of the labor and other related items required for the requested services. The Period of Performance shall be June 1, 2008 to June 30, 2010, with two (2), one-year renewal options (applies to new firms only. The Period of Performance for Existing Bench Firms will remain unchanged). PROPOSAL DUE DATE The District will receive complete proposals for the above-identified contract as follows: New Firms: One (1) original, three (3) hard copies, and two (2) copies on CD- ROM of all technical and price proposals; Existing Bench Firms: One (1) original, three (3) hard copies, and two (2) copies on CD- ROM of price proposals only. All proposals must be delivered to the District s Office, in a sealed envelope, by mail or hand delivered to the address below, by 12:00 p.m. on Monday, March 10, The documents on CD-ROM shall be in the portable document format (PDF). The original proposal shall be clearly labeled original. All price proposals shall be clearly labeled Price Proposal. The Price Proposal shall be separately sealed and under separate enclosure from the technical proposal. Failure to comply may result in a rejected proposal. Los Angeles Unified School District 333 South Beaudry Avenue Los Angeles, California th Floor Receptionist Attention: Gayle Jewell Proposals received later than the above date and time may be rejected and returned to the Proposer unopened. The only acceptable evidence to establish the time of receipt is the date/time stamp imprinted upon the Proposal package by the date/time recorder at the District reception desk on the 28 th floor. 2 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

4 PRE-PROPOSAL CONFERENCE A Pre-Proposal Conference will be held at 1:30 p.m. on Wednesday, February 20, 2008, in the Blue Room, 333 S. Beaudry Avenue, 1 st Floor, Los Angeles, California All Proposers are urged to attend. LAUSD will not validate parking for this meeting. GROUND RULES AND ASSUMPTIONS The ground rules and assumptions for this procurement are as follows: 1. The contract type shall be a zero-dollar Master Services Agreement for Information Technology Service and Support ( Master Agreement ). Task/Work Order types shall be Time and Material, Firm Fixed Price, and/or Milestone-Based. All charges payable to contractors shall be specified on the applicable Task/Work Order. See Attachment G, Form of Work Order. 2. The Period of Performance shall be June 1, 2008 to June 30, 2010, with two (2), oneyear renewal options, which applies to new firms only. The Period of Performance for existing Bench firms remains unchanged. 3. Updated price proposals received from Existing Bench Firms shall be negotiated and may be subject to a pre-award audit. Any new awarded pricing shall be incorporated via an amendment to the firm s existing Master Agreement. However, the District is not obligated to amend any existing Master Agreement. 4. EXPENSES - Travel, if applicable, shall be itemized on each Task/work Order proposal submitted under the Master Agreement, to include the number of trips, the number of people traveling, the estimated cost of the transportation, the per diem cost of each traveler, etc. Travel costs shall be limited to costs consistent with DISTRICT Travel Policy, which is summarized in Attachment A to the Cost Proposal Sheet. 5. Any and all costs arising from this RFP process incurred by the Proposer shall be borne by the Proposer, without reimbursement by the District. 6. COMMUNICATIONS WITH THE DISTRICT - All communications with the DISTRICT regarding this procurement shall be governed by the DISTRICT S Contractor s and Consultant s Code of Code as referenced herein and Attachment C. All communications regarding this RFP between potential Proposers and the staff of the DISTRICT and consultants engaged by the DISTRICT shall be addressed only to the Contract Analysts identified in the Request for Proposal Letter. At no time PRIOR to the DISTRICT S Notice of Award shall Proposer(s) contact DISTRICT officials or personnel regarding this RFP or any contract(s) to be awarded in response hereto. To do so may subject the Proposer to disqualification. 7. PRE-AWARD AUDIT - All Proposers doing business with the DISTRICT are subject to a Pre-Award Audit. The Contract Administration Branch shall request that the office of the Inspector General (OIG) perform a Pre-Award Audit on ALL contracts valued at over $5 million. The Contract Administration Branch may request a Pre-Award Audit for all contracts valued at $5 million or less. 3 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

5 8. Proposers are advised that, even after the execution of the Master Agreement and placement on the Bench, the District shall not be legally obligated to execute Task/Work Orders on either of the Service Areas proposed. It is at the District s discretion to award work on an as needed basis. Proposers are further advised that the District reserves the right to contract with persons or entities that are not on the Bench and are not on the availability list for either Service Area. Placement on the availability list does not guarantee that successful proposers will receive any work and should not be construed as making successful proposers the exclusive providers of SAP Support services. All work shall be initiated by task/work order issued by ITD. The District reserves the right to determine the applicable Service Area at the time of the task/work order solicitation, and to compete such services within the established Benches at its sole discretion. 9. CONTRACTUAL TERMS AND CONDITIONS See proposal Submittal Requirements, pages 13-16, for the format to use when requesting changes to District Terms and Conditions. Although proposers are permitted to notify the District of any exceptions they desire to take to District Terms and Conditions, the District is under no obligation to provide an immediate response to these Proposers, and in general shall only consider granting those exceptions that the District is willing and able to provide to all firms on the Bench. 10. Labor rates negotiated with Contractor as a result of this RFP shall be maximum, not-toexceed rates, and shall remain firm for the duration of each applicable contract period. 11. NO OBLIGATION TO ENTER INTO CONTRACT The District reserves the right to reject a firm as non-responsive, regardless of the stage of the procurement process, if there is a failure to successfully negotiate price/fees, terms and conditions, or a failure of the firm to satisfy any of the final requirements necessary to do business with the District. KEY EVENTS SCHEDULE The anticipated schedule for completion of this Procurement is shown below. The dates are subject to change. Milestone Date RFP Release February 12, 2008 Pre-Proposal Conference February 20, 2008, 1:30 p.m. Deadline for Final Written Questions February 22, 2008, 4 p.m. Proposal Due Date March 10, 2008, 12 noon Board of Education Approval Date May 2008 Contract Start Date June 1, 2008 Any Contract resulting from this RFP shall be awarded to that responsible & responsive firm whose proposal is the most advantageous in terms of meeting the technical requirements as defined in the Statement of Work considering the Evaluation Criteria stated herein and who offers justifiably fair and reasonable rates. 4 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

6

7 LOS ANGELES UNIFIED SCHOOL DISTRICT IT STAFF AUGMENTATION AND CONSULTING SERVICES FOR IT-RELATED PROJECTS - SAP (BENCH) TABLE OF CONTENTS Title Page Number SECTION I PROJECT INFORMATION AND PROPOSER S INSTRUCTIONS Project Overview 7 Statement of Work... 8 Evaluation Criteria... 8 Proposal Submittal Requirements Instructions to Proposers SECTION II SUBMITTAL FORMS Proposal Letter/Certificate of Acceptance Certificate of Compliance to LAUSD Ethics and Integrity Standards Insurance Requirements Price Proposal Form, PSG SECTION III ATTACHMENTS A: District Travel and Expenses Guidelines B: Sample Contract Cover Sheet C: Contractor Code of Conduct D: Small Business Enterprise (SBE) Utilization Program E: Lobbyist Registration F: Service Area Detail G: Form of Work Order H: Contractor Questionnaire I: Workers Compensation Waiver Form J: Proposer Checklist TITLE: IT Staff Augmentation/Consulting Srvcs-SAP (Bench) 6

8 LOS ANGELES UNIFIED SCHOOL DISTRICT IT STAFF AUGMENTATION AND CONSULTING SERVICES FOR IT-RELATED PROJECTS (BENCH) PROJECT OVERVIEW GENERAL OVERVIEW / BACKGROUND The Los Angeles Unified School District (LAUSD, or The District ) educates over 900,000 students (Early Education through Adult) each year in a 704 square-mile area of Los Angeles County. LAUSD is made up of 8 Local Districts and operates approximately 1000 schools and educational centers. It employs over 80,000 certificated and classified staff members to carry out the public education mission in Los Angeles. For additional general information about LAUSD on the Internet, go to the following link at the LAUSD website: ONS/COMMUNICATIONS_FACTS/FACTSHEET_ENGLISH%20FINGERTIP%20FACTS% PDF The District s Information Technology Division (ITD) supports computer hardware, software, paging systems, radio communications, telephone services, networking services, programming services, and provides various technology-related services to all schools and offices within the District. Occasionally, due to a lack of personnel, resources, or expertise, the Information Technology Division seeks assistance outside of the District to perform or complete tasks and projects that would otherwise not have been possible. The District has formulated two (2) new Benches of Consultants in a total of thirteen (13) categories who will furnish IT Staff Augmentation and/or Consulting Services for IT-Related Projects. For this RFP, the District is seeking new firms for SAP Support services and allowing new price proposals from existing IT Bench firms who are currently qualified for this skill-set category. All work will be initiated by task order issued by ITD. The District reserves the right to determine the service area at the time of the task/work order solicitation, and to compete such services within the established bench at its sole discretion. The skill-set category is: SAP Support. New, interested firms may submit a proposal for one or both of the Service Areas. Any contract awarded shall specify the Service Area awarded. CONTRACT TERM The Contract Term shall be for twenty-five months with two, one-year renewal options for new firms only. The Contract Term for existing Bench firms who are submitting updated price proposals shall remain the same. PERIOD OF PERFORMANCE The Period of Performance shall be June 1, 2008 to June 30, TITLE: IT Staff Augmentation/Consulting SAP (Bench)

