REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # Notice to Prospective Proposers

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # Notice to Prospective Proposers"

Transcription

1 Page 1 of 68 REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # Notice to Prospective Proposers November 11, 2010 You are invited to review and respond to this Request for Proposal (RFP), entitled Early Mental Health Initiative (EMHI) Program Evaluation Consultant. In submitting your proposal, you must comply with these instructions. Failure to comply with any of the requirements may result in rejection of your proposal. By submitting a proposal, your firm agrees to the terms and conditions stated in this RFP and your proposed contract. Note that all agreements entered into with the State of California will include by reference General Terms and Conditions and Contractor Certification Clauses that may be viewed and downloaded at Internet site If you do not have Internet access, a hard copy can be provided by contacting the person listed below. This solicitation is published online in the California State Contracts Register at To ensure receipt of any addenda that may be issued, and answers to questions posed, interested parties must register online at The California (DMH) deadline for receipt of proposals is Tuesday, November 30, 2010, no later than 4:00 p.m. No late received, faxed, or ed proposals are acceptable. All late, faxed, and/or ed proposal s will be rejected and returned to the proposer. Proposals must be received on or before the date and time specified herein at the following location: Mailing and Street Address: Contract Services, Room 101 Attn: Grace Parker th Street Sacramento, CA You are advised that you are responsible for ensuring that your proposal is received by the above listed contact person by the time and date required. Any proposal reaching the contact person after the deadline date and time will be returned unopened. In the opinion of DMH, this RFP is complete and without need of explanation. However, if you have questions, notice any discrepancies or inconsistencies, or need any clarifying information, you must submit your questions through the BidSync system, no later than the date stated in Section B, 1, Key Action Dates. Please note that no verbal information given will be binding upon the State unless such information is issued in writing as an official addendum, or as answers to questions at the Bidsync site.

2 Page 2 of 68

3 Page 3 of 68 Table of Contents Description Page A. Purpose / Background / Scope of Services 3-6 B. Proposal Requirements and Information 7 1. Key Action Dates 7 2. Submission of Proposals 7 3. Technical Proposal Requirements/Minimum Qualifications 9 4. Cost Proposal Requirements Evaluation Process Award and Protest Information Disposition of Proposals Agreement Execution and Performance 13 D. Preference Programs Small Business Preference Non-Small Business Preference Disabled Veteran Business Enterprise Incentive Other Preferences 14 E. Required Attachments Required Attachment Check List Proposal/Proposer Certification Sheet Bidder Declaration (Form GSPD ) Proposer References Darfur Contracting Act Certification Cost Proposal Work Sheet Payee Data Record (STD 204)** Contractor's Certification Clauses (CCC-307)** Sample Standard Agreement (STD 213)** 34 Exhibit A, Scope of Work** Exhibit B, Budget Detail and Payment Provisions** Exhibit D, Special Terms and Conditions** Exhibit E, Confidentiality & Information Security Provisions** California DVBE Bid Incentive Instructions* **These documents are not required with the Proposal package but are required upon award of the contract. *This item is for reference.