9 STATEMENT OF WORK 1.0 CONSULTANT S RESPONSIBILITY. The Consultant shall perform and furnish one or more of the tasks in the SAP Support Services category, as requested and released by ITD Task Order, on an as-needed basis. 2.0 REQUIREMENTS. See Attachment F, Service Category Detail, for specific requirements. 3.0 DELIVERABLES Required Deliverables will be defined in the Task/work Order. See Attachment G, Form of Work Order. EVALUATION CRITERIA PLEASE NOTE: As holders of current, fully-executed Master Services Agreements for Information Technology Service and Support, Existing Bench Firms have previously gone through the following evaluation process. Therefore, Existing Bench Firms shall be deemed responsive to the Evaluation Criteria herein. EVALUATION AND SELECTION (New Firms Only) The Proposal evaluation period shall close upon the District s completion of its review and evaluation of Proposal Documents. The District shall not give notice to the Proposers of the close of the Proposal evaluation process. Proposals shall be evaluated for responsiveness to the requirements of the RFP and on the responsibility of the Proposer. A Proposer shall be considered responsive if it complies in all material respects to the requirements of the RFP document. Refer to IP-11, Section 1.2, Instructions to Proposers, for the definition of responsibility. A Proposal not meeting the requirements may be rejected as being non-responsive and/or non-responsible. EVALUATION (New Firms Only) Any Contract resulting from this RFP shall be awarded to that responsible & responsive firm whose proposal represents the best value to the District in terms of meeting the technical requirements as defined in the Statement of Work considering the Evaluation Criteria stated herein and who offers a justifiably fair and reasonable price. Proposals shall be evaluated in the following order: PHASE I EVALUATION General Minimum Qualification Review: The District shall perform an initial responsiveness review to determine compliance to the RFP administrative requirements and the general minimum qualification requirements as defined herein. Proposers that are deficient in meeting the general minimum qualifications at the time of Proposal submittal shall be deemed non-responsive to this RFP. Successful Proposers will advance to Phase II. 8 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

10 PHASE II EVALUATION Specific Minimum Qualification Review for Service Category: Consulting Services For IT-Related Projects: The District shall perform a second responsiveness review to determine compliance to the specific minimum qualification requirements as defined herein. Proposers that are deficient in meeting the specific minimum qualifications at the time of Proposal submittal shall be deemed nonresponsive to this RFP as to the Consulting Services for IT-Related Projects Service area only. PHASE III EVALUATION Technical Evaluation: Proposals that meet Phase I, or Phases 1 and Phase II Requirements shall be evaluated based on the Phase III evaluation criteria herein. At the option of the District, Proposers with the highest rated written submissions may be invited to participate in clarification discussions with the District regarding proposed services as an additional step in the Phase III process. Evaluation of the clarification discussions will be incorporated into the Phase III process and scored appropriately. BASIS OF AWARD (New firms only) A competitive range of highest-scoring proposals within both service areas shall be established to determine the recommendation for award of contract(s). There will be no set number of firms, and the District reserves the right to select as many or as few firms as it determines in its best judgment are warranted for this specific area. Further, the District reserves the right to reject a firm if there is a failure to successfully negotiate fees, or a failure of the firm to satisfy any of the final requirements necessary to do business with the District as set forth herein. PHASE I GENERAL MINIMUM QUALIFICATIONS (New Firms Only) All Proposers and/or Sub-Contractor(s), regardless of the proposed Service Area, shall meet the following general minimum qualifications requirements at the time of proposal submittal: A. All Proposers and/or Sub-Contractor(s) shall possess two (2) years or more of paid experience providing SAP Support services as defined in Attachment F, Service Category Detail. B. All Proposers and/or Sub-Contractor(s) shall demonstrate the ability to obtain the following minimum District-required insurance coverages: 1. Commercial General Liability (CGL) Insurance coverage includes both bodily injury and property damage with the following limits: $1,000,000 per occurrence $ 100,000 fire damage $ 5,000 medical expenses $1,000,000 personal & advertising injury $3,000,000 general aggregate $3,000,000 products/completed operations aggregate 2. Commercial (Business) Automobile Liability Insurance for owned, nonowned or hired automobiles with a combined single limit of $1,000, Workers Compensation and Employers Liability Insurance in a form and amount covering Contractor s full liability under the California Workers 9 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

11 Compensation Insurance and Safety Act and in accordance with applicable state and federal laws. Part A - Statutory limits Part B - $1,000,000/$1,000,000/$1,000,000 Employers Liability Sole proprietors with no employees are exempt from providing Workers Compensation coverage, but must provide a signed Workers Compensation Insurance Waiver Statement, attached hereto as Attachment I. If the Proposer is accepted to a Bench, all required insurance certificates shall be submitted to District at the time of contract execution. All Proposers should note that proof of Errors & Omissions (Professional Liability) coverage, when applicable, with limits of $1,000,000 per occurrence and $1,000,000 in the aggregate shall be required by the District if the Proposer is awarded a task/work order. In addition, special insurance requirements may be applicable for certain task/work orders. Please refer to Section 17, subsection 17.2(e) of Exhibit B (Sample Contract) for these requirements. No work may begin without proof of all required insurance coverage. PHASE II SPECIFIC MINIMUM QUALIFICATIONS FOR CONSULTING SERVICES (New Firms Only) In addition to meeting the General Minimum Qualifications in Phase I, Proposers and/or Sub- Contractor(s) that apply for the Consulting Services For IT-Related Projects Service Area shall meet additional specific minimum qualifications requirements at the time of proposal submittal: A. The Proposer shall have a minimum of five (5) years experience planning, developing, procuring, implementing, advising, problem solving and/or managing enterprise-wide information systems. B. The Proposer shall have successfully planned, developed, procured, implemented, provided advice or recommendations, performed problem solving and/or managed an enterprise-wide information system. C. The Proposer shall have successfully provided post-implementation support services and key project management documentation for an enterprise-wide information system. PHASE III TECHNICAL EVALUATION IT STAFF AUGMENTATION SERVICE AREA Proposers shall be evaluated on the following criteria for services included in the IT Staff Augmentation Service Area: A. Experience & Qualifications and Past Performance of Firm (New Firms Only) 25 points B. Experience & Qualifications of Proposed Personnel and/or Subcontractor(s) (New Firms Only) points C. Cost/Price Proposal (New & Existing Firms) 50 points Total Points 100 points TITLE: IT Staff Augmentation/Consulting SAP (Bench)

12 A. Experience & Qualifications and Past Performance of Firm 25 Points Maximum Sub Criteria are equally weighted. 1. Does the firm demonstrate the ability to recruit and manage resources that can provide services similar to those required in the category(ies) proposed? 2. Does the firm have past experience providing technical staff in the core information technology competencies and skills in the category(ies) proposed? 3. Does the Proposer s selection of recommended proposed personnel and/or subcontractor(s) demonstrate a clear understanding of all of the skills required in the category(ies) proposed? 4. Does the firm have past experience augmenting staff for a client the size and complexity of the District? 5. Consideration shall be given to the quality and completeness of Proposer s Contractor Questionnaire. B. Experience & Qualifications of Proposed Personnel and/or Subcontractor(s) 25 Points Maximum Sub Criteria in descending order of importance. 1. Do proposed personnel and/or subcontractor(s) have the necessary educational background and certifications in the category(ies) proposed? 2. Do the resumes of proposed resources demonstrate the experience necessary to provide services similar to those required in the category(ies) proposed? 3. Do the proposed personnel and/or subcontractor(s) demonstrate successful results on past projects? C. Pricing 50 Points Maximum Proposer s pricing shall be evaluated based upon the reasonableness of the proposed rates in comparison to firms doing work similar to that required in the statement of work for organizations of similar size as that of LAUSD and based on overall best value to the District. PHASE III TECHNICAL EVALUATION CONSULTING SERVICES Proposers shall be evaluated on the following criteria for services included in the Consulting Services for IT-Related Projects Service Area: A. Experience and Qualifications of Firm and Proposed Personnel (New Firms Only) 25 points B. Work Plan/Project Approach and Understanding of the Statement of Work (New Firms Only) 25 points C. Cost/Price Proposal (New & Existing Firms) 50 points Total Points 100 points 11 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

13 A. Experience and Qualifications of Firm and Proposed Personnel 25 Points Maximum Sub Criteria are equally weighted. 1. Length of firm s experience planning, developing, procuring, implementing, advising, problem solving and/or managing enterprise-wide information systems shall be evaluated. 2. Consideration shall be given to the size and complexity of the clients for which the firm has provided the services listed in paragraph A.1 in the past 5 years for the category(ies) proposed. 3. Proposed lead consultant(s) shall be evaluated for professional experience in managing and providing the kinds of services in a lead role as described in paragraph A.1 for the category(ies) proposed. 4. Past Performance - Have the firm and/or lead consultants demonstrated successful results on past projects? Were the projects completed on time and within budget? 5. Firm s experience providing post-implementation support services and key project management documentation for an enterprise-wide information system will be evaluated. B. Work Plan/Project Approach and Understanding of the Statement of Work 25 Points Maximum Sub Criteria in descending order of importance. 1. Consideration shall be given to the quality and completeness of Proposer s Contractor Questionnaire. 2. Consideration shall be given to the quality and completeness of Proposer s work plan and/or strategy for accomplishing the tasks described in the category(ies) proposed. 3. Consideration shall be given to the quality and completeness of Proposer s work plan for managing tasks and resources described in the category(ies) proposed. C. Pricing 50 Points Maximum Proposer s pricing shall be evaluated based upon the reasonableness of the proposed rates in comparison to firms doing work similar to that required in the statement of work for organizations of similar size as that of LAUSD and based on overall best value to the District. END OF EVALUATION CRITERIA 12 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

14 1.0 GENERAL FORMAT OF PROPOSAL PROPOSAL SUBMITTAL REQUIREMENTS SECTION I CONTENTS OF PROPOSAL Proposals shall be prepared single-sided on unbound in a three ring binder on 8 ½ x 11 paper. Typing shall be single-spaced and with a minimum font size of ten. Also, Proposers are to submit their proposals on CD-ROM. Use of 11" x 17" foldout sheets should be limited. Elaborate format is not necessary. Do not provide promotional or advertising information. New Firms: One (1) original, three (3) hard copies, and two (2) copies on CD-ROM of the technical and price proposal must be delivered to the District s Office. The original proposal shall be clearly labeled original. Existing Firms: One (1) original, three (3) hard copies, and two (2) copies on CD-ROM of price proposals only must be delivered to the District s Office. All price proposals shall be clearly labeled Price Proposal. The Price Proposal shall be separately sealed and under separate enclosure from the technical proposal. See Volume 3 Instructions below. Failure to comply may result in a rejected proposal. 2.0 PROPOSAL CONTENT The Proposal shall have the following components and shall be laid out in the format exactly as shown below. Proposer shall also submit Attachment J Proposer Checklist. VOLUME I (New Firms Only) A. COVER LETTER - SUMMARY OF EXPERIENCE AND QUALIFICATIONS OF CONTRACTOR, PROPOSED PERSONNEL AND/OR SUBCONTRACTOR(S) The cover letter shall not exceed five (5) single pages (excluding attachments) and shall be signed by an authorized representative of the proposing firm. The summary shall cover the following: 1. Briefly summarize your understanding of the requested services. 2. Discuss the firm s specific role and present the firm s relevant qualifications for performing that role. Identify the names, address, affiliation, , telephone number and fax number of the key contact person(s) for both prime and sub-contractor. 3. Discuss the firm s organizational profile, including: a) Number of years in business, including operation under other firm names. b) Number of years in business in the State of California. c) The primary nature of the firm s business. 13 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