4 Page 4 of 68 A. PURPOSE / BACKGROUND / SCOPE OF WORK 1. Purpose The California (DMH) is issuing this Request for Proposal (RFP) to solicit proposals to acquire a contractor that shall collect, evaluate, and report data for school-based early mental health intervention and prevention services for students currently in 413 school sites in 27 counties throughout the State which number may increase or decrease. 2. Program Background The following paragraphs describe the program to be evaluated under the contract to be awarded through this RFP. Chapter 757, Statutes of 1991 (Assembly Bill 1650/Hansen), authorized the School-Based Early Mental Health Intervention and Prevention Services for Children Act, known as the Early Mental Health Initiative (EMHI). This legislation was amended by Chapter 722, Statutes of 1992 (Senate Bill 485/L. Greene) and Chapter 1161, Statutes of 2002 (Assembly Bill 442/Committee On Budget). Please refer to Part 4 (commencing with Section 4370) of Division 4 of the Welfare and Institutions Code (see Appendix A). The EMHI allows the DMH to award matching grants to Local Education Agencies (LEAs) defined as school districts, county offices of education, or state special schools to implement, expand, or modify early mental health intervention and prevention programs. The grant funding is provided for one three-year cycle. EMHI funded programs must be based at publicly-funded elementary schools and provide services to students in kindergarten through third grade experiencing mild to moderate school adjustment difficulties. The goals of the Initiative and subsequent legislation are to enhance the social and emotional development of young students, increase the likelihood that students experiencing mild to moderate school adjustment difficulties will succeed in school, increase their personal competencies related to life success, and minimize the need for more intensive and costly services as they grow older. By allocating matching fiscal support for the first three years of the LEA s early mental health intervention and prevention program, EMHI provides an opportunity for the LEAs working with cooperating mental health entities, such as local mental health programs or private nonprofit agencies, to implement schoolbased programs which enhance the school adjustment, mental health, and social/emotional development of students. a. Key Elements of EMHI EMHI emphasizes several key elements related to the implementation of school-based early mental health prevention and intervention programs. Programs funded through EMHI should: i. Serve students in kindergarten through third grade experiencing mild to moderate school adjustment difficulties. ii. Provide services that are school-based and low cost. iii. Provide services in a culturally competent manner.

5 Page 5 of 68 iv. Provide services to appropriate students in the target population from low-income families. v. Provide services to appropriate students in the target population who are in out-ofhome placement or are at risk of out-of-home placement. vi. Encourage the involvement of parents/guardians and teaching staff to build alliances to promote students mental health/social and emotional development. vii. Provide services in collaboration with a Cooperating Mental Health Entity such as a County Mental Health Department or a private non-profit agency. viii. Use a systematic selection process of students most likely to benefit from program participation. ix. Use alternative personnel, such as Child Aides, to provide direct services to students instead of licensed/credentialed staff. The primary focus of these grants is services, with the Childe Aides providing direct services. School staff with a Pupil Personnel Services (PPS) credential provide supervision to the Child Aides, while both mental health and school professionals provide training to the Child Aides. x. Change the traditional roles of mental health professionals from direct service provision to providing supervision and training to the Child Aides. xi. Provide ongoing supervision and training of Child Aides by school psychologists, school social workers, or school counselors (with a PPS credential) in collaboration with professional staff of the Cooperating Mental Health Entities. xii. Provide ongoing monitoring and evaluation of program services. xiii. Ensure implementation of programs that are based on adoption or modification, or both, of existing program services that have been shown to be effective and which are based on sound research. b. EMHI Program Instruments All EMHI funded programs are required to use the Walker Survey Instrument (WSI) to assist in the selection of appropriate program participants in first grade and may use the WSI to assist in the selection of appropriate program participants in kindergarten, second and third grades. EMHI funded programs are also required to use the Walker-McConnell Scale of Social Competence and School Adjustment (WMS) to evaluate program impact, and the Participant Data Instrument (PDI) to collect demographic and miscellaneous information about program participation. Detailed information about these instruments is provided in the SELECTION PROCESS and PROGRAM EVALUATION sections. The DMH has legal propriety to use the WSI, WMS and PDI for the collection and evaluation of EMHI funded program data. c. EMHI Selection Process Students are identified for participation in an EMHI funded program by a systematic selection process using various resources. The most widely used method is a process that utilizes a brief teacher survey, the WSI, which collects teacher observations for