15 d) List other or former names the Proposer is currently operating under or has operated under. If no former names apply provide a statement to that effect. 4. Proposer shall acknowledge acceptance of all terms and conditions of the District s Contract and insurance requirements unless otherwise noted. 5. Proposer shall (1) indicate in cover letter, compliance to the requirements as listed in both the general and specific minimum qualification requirements section and (2) indicate which requirement(s), if any, Proposer may not comply with. In addition, Proposer shall specify how compliance was achieved and submit documentation to validate that experience. Firms are requested to place insurance documentation in both Volumes I and II to be responsive to this RFP (refer to paragraph 5 of Volume II below). 6. Proposer shall confirm that Work performed by Proposer under its current license or under other licenses through other entities, including a joint venture (Proposer in any of its forms ), must not have defaulted on a contract within the past five (5) years or declared bankruptcy or been placed in receivership within the past three (3) years. 7. EXCEPTIONS TO DISTRICT TERMS AND CONDITIONS Any exceptions to the District s selected terms and conditions provided in Attachment B - Sample Master Information Technology Service and Support Agreement, shall be included as part of the Proposal. Please use the following notation to propose specific changes to the selected terms and conditions: Red and underlined for inserted text. Red and strikethrough for deleted text. 8. Proposer shall address any problem(s) that they envision to be associated with achieving the SOW and cite specific suggestions for avoiding or mitigating these problems. 9. Disclosure of Litigation: Each Proposer (and each subcontractor/joint venture included in the Proposer s Proposal) shall include a complete disclosure of any criminal case, civil litigation, arbitration, or proceeding having a potential financial impact that would affect its ability to perform, to which it is a party and which is pending or was concluded within one year from the date of this RFP. THIS REQUIREMENT IS A CONTINUING DISCLOSURE REQUIREMENT. Any such litigation, arbitration, or other proceedings commencing after submission of a Proposal shall be disclosed in a written statement to the Contract Administration Analyst within 30 days of its occurrence. Details of settlements that are prevented from disclosure by the terms of the settlement may be annotated as such. 10. The Proposer shall submit a work plan which delineates Proposer s approach for providing IT services to the District. The work plan shall address the following elements: 14 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

16 a.) The proposed lines of responsibility, authority, and communication through which the tasks will be managed during the contract period; b.) Assignment of proposed personnel; c.) The primary responsibilities of each job position; d.) Proposer s strategy for recruiting proposed qualified personnel and/or subcontractors; e.) Training and/or continuing education; and f.) Quality control/client satisfaction. B. CONTRACTOR QUESTIONNAIRE The Proposer shall submit a qualification questionnaire (Attachment H) addressing the firm s and sub-contractor(s) and/or partner(s) record of successful experience and technical capabilities to perform the types of services required by the Statement of Work. VOLUME ll CERTIFICATION FORMS 1. Proposer s Letter/Certification of Acceptance Section ll-b1; 2. Certification of Compliance to District Ethics Policy Section II-B2; 3. Conflict of Interest Certification Section ll-b3; 4. Federal Lobbying Certification Section ll-b4; 5. Certification of Potential Contractor or Sub-Contractor Regarding Debarment or Suspension Section ll-b5; 6. Insurance Requirements: Proposer shall submit a copy of the Firm s Certificates of Insurance, or a letter issued by the Proposer s insurance agent or broker may be used, to demonstrate Proposer s capability of obtaining the required minimum coverage. Properly executed Certificates of Insurance indicating the required minimum coverages are in full force shall be provided prior to execution of the contract. The Proposer shall maintain limits of insurance as described in the Contract for the duration of the Contract period; and 7. Utilization Report Attachment D, Small Business Enterprise (SBE) Utilization Program. VOLUME lll COST/PRICE PROPOSAL Proposer shall submit a not-to-exceed, fully burdened rate per hour Price Proposal for each Service Area proposed to perform all services as specified in the respective SOW. These rates shall remain firm for the Period of Performance and for each of the two option years. The Proposer shall complete the Form PSG-1s in their entirety and include it with the Proposer s submittals. Proposer shall propose on all items listed on the Form PSG-1. Cost/Price proposals shall be evaluated on the reasonableness of direct labor rates and mark-up amounts and/or percentages. Incomplete price proposals may deem the proposal non-responsive. Proposers shall indicate whether the proposed rates are Field Office rates or Fully- Burdened rates on the PSG-1, based upon the following descriptions: 15 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

17 Field Office rates would be charged for consultants who are based at a District facility. The District would be responsible for providing Consultants with telephone and fax service, desk space, computers, printers, and clerical support. Fully-burdened (or Home Office ) rates would be charged for work performed at the Contractor s home office, and/or for field personnel who perform work on deliverables at a District facility on an intermittent basis. The District would not be responsible for providing any of the services or amenities described in the Field Office rate. The price proposal shall provide itemized cost information for all elements of services defined in the SOW. Proposers shall provide the best competitive prices on initial submission. Pricing shall include ALL costs necessary to provide requested services. All Price Proposals must be clearly labeled Price Proposal. The Price Proposal shall be separately sealed and under separate enclosure. Failure to comply may result in a rejected proposal. END OF PROPOSAL SUBMITTAL REQUIREMENTS 16 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

18 SECTION 1 INSTRUCTIONS TO PROPOSERS INST. PAGE NO. DESCRIPTION NO. lp-1 lp-2 lp-3 lp-4 EXAMINATION OF RFP DOCUMENTS..18 INTERPRETATION OF RFP DOCUMENTS...18 PREPARATION OF PROPOSAL..18 MODIFICATION AND ALTERNATIVE PROPOSALS 18 lp-5 PRE-PROPOSAL CONFERENCE 19 lp-6 ADDENDA. 19 lp-7 SIGNING OF PROPOSAL AND AUTHORIZATION TO NEGOTIATE 19 lp-8 WITHDRAWAL OF PROPOSALS. 19 lp-9 INSURANCE REQUIREMENTS 19 lp-10 SUBMISSION OF PROPOSAL.. 20 lp-11 PROPOSAL EVALUATION PROCESS 20 lp-12 lp-13 lp-14 lp-15 lp-16 lp-17 lp-18 lp-19 lp-20 lp-21 IP-22 IP-23 IP-24 DEBRIEFING.20 PUBLIC RECORDS ACT.20 DISTRICT RIGHTS...21 DISTRICT OWNERSHIP OF PRODUCTS 21 COMMUNICATION WITH THE DISTRICT...21 DISQUALIFICATION OF PROPOSERS 22 EXECUTION OF CONTRACT.22 FINGERPRINTING 22 FILING OF PROTESTS 22 SMALL BUSINESS ENTERPRISE (SBE) UTILIZATION PROGRAM..23 LAUSD S ETHICS STANDARDS MANDATORY LOBBYING DISCLOSURE...24 PRE-AWARD AUDITS TITLE: IT Staff Augmentation/Consulting SAP (Bench)

19 LOS ANGELES UNIFIED SCHOOL DISTRICT SECTION I INSTRUCTIONS TO PROPOSERS To be considered by the District for Contract award, proposals shall be prepared and submitted in accordance with these Instructions to Proposers. IP-1 EXAMINATION OF RFP DOCUMENTS Proposer shall be solely responsible for examining the enclosed RFP Documents, including any Addenda issued during the Proposal period and for informing itself with respect to any and all conditions which may in any way affect the amount or nature of the Proposal or the performance of the Services in the event Proposer is selected. No relief for error or omission will be given. IP-2 INTERPRETATION OF RFP DOCUMENTS Prospective Proposers with questions regarding interpretation or clarification of the RFP document shall put all questions in writing and submit them via or fax to the Contract Analyst identified in the Request for Proposal Letter. The District responses to requests for interpretation or clarification which require a change in scope or RFP requirements will be in writing via addendum and made available only to the listed plan holders of the RFP Documents. Proposer shall acknowledge receipt of any and all Addenda in its Proposal Letter. The District shall not be bound by and Proposer shall not rely on any oral interpretation or clarification of the RFP Documents IP-3 PREPARATION OF PROPOSAL The Proposal shall be formatted in accordance with the requirements specified in the Proposal Submittal Requirements section. The Proposal shall include the Proposal Letter/Certificate of Acceptance provided with the RFP Documents. Proposal Letter/Certificate of Acceptance and forms shall be executed by an authorized signatory as described in IP-7, the instructions entitled "SIGNING OF PROPOSAL/AUTHORIZATION TO NEGOTIATE". All Proposals shall be prepared by and at the expense of the Proposer. IP-4 MODIFICATIONS AND ALTERNATIVE PROPOSALS The Proposer shall submit its basic proposal in strict conformity with the requirements of the RFP Document. Proposers are cautioned to limit exceptions, conditions, limitations or provisions attached to a proposal as they may be determined sufficiently significant to cause its rejection. Proposers submitting conforming proposals may submit alternate proposals to this RFP as complete separate offers, if the alternate proposals offer technical improvements or modifications that are to the overall benefit of the District. The District reserves the right to accept or reject any alternate Proposal. Oral, telegraphic, or telephonic proposals and/or modifications will not be considered. 18 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