6 Page 6 of 68 identifying mild to moderate school adjustment difficulties that relate to classroom behaviors and peer relationships. The WSI consists of a subset of 19 items from the WMS. It should be noted that the selection process includes a team approach and does not rely solely on the WSI information. Information from the WSI is used in conjunction with input from the SBMHP, teacher, principal, and child aides. The programs are required to complete WSIs for all first grade students. Many programs also elect to utilize the WSI as part of the process for selection of participants in other grade levels (kindergarten, second, and third). Participants in grades first through third may be identified at any time after approximately four weeks into the school year. The kindergarten selection process occurs after the first half of the students school year. EMHI requires the LEAs to submit all completed WSIs to the contractor for analysis. The LEAs may elect to hand-score the WSIs prior to forwarding to the contractor. Approximately 75 percent of all the schools in the LEAs elect to hand-score the WSIs at the school site and then, as required by the DMH, forward the WSIs to the contract evaluator for data compilation. This data is included in the LEAs annual program evaluation reports. Hand scoring allows the program staff to immediately continue the selection process. Approximately 25 percent of the schools forward the WSIs directly to the contract evaluator for scoring and data compilation. These sites must wait until results are received from the statewide evaluator to continue the selection process. Consequently, to enable these LEAs to finalize student selection as soon as possible, rapid response from the statewide evaluator is essential. The WSIs should be scored and returned to the LEAs within 72 hours from the time of receipt. Utilizing a team approach conducted under the leadership of the SBMHP, students identified by the WSIs as experiencing mild to moderate school adjustment difficulties are further reviewed for potential program participation. Students may also be referred for program services by teachers, parents, and/or administrators. Students recommended for program services by school staff or parents are also reviewed by the team of program staff to determine if participation in the EMHI funded program is appropriate. d. Data Collection EMHI funded programs are required to participate in the statewide program evaluation, which includes maintaining records that measure the student's adjustment to school, quantitative and qualitative program effectiveness and characteristics, as well as the LEA and student demographic information. e. EMHI Program Evaluation The impact of program participation is measured by the WMS. The WMS is a 43-item scale that evaluates adaptive behaviors necessary to function independently in a classroom instructional setting and interpersonal social competencies necessary to maintain adequate social interactions with teachers and other students in the school setting. The 43 items are distributed across three subscales: Subscale 1, Teacher-Preferred Social Behaviors, consists of 16 items and is designed to measure social behaviors of students that are highly valued or preferred by teachers during non-instructional interactions with other students. Items in this subscale reflect levels of sensitivity, empathy, cooperation, self-control, and socially mature and appropriate forms of behavior in peer relations.

7 Page 7 of 68 Subscale 2, Peer-Preferred Social Behaviors, consists of 17 items that measure social behaviors that are highly valued by peers in terms of peer dynamics and social relations. The behavior content of items in this subscale reflects level of interaction with peers, helpfulness, ability to make friends, leadership, perceptiveness, communication, and sharing with others. Subscale 3, Classroom Adjustment Behaviors, consists of 10 items that measure adaptive social-behavioral competencies highly valued by teachers in classroom instructional contexts. The content of this subscale reflects student competencies which teachers feel are necessary for the effective management of instructional environments, such as student study habits, listening skills, participation, responsiveness, and quality of work. The WMS is completed by the participating student s teacher within one week prior to the start of program services and then again within one week after the completion of program services. The LEAs are required to complete and submit a pre/post WMS on all students receiving direct program services. The LEAs are also required to complete and submit a Participant Data Instrument (PDI) for all students receiving direct program services. The PDI collects demographic information on students (e.g., grade level, gender, ethnicity, participation in other supportive services, number of school transfers, retention in grade, etc.), documents information on an individual student's program participation (e.g., beginning and ending date of program services, number, length, and type of each session, etc.), records the program model (Primary Intervention Program (PIP), Other Model, Other Model and PIP, Enhanced PIP, Enhanced Other Model, or Enhanced Other Model and PIP) and types of sessions (individual, group, combined individual and group, or multiple direct services), including services offered to school staff, families and/or parents through an enhancement program. The PDI also summarizes the SBMHP s evaluation of the student's change in behavior and recommendations, if deemed necessary, for any future mental health program needs. 3. Scope of Work Contractor shall provide all necessary materials, supplies, tools, equipment, and personnel to : 1) collect required student data from Local Education Agencies (LEAs) with school sites operating EMHI programs, 2) provide analysis, formatting, and reporting of the EMHI program data; 3) provide Technical Assistance (TA) to school sites, including EMHI Annual Training Conference workshop presentations; 4) provide consultation services to DMH staff, including conducting special studies; 5) provide support to the six EMHI Technical Assistance Consultants (TACs) that provide training and TA directly to school-based program personnel responsible for implementing the EMHI programs at the school sites; for the Early Mental Health Initiative (EMHI), Program Evaluation and Technical Assistance and Consultation services (PETAC) throughout the State of California; in accordance with the Scope of Work Please carefully review and consider the detailed Scope of Work located in Attachment 8, Sample Agreement, Exhibit A, Scope of Work (Pages 35-43), in order to complete your proposal.