20 IP-5 PRE-PROPOSAL CONFERENCE The District may conduct a Pre-Proposal Conference. Proposers are invited to attend the Pre-Proposal Conference. Attendance is not mandatory to be considered for award of a contract. Should the District elect not to hold a Pre-Proposal Conference, its decision shall not relieve the potential Proposer of its sole responsibility for informing itself with respect to any and all conditions as required by Instruction to Proposers entitled EXAMINATION OF RFP DOCUMENTS. IP-6 ADDENDA The District reserves the right to revise the RFP Documents prior to the proposal submittal due date. Such revisions, if any, will be made by addenda to this RFP. Copies of such addenda will be furnished, without additional charge, to all those on the RFP Plan holders List. If an addendum includes significant changes, the proposal submittal due date may be postponed by a number of days that the District considers appropriate for Proposers to revise their proposals. The announcement of a new date, if any, will be included in the addendum. In any event, the last addendum will be issued no later than five (5) working days prior to the proposal submittal due date. Proposers shall acknowledge receipt of all addenda to the RFP Documents in their Proposal Letter. Failure to acknowledge receipt of all addenda may render the proposal non-responsive. IP-7 SIGNING OF PROPOSAL AND AUTHORIZATION TO NEGOTIATE All Proposals submitted shall be executed by Proposer or by its authorized representative. In addition, Proposer must identify those persons authorized to negotiate on its behalf with the District in connection with this RFP. IP-8 WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by the Proposer by means of a written request signed by the Proposer or its properly authorized representative. Such written request shall be delivered to the Contract Analysts identified in the Request for Proposal Letter prior to the date and time for submittal of Proposals. lp-9 INSURANCE REQUIREMENTS As part of its proposal, the Proposer shall provide the District with satisfactory evidence of insurance coverage as indicated in the RFP document, and that such coverage is in full force by providing properly executed Certificates of Insurance. Or, if the Proposer will obtain the required insurance coverages prior to issuance of the executed contract, a letter issued by the Proposer s insurance agent or broker may be used to demonstrate satisfactory intent to provide coverage. However, properly executed Certificates of Insurance indicating the required coverages are in full force must then be provided prior to receipt of fully executed contract. 19 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

21 IP-10 SUBMISSION OF PROPOSAL Each Proposal submitted by Proposer shall be delivered to the District at the address shown on the Request for Proposal Letter up to the date and time shown therein. It is the Proposer's sole responsibility to assure that its Proposal is received as stipulated. The District may leave unopened any proposal received after the date and time for receipt of proposals. Any such unopened proposal may be returned to the Proposer. IP-11 PROPOSAL EVALUATION PROCESS The proposal evaluation period will close upon the District s completion of its review and evaluation of RFP Documents. The District shall not give notice, to the Proposers, of the close of the proposal evaluation process. A proposal not meeting the requirements may be rejected as being non-responsive and non-responsible. All proposals shall be evaluated for responsiveness to the requirements of the RFP and to the responsibility of the Proposer. A proposal shall be considered responsive if it complies in all material respects to the requirements of the RFP documents to include negotiations of price/fees, terms and conditions and cooperation during the pre-award audit process. Responsibility is defined as the apparent ability of the Proposer to meet and successfully complete the requirement of the Contract. Responsibility includes consideration of a Proposer s trustworthiness, the quality of past performance, financial ability, and fitness and capacity to do the proposed work in a satisfactory manner. Proposer may be required to present further evidence that it has successfully performed similar work of comparable magnitude or provide other proof satisfactory to the District that it is competent to successfully perform the work. In addition, the District reserves the right to request payment and performance bonds as required. lp-12 DEBRIEFINGS Debriefing requests must be received by the District within ten (10) calendar days after issuance of the Notice of Intent to Award. No debriefing shall take place until after Contract execution. Requests for debriefings must be submitted in writing and shall be confined to a discussion of the Proposer s Proposal and its advantages and disadvantages in relation to the requirements of the RFP. The debriefing shall not include point-by-point comparisons of the debriefed Proposer s proposal with those of other Proposers. Moreover, the debriefing shall not reveal any information prohibited from disclosure. IP-13 PUBLIC RECORDS ACT Responses to this RFP shall be subject to the provisions of the California Public Records Act. Those elements in each Proposal which are trade secrets as that term is defined in Civil Code section (d) or otherwise exempt by law from disclosure and which are prominently marked as "TRADE SECRET", "CONFIDENTIAL", or "PROPRIETARY" may not be subject to disclosure. However, it is incumbent on the Proposer to assert 20 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

22 any rights to confidentiality and to seek and obtain a court order prohibiting the release of such information. Under no circumstances, will the District be responsible or liable to the Proposer or any other party for the disclosure of any such labeled information, whether the disclosure is required by law or a court order or occurs through inadvertence, mistake, or negligence on the part of the District or its officers, employees, and/or Contractors. The Proposer, at its sole expense and risk, shall be responsible for prosecuting or defending any action concerning the information contained in the RFP and shall hold the District harmless from all costs and expenses, including attorneys fees, in connection with such action. IP-14 DISTRICT RIGHTS The District may investigate the qualifications of any Proposer under consideration, require confirmation of information furnished by a Proposer, and require additional evidence of qualifications to perform the Services described in this RFP. The District reserves the right to: 1. Reject any or all of the Proposals; 2. Issue subsequent RFP; 3. Cancel the entire RFP; 4. Remedy errors in the RFP; 5. Reduce the scope of work for a reasonable amount if in the best interest and at the sole discretion of the District; 6. Appoint evaluation committees to review Proposals; 7. Seek the assistance of outside technical experts to review proposals; 8. Approve or disapprove the use of particular subcontractors and suppliers; 9. Establish a short list of Proposers eligible for discussions/clarifications after review of written Proposals; 10. Negotiate with any, all, or none of the Proposers; 11. Solicit best and final offers (BAFO) from all or some of the Proposers; 12. Award a contract to one or more Proposers; 13. Accept other than the lowest priced proposal; 14. Waive informalities and irregularities in Proposals; 15. Award a Contract without discussions or negotiations; 16. Disqualify the proposal(s) upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer(s); This RFP does not commit the District to enter into a Contract nor does it obligate the District to pay for any costs incurred in the preparation and submission of proposals or in anticipation of a Contract. IP-15 DISTRICT OWNERSHIP OF PRODUCTS Excluding licensed software and other mutually agreed upon products, all deliverables and products developed and delivered in association with any contract awarded as a result of this RFP shall be the property of and belong solely to the District. IP-16 COMMUNICATIONS WITH THE DISTRICT 21 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

23 All communications shall be in writing. All communications regarding this RFP between potential Proposers and the staff of the District and consultants engaged by the District shall be addressed only to the Contract Analyst identified in the Request for Proposal Letter, except requests for information on the Small Business Enterprise (SBE) Utilization Program. At no time prior to the District s Notice of Award shall Proposer(s) contact District officials or personnel regarding this RFP or any contract(s) to be awarded in response hereto. To do so may subject the Proposer to disqualification. lp-17 DISQUALIFICATION OF PROPOSERS Contractors, Subcontractors or Suppliers that do not comply with all requirements associated with the RFP Documents may be found non-responsive. Any person, firm, corporation, Joint Venture/partnership, or other interested party that has been compensated by the District or a Contractor engaged by the District for assistance in preparing the RFP Documents and/or estimate shall be considered to have gained an unfair competitive advantage in proposing and shall be precluded (unless the District obtains a waiver) from submitting a proposal in response to this RFP. After the RFP is issued, any person, firm, corporation, Joint Venture/partnership, or other interested party that has discussions regarding this RFP with anyone other than the Contract Analysts may be considered to have gained an unfair competitive advantage. They may be disqualified from this RFP process, except for communications with the District as stated above in instructions entitled, COMMUNICATIONS WITH THE District. Potential Proposers shall adhere to current District policy governing the conduct of all Contractor s of the District. Current District Contractor Code of Conduct policy can be found at the DISTRICT S website: IP-18 EXECUTION OF CONTRACT The Proposer to whom an award is made shall execute the Contract within seven (7) calendar days after being given a Notice of Intent to Award unless waived by the District. Under no circumstances shall work begin prior to contract execution. The District may require appropriate evidence that the persons executing the Contract for the Proposer are duly empowered. 1P-19 FINGERPRINTING If the nature of the work is such that the Proposer and its staff will have contact with children on the District s school sites, you will be required to comply with the fingerprinting requirement in accordance with California Education Code and the LAUSD contract Fingerprinting provisions, regardless of your occupation. In addition, to the extent known at the time of the proposal submittal, you shall provide a list of names of your staff that may have contact with pupils as part of your proposal. Additional information on District fingerprinting/ background checks requirements may be obtained from the District s ORMIS department at (213) IP-20 FILING OF PROTESTS FOR NEGOTIATED PROCUREMENTS In accordance with LAUSD s Contractor Code of Conduct, Contractors and their Representatives must maintain a Cone of Silence from the time when an Invitation for Bid (IFB), Request for Proposal (RFP), Request for Interest and Bid (RFIB), Request for Quote, Request for Qualifications, or any other solicitation release is announced until the time a contract award recommendation is made public by the posting of the Board Secretariat s posting of the board report and/or a Notice of Recommendation is released for the contract to be approved. 22 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

24 In particular, Contractors and their Representatives may not contact any LAUSD official (including Board Members and their staff) other than the designated contract analyst on any aspect relating to a contract matter under consideration, negotiations, protest, or dispute during the Cone of Silence. Failure to comply with this provision may result in disqualifications. All DISTRICT procurements shall be conducted in a manner which assures that all prospective contractors are accorded fair and equal consideration in the selection of the successful contractor and award of DISTRICT contracts in order to preserve and protect the integrity of the procurement process. To that end, any interested party shall have the right to have its complaint considered and resolved administratively by the DISTRICT in an economical and expeditious manner. Interested party, as used herein, means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. All protests shall be filed, handled, and resolved in a manner consistent with the District s protest procedures. The District will respond to each substantive issue raised in the protest. Protests relating to the content of this Invitation for Bid (IFB)/Request for Proposal (RFP) document must be filed within ten (10) calendar days after the date the IFB/RFP is first advertised in a general circulation and/or the District s website. Protests relating to a recommendation for award solicited by this IFB/RFP must be filed by an interested party within five (5) calendar days after the staff s written recommendation and/or notice of intent to award is issued to the proposing firms. The date of filing shall be the date of receipt of protests or appeals by the DISTRICT. All protests shall be filed in writing with the Chief Procurement Officer, or designee, Los Angeles Unified School District, 333 South Beaudry Avenue, 28th Floor, Los Angeles CA No other location shall be acceptable. The protest shall, at a minimum, contain the following: The name and address of the interested party and its relationship to the procurement, Identification of the proposed procurement or contract; Substantive description of the nature of the protest; All documentation supporting the allegations of the protest; and Statement of the specific relief requested. Identification of the provision(s) of the solicitation, regulations, or laws upon which the protest is based, i.e., identification of the technical specifications or item of content in the solicitation. The Chief Procurement Officer, or designee shall make a determination on the protest normally within (10) working days from receipt of protest. The Chief Procurement Officer, or designee has the authority to make a final determination and the decision shall constitute the District s final administrative remedy. IP-21 SMALL BUSINESS ENTERPRISE (SBE) UTILIZATION PROGRAM Firms submitting proposals for this RFP shall be responsible for the submission of plans to utilize SBE firms as part of their Proposal response per the 25% SBE goal established by the Board. 23 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

25 SBE credit may be gained from the utilization of SBE firms in either prime or subcontracting capacities. Responding firms will detail, per SBE Utilization Reports, the percentage or amount of any proposal amount to be assigned to SBE firms. For further details, please see Attachment D - Small Business Enterprise (SBE) Utilization Program. IP-22 LAUSD S ETHICS STANDARDS LAUSD s Contractor s Code of Conduct, included as Attachment C, was adopted to enhance public trust and confidence in the integrity of LAUSD s decision-making process, and sets forth the ethical standards and requirements that all Contractors and their Representatives are expected to adhere to in their dealings with or on behalf of LAUSD. Contractors are responsible for ensuring that all their Representatives understand and comply with the duties and requirements outlined in the Code and to ensure that their behavior, decisions, and actions demonstrate the letter and spirit of this Code. Contractors are encouraged to use training resources made available by LAUSD s Ethics Office and are expected to proactively manage any potential ethics concerns that may arise in the course of doing business with LAUSD. IP-23 MANDATORY LOBBYING DISCLOSURE To promote transparency and maintain a fair and open playing field, the Los Angeles Unified School District Board of Education enacted an updated Lobbying Disclosure Code in The Code applies to vendors, contractors, consultants, and other outside organizations that seek to influence LAUSD decisions. If you or your organization is seeking to influence a purchasing, policy, site selection or any other LAUSD decision you may be required to register under the Lobbying Disclosure Code. Please note that lobbying activities are defined broadly and include sales and marketing efforts directed towards LAUSD employees. To learn about the specific criteria that trigger the need for organizations and individuals to register, visit the Ethics Office website at: (click on Lobbying Disclosure ) or call the Ethics Office at: before your organization begins any efforts to promote products or services at LAUSD. IP-24 PRE-AWARD AUDITS 1. Definition. A Pre-Award Audit, conducted by the Office of the Inspector General (OIG), examines the reasonableness of a contractor s cost proposal. It may also include an examination of the contractor s internal controls, accounting and billing systems, and financial capabilities. 2. All Proposers doing business with the District is subject to a Pre-Award Audit. The Contract Administration Branch shall request that the OIG perform a Pre-Award Audit on all contracts valued at over $5 million. Contract Administration Branch may request a Pre-Award Audit for contracts valued at $5 million or less. END OF INSTRUCTIONS TO PROPOSERS 24 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

26 SECTION II - SUBMITTAL FORMS GENERAL INSTRUCTIONS Proposals should adhere to the following requirements for completing the Submittal Forms: Submittal Forms are to be completed in accordance with the directions thereon and the Instructions to Proposers. All required explanatory narratives and supplementary data are to be included with the Submittal Forms as indicated. Identify the Proposer where indicated on each Submittal Form. Unless otherwise specified, Submittal Forms requiring signature(s) must be executed by the person who signs the Proposal Letter. Use of black ink and/or typewritten entries is preferred on the Submittal Forms and all additionally requested information. Failure to comply with any of the above requirements may render the Proposal nonresponsive. 25 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

27 LOS ANGELES UNIFIED SCHOOL DISTRICT SECTION II - CERTIFICATIONS II-B1 - PROPOSAL LETTER/CERTIFICATE OF ACCEPTANCE PROPOSER D-U-N-S Number: In response to Request for Proposal (RFP) No , we the undersigned hereby declare that we have carefully read and examined the RFP documents, acknowledged receipt of Addendum No(s)., and hereby propose to perform the Statement of Work as required in the Contract. This Contract is not exclusive. The District expressly reserves the right to contract for performance of services such as those described herein through other Contractors. The undersigned agrees to supply the Statement of Work at the costs indicated in its cost Proposal if its Proposal is accepted within 120 days from the date specified in the RFP for receipt of Proposals. The undersigned has reviewed the lobbyist registration program (Attachment E). The undersigned has reviewed the enclosed contract terms and conditions and agrees to accept all terms and conditions of the DISTRICT S contract unless otherwise noted in the proposal response. If recommended for Contract award, the undersigned agrees to execute a Contract that will be prepared by the DISTRICT for execution, within 10 calendar days following Notification of Award. It is understood that the recommendation for contract award will not be placed on the agenda for consideration by the Board of Education, should Board approval be required, until the DISTRICT has received the executed contract. The DISTRICT will fully execute the contract subject to resolution of Protest filings, if any, and approval by the Board of Education, if required. Proposer represents that the following person is authorized to negotiate on its behalf with the DISTRICT in connection with this RFP: (Name) (Title) (Phone) Address: The undersigned certifies that it has examined and is fully familiar with all of the provisions of the RFP Documents and Addenda. The undersigned hereby agrees that the DISTRICT will not be responsible for any errors or omissions in these RFP Documents and Addenda. BY: (Signature) ( ) (Type or Print Name) (Phone) (Title) (Fax) (Address) 26 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

28 COVER PAGE FOR LOS ANGELES UNIFIED SCHOOL DISTRICT Section II Certifications II.B2 - Compliance with LAUSD Ethics and Integrity Standards 27 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

29 Section II-B3 - INSURANCE REQUIREMENTS The Proposer shall submit with its Proposal evidence that it has or can obtain insurance prior to Contract award. The following coverage s is required: Commercial General Liability: Commercial General Liability (CGL) Insurance coverage includes both bodily injury and property damage with the following limits: $1,000,000 per occurrence $ 100,000 fire damage $ 5,000 medical expenses $1,000,000 personal & advertising injury $3,000,000 general aggregate $3,000,000 products/completed operations aggregate Automobile Liability: $1,000,000 Combined Single Limit for owned, hired and nonowned auto. Errors and Omissions: $1,000,000 per occurrence and $1,000,000 aggregate Worker s Compensation: As required by the State of California * Part A Statutory Requirements Part B Employer s Liability: $1,000,000 per injury, $1,000,000 per disease and $1,000,000 aggregate *If the Contractor is a sole proprietor with no employees, proof of Workers Compensation and Employers Liability insurance coverage will not be required. However, Contractor must have an approved waiver on file with the District. Please contact the Contract Analysts via at gayle.jewell@lausd.net to obtain waiver application. For all insurance coverages provided by Contractor, the following terms apply: A. Any deductibles or self-insured retentions shall be declared in writing to the DISTRICT; DISTRICT approval is required for any amounts over $25,000. B. Insurance shall be placed with California admitted insurers with a current A.M. Best s rating of no less than A -:VII, unless otherwise approved by the DISTRICT, except that for Worker s Compensation, the State Compensation Fund of California is acceptable. C. Workers Compensation and Employer s Liability policies shall contain a waiver of subrogation. D. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. Contractor agrees to defend, indemnify, save and hold harmless the LAUSD, its officers, agents, representatives, employees and The Board of Education; and provides named additional insured endorsements for the LAUSD, its officers, agents, representatives, 32 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

30 employees and The Board of Education. They are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the DISTRICT, its subsidiaries, officials, employees and The Board of Education. 2. For any claims related to the Services, the Contractor s insurance coverage shall be primary insurance as respects the DISTRICT, its subsidiaries, officials, employees and The Board of Education. Any insurance or self-insurance maintained by the DISTRICT, its subsidiaries, officials, employees and The Board of Education shall be excess of the Contractor s insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the DISTRICT. The Contractor shall furnish the DISTRICT with original endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the DISTRICT before work commences. 33 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

31 LOS ANGELES UNIFIED SCHOOL DISTRICT PROPOSAL REQUIREMENTS CONTRACT PRICE PROPOSAL (Services) ADDITIONAL INSTRUCTIONS "FORM PSG-1" 1. Direct Labor This category covers all of the types of labor (delineating different levels as appropriate) - that will be directly charged to the contract. (The Proposer is free to group labor in any categories that assist in managing the statement of Work as long as the costs are accumulated for the same categories that are used for estimating purposes. A "timephased breakdown" of labor hours and rates reflects the fact that the process of estimating and analyzing labor costs normally considers hours and rates separately.) a. Labor Hours In cases where the Proposer has performed the same or similar Work in the past, the number of labor hours incurred will be considered factual data and must be presented in the Proposal. When the Proposer has no previous experience in performing the Work to be procured, the estimate of labor hours must be made by breaking down the projected Work into its constituent parts and projecting the labor hours necessary to perform each part of the Work. In most cases, each part of the Work can be compared to similar Work that the Proposer has performed in the past and this data can be used to support the estimate. b. Labor Rates 2. Labor Overhead Even if the Proposer has never performed the specific Work to be contracted for, there will be factual (auditable) information regarding the labor rates that have been paid to the various categories of employees to be used on the contract. This information must be included as part of the Proposer's cost or pricing data.* *Note: Another factor that is assessed is the number of workers the Proposer expects to employ during the contract performance period. (If the number is increasing, average labor rates will normally go down while a reduction in the number of employees will normally increase the rate.) Indicate the rates used and provide an appropriate explanation. Provide the method of computation and application of Proposer's overhead expenses, including cost breakdown and showing trends and budgetary data as necessary to provide a basis for evaluation of the reasonableness of proposed rates. Provide the reason for use of overhead rates which depart significantly from experienced rates (reduced volume, a planned major rearrangement, etc.). 34 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

32 3. Travel Travel shall be itemized to include the number of trips, the number of people traveling, the estimated cost of the transportation (including mode), the per diem cost of each traveler, etc. Provide itemized supporting data on the second page of "Form PSG-1". Travel costs shall be limited to costs consistent with DISTRICT Travel Policy which is summarized in Attachment A to Form PSG Subcontractors Identify and provide total estimated cost for each subcontractor. Attach individual LAUSD "Form PSG-1(s)" for all proposed subcontractors. 5. Other Direct Costs (ODC) Proposers charge a variety of costs directly to contracts to obtain more accurate cost allocation. Such costs are frequently sporadic in nature varying greatly from contract effort to another; however, Proposers must submit past data on such costs. (The Contract Administrator/Evaluation Team will assess each type of direct cost in terms of its relationship to the Work on the contract to determine if the Proposer is estimating a level of cost that is reasonable in the circumstances.) (Material costs, if any, shall be itemized and supported on the basis for pricing materials such as vendor quotes, shop estimates, or invoice prices, etc.) Provide itemized supporting data related to ODC on the second page of the Form PSG General & Administrative (G & A) If applicable, the allocation base for general and administrative expense is total expense before G & A. Identify the percentage used for G & A and the item numbers to which it is applied. Provide estimated cost. 7. Fee/Profit Proposer shall provide the estimated fee/profit that is expected to be earned. The cost and pricing data must be accurate, complete and current, and the judgment factors used in projecting from the data to the estimates must be stated in sufficient detail to enable the DISTRICT to evaluate the Proposal. 35 TITLE: IT Staff Augmentation/Consulting SAP (Bench)

33 Company Name CONTRACT PRICE PROPOSAL (Services) RFP NO LAUSD Form PSG-1 Name and Title of Signer Page 1 of 2 Home Office Address Signature/Date Services to be Performed: (Period of Performance: 6/1/08-6/30/10) Skill-set Category: SAP Support Service Category: IT Staff Augmentation DETAILED DESCRIPTION OF COST ELEMENTS 1. Direct Labor (Specify) Labor Rate/Hour O.H. Rate Fully Burdened Rate (Incl. ODC, G&A, & Fee/Profit SAP Basis Administration SAP Xi Programming SAP Portal Development SAP ABAP Programming SAP Security Administration SAP Systems and Programming Manager SAP Training SAP Business Warehouse SAP erecruit Programming ESS/MSS Development 2. Labor Overhead* (List each element of labor overhead and its percentage) Total O.H Rate % 3. Travel* (Please refer to District Travel Policy on Page 47 of this RFP) a. Transportation b. Per Diem or Subsistence 4. Subcontractors/Suppliers** 5. Other Direct Costs (ODC)* 6. General & Admin. Expense ( % of Item Nos. ) 7. Fee/Profit % * Itemize on second page of Form PSG-1 ** Attach LAUSD Form PSG-1 for all proposed subcontractors TITLE: IT Staff Augmentation/Consulting Srvcs-SAP (Bench) 36

34 CONTRACT PRICE PROPOSAL RFP NO (Period of Performance: 6/1/08-6/30/10) Staff Augmentation LAUSD FORM PSG-1 Page 2 of 2 (Blank page 2s will not be accepted) SUPPORTING SCHEDULE ITEM NO. ITEM DESCRIPTION EST. COST ($) TYPE NAME AND TITLE SIGNATURE NAME OF FIRM DATE OF SUBMISSION TITLE: IT Staff Augmentation/Consulting Services (Bench) 37

35 CONTRACT PRICE PROPOSAL (Services) RFP NO Company Name LAUSD Form PSG-1 Name and Title of Signer Page 1 of 2 Home Office Address Signature/Date Services to be Performed: (Period of Performance: 6/1/08-6/30/10) Skill-set Category: SAP Support Service Category: Consulting Services DETAILED DESCRIPTION OF COST ELEMENTS 1. Direct Labor (Specify) Labor Rate/Hour O.H. Rate Fully Burdened Rate (Incl. ODC, G&A, & Fee/Profit SAP Basis Administration SAP Xi Programming SAP Portal Development SAP ABAP Programming SAP Security Administration SAP Systems and Programming Manager SAP Training SAP Business Warehouse SAP erecruit Programming ESS/MSS Development 2. Labor Overhead* (List each element of labor overhead and its percentage) Total O.H Rate % 3. Travel* (Please refer to District Travel Policy on Page 47 of this RFP) a. Transportation b. Per Diem or Subsistence 4. Subcontractors/Suppliers** 5. Other Direct Costs (ODC)* 6. General & Admin. Expense ( % of Item Nos. ) 7. Fee/Profit % * Itemize on second page of Form PSG-1 ** Attach LAUSD Form PSG-1 for all proposed subcontractors TITLE: IT Staff Augmentation/Consulting Services (Bench) 38

36 CONTRACT PRICE PROPOSAL RFP NO (Option Year 1: 6/1/08-6/30/10) Consulting Services LAUSD FORM PSG-1 Page 2 of 2 Blank page 2s will not be accepted) SUPPORTING SCHEDULE ITEM NO. ITEM DESCRIPTION EST. COST ($) TYPE NAME AND TITLE SIGNATURE NAME OF FIRM DATE OF SUBMISSION TITLE: IT Staff Augmentation/Consulting Services (Bench) 39

37 CONTRACT PRICE PROPOSAL (Services) RFP NO Company Name LAUSD Form PSG-1 Name and Title of Signer Page 1 of 2 Home Office Address Signature/Date Services to be Performed: (Period of Performance: 7/1/10-6/30/11) Skill-set Category: SAP Support Service Category: IT Staff Augmentation DETAILED DESCRIPTION OF COST ELEMENTS 1. Direct Labor (Specify) Labor Rate/Hour O.H. Rate Fully Burdened Rate (Incl. ODC, G&A, & Fee/Profit SAP Basis Administration SAP Xi Programming SAP Portal Development SAP ABAP Programming SAP Security Administration SAP Systems and Programming Manager SAP Training SAP Business Warehouse SAP erecruit Programming ESS/MSS Development 2. Labor Overhead* (List each element of labor overhead and its percentage) Total O.H Rate % 3. Travel* (Please refer to District Travel Policy on Page 47 of this RFP) a. Transportation b. Per Diem or Subsistence 4. Subcontractors/Suppliers** 5. Other Direct Costs (ODC)* 6. General & Admin. Expense ( % of Item Nos. ) 7. Fee/Profit % * Itemize on second page of Form PSG-1 ** Attach LAUSD Form PSG-1 for all proposed subcontractors TITLE: IT Staff Augmentation/Consulting Services (Bench) 40

38 CONTRACT PRICE PROPOSAL RFP NO (Option Year 1: 7/1/10-6/30/11) IT Staff Augmentation LAUSD FORM PSG-1 Page 2 of 2 Blank page 2s will not be accepted) SUPPORTING SCHEDULE ITEM NO. ITEM DESCRIPTION EST. COST ($) TYPE NAME AND TITLE SIGNATURE NAME OF FIRM DATE OF SUBMISSION TITLE: IT Staff Augmentation/Consulting Services (Bench) 41

39 CONTRACT PRICE PROPOSAL (Services) RFP NO Company Name LAUSD Form PSG-1 Name and Title of Signer Page 1 of 2 Home Office Address Signature/Date Services to be Performed: (Period of Performance: 7/1/10-6/30/11) Skill-set Category: SAP Support Service Category: Consulting Services DETAILED DESCRIPTION OF COST ELEMENTS 1. Direct Labor (Specify) Labor Rate/Hour O.H. Rate Fully Burdened Rate (Incl. ODC, G&A, & Fee/Profit SAP Basis Administration SAP Xi Programming SAP Portal Development SAP ABAP Programming SAP Security Administration SAP Systems and Programming Manager SAP Training SAP Business Warehouse SAP erecruit Programming ESS/MSS Development 2. Labor Overhead* (List each element of labor overhead and its percentage) Total O.H Rate % 3. Travel* (Please refer to District Travel Policy on Page 47 of this RFP) a. Transportation b. Per Diem or Subsistence 4. Subcontractors/Suppliers** 5. Other Direct Costs (ODC)* 6. General & Admin. Expense ( % of Item Nos. ) 7. Fee/Profit % * Itemize on second page of Form PSG-1 ** Attach LAUSD Form PSG-1 for all proposed subcontractors TITLE: IT Staff Augmentation/Consulting Srvcs-SAP (Bench) 42

40 CONTRACT PRICE PROPOSAL RFP NO (Option Year 1: 7/1/10-6/30/11) Consulting Services LAUSD FORM PSG-1 Page 2 of 2 Blank page 2s will not be accepted) SUPPORTING SCHEDULE ITEM NO. ITEM DESCRIPTION EST. COST ($) TYPE NAME AND TITLE SIGNATURE NAME OF FIRM DATE OF SUBMISSION TITLE: IT Staff Augmentation/Consulting Services (Bench) 43

41 CONTRACT PRICE PROPOSAL (Services) RFP NO Company Name LAUSD Form PSG-1 Name and Title of Signer Page 1 of 2 Home Office Address Signature/Date Services to be Performed: (Period of Performance: 7/1/11-6/30/12) Skill-set Category: SAP Support Service Category: IT Staff Augmentation DETAILED DESCRIPTION OF COST ELEMENTS 1. Direct Labor (Specify) Labor Rate/Hour O.H. Rate Fully Burdened Rate (Incl. ODC, G&A, & Fee/Profit SAP Basis Administration SAP Xi Programming SAP Portal Development SAP ABAP Programming SAP Security Administration SAP Systems and Programming Manager SAP Training SAP Business Warehouse SAP erecruit Programming ESS/MSS Development 2. Labor Overhead* (List each element of labor overhead and its percentage) Total O.H Rate % 3. Travel* (Please refer to District Travel Policy on Page 47 of this RFP) a. Transportation b. Per Diem or Subsistence 4. Subcontractors/Suppliers** 5. Other Direct Costs (ODC)* 6. General & Admin. Expense ( % of Item Nos. ) 7. Fee/Profit % * Itemize on second page of Form PSG-1 ** Attach LAUSD Form PSG-1 for all proposed subcontractors TITLE: IT Staff Augmentation/Consulting Srvcs-SAP (Bench) 44

42 CONTRACT PRICE PROPOSAL RFP NO (Option Year 1: 7/1/11-6/30/12) IT Staff Augmentation LAUSD FORM PSG-1 Page 2 of 2 Blank page 2s will not be accepted) SUPPORTING SCHEDULE ITEM NO. ITEM DESCRIPTION EST. COST ($) TYPE NAME AND TITLE SIGNATURE NAME OF FIRM DATE OF SUBMISSION TITLE: IT Staff Augmentation/Consulting Services (Bench) 45

43 CONTRACT PRICE PROPOSAL (Services) RFP NO Company Name LAUSD Form PSG-1 Name and Title of Signer Page 1 of 2 Home Office Address Signature/Date Services to be Performed: (Period of Performance: 7/1/11-6/30/12) Skill-set Category: SAP Support Service Category: Consulting Services DETAILED DESCRIPTION OF COST ELEMENTS 1. Direct Labor (Specify) Labor Rate/Hour O.H. Rate Fully Burdened Rate (Incl. ODC, G&A, & Fee/Profit SAP Basis Administration SAP Xi Programming SAP Portal Development SAP ABAP Programming SAP Security Administration SAP Systems and Programming Manager SAP Training SAP Business Warehouse SAP erecruit Programming ESS/MSS Development 2. Labor Overhead* (List each element of labor overhead and its percentage) Total O.H Rate % 3. Travel* (Please refer to District Travel Policy on Page 47 of this RFP) a. Transportation b. Per Diem or Subsistence 4. Subcontractors/Suppliers** 5. Other Direct Costs (ODC)* 6. General & Admin. Expense ( % of Item Nos. ) 7. Fee/Profit % * Itemize on second page of Form PSG-1 ** Attach LAUSD Form PSG-1 for all proposed subcontractors TITLE: IT Staff Augmentation/Consulting Srvcs-SAP (Bench) 46

44 CONTRACT PRICE PROPOSAL RFP NO (Option Year 1: 7/1/11-6/30/12) Consulting Services LAUSD FORM PSG-1 Page 2 of 2 Blank page 2s will not be accepted) SUPPORTING SCHEDULE ITEM NO. ITEM DESCRIPTION EST. COST ($) TYPE NAME AND TITLE SIGNATURE NAME OF FIRM DATE OF SUBMISSION TITLE: IT Staff Augmentation/Consulting Services (Bench) 47

45 ATTACHMENT A RFP NO DISTRICT TRAVEL AND EXPENSE GUIDELINES All bills shall include an itemized listing supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data. If charged to the DISTRICT, all travel either to Los Angeles or from Los Angeles to other locations shall be approved in writing in advance by the DISTRICT S Project Manager. Time for travel will not be reimbursed except for travel during normal business hours. A. Auto Mileage Auto mileage will be reimbursed at the DISTRICT S current mileage rate. B. Air Travel Airfares will be reimbursed based on the most direct route at coach class travel rates. Upgrading (coach to a higher class) of airline tickets will only be reimbursed when approved, and only when the business schedule requires immediate travel and only higher-class accommodations are available. Downgrading (exchange) of airline ticket where the Contractor receives financial or personal gain is not permitted. If a trip is postponed, reservations should be canceled immediately. Travel arrangements should be made as early as possible (preferably three weeks) to take advantage of advanced reservation rates. C. Combining Business Travel with Personal Travel The Contractor's employees may combine personal travel with DISTRICT business only if the personal travel does not increase the cost to the DISTRICT. Arrangement for personal travel should be handled by the Contractor's employee. The DISTRICT will not manage personal travel. D. Air Travel Insurance The DISTRICT does not pay for air travel insurance. E. Accommodations The DISTRICT will reimburse hotel room fees at the governmental rate. The DISTRICT may reimburse hotel room fees at the standard rate based on single room occupancy in cases where a government rate is not available. The DISTRICT will provide a letter to the Contractor, which authorizes hotels to provide rooms at a government rate. This authorization only applies to work done for the DISTRICT. TITLE: IT Staff Augmentation/Consulting Srvcs-SAP (Bench) 48

46 F. Laundry Laundry and dry cleaning charges will only be paid if a Contractor's employee is on travel for the DISTRICT for a period in excess of six (6) consecutive days. G. Entertainment The DISTRICT will not pay for the rental of premium channel movies, use of health club facilities or other forms of entertainment. H. Auto Rental If required, the DISTRICT will pay for reasonable car rental charges. The Contractor's employees are expected to request the rental of an economy car. I. Meals Meals will be reimbursed based on the actual cost up to a maximum of $50.00 per day of travel. Receipts are required for all meals. In order to be reimbursed, meal receipts (itemized if possible) in the form of receipts, credit card receipts, or cash register tape must be submitted. The DISTRICT will not pay for alcoholic beverages. In lieu of itemizing meal expenses and submitting receipts, the Contractor's employees may claim the standard $26.00 per diem for the duration of the travel. J. Telephone Usage The Contractor's employees shall submit documentation regarding all telephone calls charged to the DISTRICT. Documentation must include the name of the party being called and the purpose of the call. The DISTRICT shall allow one business call upon arrival and one call prior to departure. The DISTRICT will not pay for additional business calls unless directly related to the Contract. Personal telephone calls are not reimbursable unless the Contractor's employee is on travel for the DISTRICT for more than three consecutive days. In this case, the cost of a call shall not exceed $5.00 and one call is permitted every other day. K. Parking and Ground Transportation Public transportation should be used whenever possible; however, if necessary, rental car expenses including gas will be reimbursed for authorized travel only. Cab fare (on a shared basis whenever possible) is reimbursable. Receipts shall be required to document all parking charges as well as other ground transportation charges. The Contractor's employees shall rent the lowest automobile classification appropriate for the size or purpose of the group using the vehicle. 1-2 Travelers Compact 3 Travelers Medium/Intermediate 4-5 Travelers Full Size/Standard Equipment 6+ Travelers Van The Contractor's employees must fuel rental automobiles prior to turn-in as rental companies normally add a large service charge to fuel costs. TITLE: IT Staff Augmentation/Consulting Services (Bench) 49

47 L. General Parking The Contractor's employees should take advantage of "Early Bird Parking" whenever possible. Parking expense incurred while conducting DISTRICT business is reimbursable. M. Tolls and Fees Transportation related toll charges incurred while on DISTRICT business is reimbursable. N. Baggage Handling Baggage handling service fees within or outside the Los Angeles region are reimbursable at standard reasonable rates. O. Other Business Expenses Supplies, equipment rental, reprographics, and facsimile related expenses may be reimbursed when traveling on DISTRICT business. Such expenses shall be billed at cost. P. Unallowable Expenses The DISTRICT will not provide any reimbursement for personal entertainment expenses, alcoholic beverages, travel expenses for family members, use of health club facilities, movies in hotels, personal items, charitable contributions, etc. Q. Other Source of Information Information not addressed herein regarding the allowability of cost reimbursement expenses is contained in the Federal Acquisition Regulations. TITLE: IT Staff Augmentation/Consulting Services (Bench) 50

48 Cover Sheet for ATTACHMENT B, SAMPLE CONTRACT (This document is a separate RFP attachment) RFP NO The separate RFP attachment is a SAMPLE CONTRACT. Proposers are advised to read the Contract in its entirety. Any EXCEPTIONS to be taken shall be clearly noted, redlined and identified in the Proposer s proposal. Unless exceptions are listed, there shall be no negotiation of these terms and conditions. Proposals may be deemed non-responsive if it contains excessive exceptions. LAUSD reserves the right to add, delete or modify provisions in this sample Master Services Agreement for Information Technology Service and Support Agreement.. TITLE: IT Staff Augmentation/Consulting Srvcs-SAP (Bench) 51

49 LAUSD Ethics Office Ask Ethics: (866) SCHEDULE C Building Trust Inside and Out LOS ANGELES UNIFIED SCHOOL DISTRICT Contractor Code of Conduct (adopted 11/02, revision effective 11/06) Preamble Los Angeles Unified School District s Contractor Code of Conduct was adopted to enhance public trust and confidence in the integrity of LAUSD s decision-making process. This Code is premised on three concepts: Ethical and responsible use of scarce public tax dollars is a critical underpinning of effective government Contracting integrity and quality of service are the shared responsibilities of LAUSD and our Contractors Proactive and transparent management of potential ethics concerns improves public confidence This Code sets forth the ethical standards and requirements that all Contractors and their Representatives shall adhere to in their dealings with or on behalf of LAUSD. Failure to meet these standards could result in sanctions including, but not limited to, voidance of current or future contracts. 1. Contractors All LAUSD Contractors and their Representatives are expected to conduct any and all business affiliated with LAUSD in an ethical and responsible manner that fosters integrity and public confidence. A Contractor is any individual, organization, corporation, sole proprietorship, partnership, nonprofit, joint venture, association, or any combination thereof that is pursuing or conducting business with and/or on behalf of LAUSD, including, without limitation, consultants, suppliers, manufacturers, and any other vendors, bidders or proposers. A Contractor s Representative is also broadly defined to include any subcontractors, employees, agents, or anyone else who acts on a Contractor s behalf. 2. Mission Support LAUSD relies on Contractors and their Representatives to support our LAUSD mission statement of educating students to a higher level of achievement that will enable them to be responsible individuals and productive members of the greater society. Contractors and their Representatives must provide high-value products, services and expertise which advance LAUSD s mission or provide mission-related benefits that support our goals for the students, employees, stakeholders, and the communities we serve. 3. Ethical Responsibilities All LAUSD contracts must be developed and maintained within an ethical framework. LAUSD seeks to promote public trust and confidence in our contracting relationships and we expect every individual, regardless of position or level of responsibility, who is associated with an LAUSD procurement process or contract, to commit to exemplifying high standards of conduct in all phases of any relationship with LAUSD. Given that the business practices and actions of Contractors and their Representatives may impact or reflect upon LAUSD, strict observance with the standards in this Code, all applicable local, state and federal laws, and any other governing LAUSD policies or agreements is not only a minimum requirement for all Contractors and their Representatives, but an ethical obligation as well. In addition to any specific obligations under a Contractor s agreement with LAUSD, all Contractors and their Representatives shall comply with the following requirements: A. Demonstrate Honesty and Integrity Contractors shall adhere to the highest standards of honesty and integrity in all their dealings with and/or on behalf of LAUSD. As a general rule, Contractors must exercise caution and avoid even the appearance of impropriety or misrepresentation. All communications, proposals, business information, time records, and any other financial transactions must be provided truthfully, accurately, and completely. B. Be a Responsible Bidder Contractors shall demonstrate a record of integrity and business ethics in accordance with all policies, procedures, and requirements established by LAUSD. (1) Critical Factors In considering a Contractor s record of integrity and business ethics, LAUSD may consider factors including, but not limited to: criminal investigations, indictments, injunctions, fines, convictions, administrative agreements, suspensions or debarments imposed by other governmental agencies, tax delinquencies, settlements, financial solvency, past performance, prior determinations of failure to meet integrityrelated responsibilities, and violations by the Contractor and its Representatives of any LAUSD policies and RFP No

LOS ANGELES UNIFIED SCHOOL DISTRICT

LOS ANGELES UNIFIED SCHOOL DISTRICT LOS ANGELES UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL (RFP) NO.: 0801057-116 IT PROGRAM MANAGEMENT FOR FOOD SERVICES ISSUED: APRIL 9, 2008 i Los Angeles Unified School District Business Services Division

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

LOS ANGELES UNIFIED SCHOOL DISTRICT

LOS ANGELES UNIFIED SCHOOL DISTRICT LOS ANGELES UNIFIED SCHOOL DISTRICT Procurement Services Center PROCUREMENT MANAGEMENT BRANCH REQUEST FOR PROPOSAL (RFP) NUMBER: 1007 CATEGORICAL PARTNERING FOR FOOD-PROCESSING ISSUED DATE: MARCH 23, 2010

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

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

Los Angeles Unified School District

Los Angeles Unified School District Los Angeles Unified School District REQUEST FOR PROPOSAL (RFP) NO.: 2000001362 SPECIAL EDUCATION SERVICES FOR CHILDREN IN HEAD START 0 MICHELLE KING Superintendent of Schools Los Angeles Unified School

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION

More information

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

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

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2 PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM PST, February 22, 2018 BID DUE: 2:00PM PST,

More information

RFP # FACILITIES MANAGEMENT SERVICES

RFP # FACILITIES MANAGEMENT SERVICES RFP # 991-13-004 FACILITIES MANAGEMENT SERVICES ISSUE DATE: MARCH 22, 2013 1 TABLE OF CONTENTS I. INTRODUCTION A. PURPOSE OF THIS REQUEST FOR PROPOSALS... 4 B. VISION... 4 C. SCOPE OF WORK... 4 D. SCOPE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

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

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

Request for Proposal

Request for Proposal Request for Proposal Tulsa Transit 14-1010 Banking Services 1 Contents SECTION 1: NOTICE OF REQUEST FOR PROPOSALS... 5 NR 1. Description of the Work to be Done... 5 NR 2. Proposal Due Date and Submittal

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 38 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

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

Request for Proposal Supply & Install Generators at District Health Centers Project

Request for Proposal Supply & Install Generators at District Health Centers Project HSA1011SER04 Cayman Islands Health Services Authority Request for Proposal Supply & Install Generators at District Health Centers Project #HSA1314 SER08 Contents I. Instructions to Proposers... 2 II. Information

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

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

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 PROPOSAL (RFP) 2018-02 LEGAL REPRESENTATION IN ACTIONS FOR UNLAWFUL DETAINER DATE ISSUED: Thursday, January

More information

Management of Jobing.com Arena

Management of Jobing.com Arena Request for Proposal Related to: Management of Jobing.com Arena Issued by: (Date) Introduction The (City), through its Materials Management Department, is accepting responses to this Request for Proposal

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

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

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

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 PROPOSAL (RFP) 2019-01 SECTION EIGHT MANAGEMENT ASSESSMENT PROGRAM (SEMAP) AUDITING SERVICES DATE ISSUED: Tuesday,

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

INSTRUCTIONS TO BIDDERS ARTICLE IB

INSTRUCTIONS TO BIDDERS ARTICLE IB INSTRUCTIONS TO BIDDERS WPU05 ARTICLE IB IB 1 Bid Proposals IB 1.1 Sealed proposals for the work described herein must be received and timestamped at the University prior to the closing date and time for

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m. REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS DUE DATE: AUGUST 14, 2017 BY 2:00 p.m. 1.1. PURPOSE 1. INTRODUCTION The City of Yucaipa, hereinafter

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

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building

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

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

Request for Proposal Data Network Cabling

Request for Proposal Data Network Cabling Request for Proposal Data Network Cabling Vernon Public Schools, Connecticut BID # VPS-FY16-004 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov Proposals Due: Thursday,

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 PROPOSAL (RFP) 2018-08 VIRTUAL PRIVATE NETWORK (VPN) MANAGEMEENT DATE ISSUED: Monday, April 2, 2018 TYPE OF

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 39 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY City of Foster City, California Financial Services Department 610 Foster City Blvd. Foster City, CA 94404 (650) 286-3200 July 7,

More information

WEST VALLEY SANITATION DISTRICT

WEST VALLEY SANITATION DISTRICT WEST VALLEY SANITATION DISTRICT Request for Proposal (RFP) for Independent External Audit Services RFP #: FIN 2015 1 Schedule of Key Events: RFP Release Date: April 14, 2015 Written Questions Due: 4:00

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

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

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

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

Project No Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania

Project No Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania 34BRequest for Proposal for a 35BDesign Build Contractor Project No. 18-002.1 Southport Vehicle Processing Center Design-Build Request for Proposals Philadelphia, Pennsylvania 2018 March 7, 2018 NOTICE

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Needs Assessment and Feasibility Study For New El Centro Public Library Facility Release Date: January 22, 2015 Contact Information: City of El Centro Community Services Department

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES 1 QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSAL PROFESSIONAL AUDITING SERVICES JANUARY 7, 2019 I. INTRODUCTION: A.

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 PROPOSAL (RFP) 2018-12 Remote Housing Choice Voucher (HVC) Program Re-Certifications DATE ISSUED: Thursday,

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

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 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

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

Philadelphia County, Pennsylvania

Philadelphia County, Pennsylvania 34BRequest for Proposal for a 35BDesign Build Contractor Project No. 18-059.1 RFP for Design Build of SouthPort Vehicle Processing Facility Philadelphia County, Pennsylvania 2018 May 23, 2018 NOTICE TO

More information

Request for Proposal CNC Mill For the Rockville High School

Request for Proposal CNC Mill For the Rockville High School Request for Proposal CNC Mill For the Rockville High School Vernon Public Schools, Connecticut BID # VPS-FY15-004 Inquiries: Ms. Nicole Fillion Grant Writer 30 Park Street Vernon, CT 06066 nfillion@vernon-ct.gov

More information

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

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

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

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

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

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

Please return by July 9, 10:00 AM Central Time to:

Please return by July 9, 10:00 AM Central Time to: SOLICITATION NO: R-14-006-DB INFORMAL REQUEST FOR PROPOSALS Release Date: June 25, 2014 ACTUARIAL SERVICES Please return by July 9, 2014 @ 10:00 AM Central Time to: dabenites@saws.org I. PROJECT INFORMATION

More information

HOUSING AUTHORITY OF THE CITY OF TULSA

HOUSING AUTHORITY OF THE CITY OF TULSA HOUSING AUTHORITY OF THE CITY OF TULSA 415 EAST INDEPENDENCE TULSA, OKLAHOMA 74106 REQUEST FOR PROPOSALS FOR PROFESSIONAL INSURANCE BROKERAGE AND ALL RELATED CONSULTING SERVICES RFP #18-081 Proposal Deadline:

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST

REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST REQUEST FOR QUALIFICATIONS (RFQ) FOR 2015 PROFESSIONAL SERVICES ON-CALL LIST I. OVERVIEW The District is seeking qualified firms to provide On-Call Professional Services in support of Capital Improvement

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

Professional Auditing Services

Professional Auditing Services Professional Auditing Services Request for Proposal Proposals will be received until the hour of 5:00 o'clock PM, March 14, 2018 City of Manteca Finance Department 1001 W Center St. Manteca, CA 95337 CITY

More information

Union County. Request for Proposals # Employee Survey Services

Union County. Request for Proposals # Employee Survey Services Union County Request for Proposals # 2015-030 Employee Survey Services Due Date: April 9, 2015 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, Administrative Services, Procurement

More information

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL

HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL HILLSBOROUGH CITY SCHOOL DISTRICT REQUEST FOR STATEMENT OF QUALIFICATIONS AND REQUEST FOR PROPOSAL FOR Energy Services Design-Build Contractor For Proposition 39 Funded Energy Efficiency & Conservation

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due

More information

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio Spokane Housing Authority Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio Financial Analytical and Advisory Services Relevant to Real Estate Development Activities

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL-220-16 1.0 INTRODUCTION The City of Mobile is inviting qualified consultants

More information

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor

Request for Proposals. For. Financial Aid Services. Issued by: Pennsylvania State System of Higher Education Office of the Chancellor Request for Proposals For Issued by: Pennsylvania State System of Higher Education RFP # 2010-QCC-RLG-04 Issue Date: January 22, 2010 Response Date: February 12, 2010 Table of Contents Page Part I General

More information

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16 TOWN OF SOUTH PALM BEACH REQUEST FOR QUALIFICATIONS CONTINUING CONTRACTS FOR PROFESSIONAL ENGINEERING SERVICES RFQ NO. 2018-1 The Town of South Palm Beach is seeking Letters of Interest and Professional

More information

PART V PROPOSAL REQUIREMENTS

PART V PROPOSAL REQUIREMENTS PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 33 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES The Fayette County School District (FCSD) desires to retain the services of a professional Construction

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call )

Quick Call for Proposals. State of Minnesota. Minnesota Department of Transportation. Quick Call for Proposals ( Quick Call ) State of Minnesota Minnesota Department of Transportation ( Quick Call ) Fiber Optic Training Course for Intelligent Traffic Systems March 15, 2019 Proposals must be received no later than 11:00 AM, Central

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES

CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES MAY 31, 2017 1 I. INTRODUCTION AND BACKGROUND 1. Invitation The City of Los Angeles is seeking qualified consultants to

More information