8 Page 8 of 68 B. PROPOSAL REQUIREMENTS AND INFORMATION 1. Key Action Dates Event Date Time RFP available to prospective proposers 11/11/10 3:00 PM PST Written Question Submittal Deadline 11/18/10 3:00 PM PST Written responses, if any, to be posted on CSCR (BidSync) 11/23/10 5:00 PM PST Final Date for Proposal Submission 11/30/10 4:00 PM PST Opening of Sealed Cost Proposals 12/7/10 10:00 AM PST Notice of Intent to Award 12/7/10 4:00 PM PST Proposed Contract Award Date 12/14/10 NA 2. Submission of Proposal a. Proposals should provide straightforward and concise descriptions of the proposer's ability to satisfy the requirements of this RFP. The proposal must be complete and accurate. Omissions, inaccuracies or misstatements will be sufficient cause for rejection of a proposal. b. The proposal package should be prepared in the least expensive method. c. All proposals must be submitted under sealed cover and sent to DMH by dates and times shown in Section B, 1, Key Action Dates; and in accordance with these instructions. Proposals received after due dates and times will not be considered. d. A minimum of one original and five (5) copies of the proposal must be submitted. e. The original proposal must be marked "ORIGINAL COPY". All documents contained in the original proposal package must have original signatures and must be signed by a person who is authorized to bind the proposing firm. All additional proposal sets may contain photocopies of the original package.

9 Page 9 of 68 f. The proposal envelopes must be plainly marked with the RFP number and title, your firm name and address, and must be marked with "DO NOT OPEN", as shown in the following example: (Firm Name and Address) RFP # EMHI Program Evaluation Consultant DO NOT OPEN The bid price and all cost information must be submitted in a separate sealed envelope. The envelope should be affixed to the outside of the proposal package and marked Sealed Cost Proposal-DO NOT OPEN. Proposals (Technical Proposal and Cost Offer Packet) not submitted under separate, sealed cover and marked as indicated may be rejected. g. If the proposal is made under a fictitious name or business title, the actual legal name of proposer must be provided. h. All proposals shall include the documents identified in Section E, Required Attachment Checklist (Page 15). Proposals not including the proper "required attachments" shall be deemed non-responsive. A non-responsive proposal is one that does not meet the basic proposal requirements. i. Mail or deliver proposals to the following address: U.S. Postal Service Deliveries and Hand Deliveries (UPS, Express Mail, Federal Express) Attn: Grace Parker, Contract Services th Street, Room 101 Sacramento, CA j. Proposals must be submitted for the performance of all the services described herein. Any deviation from the work specifications will not be considered and will cause a proposal to be rejected. k. A proposal may be rejected if it is conditional or incomplete, or if it contains any alterations of form or other irregularities of any kind. The State may reject any or all proposals and may waive any immaterial deviation in a proposal. The State's waiver of immaterial deviation shall in no way modify the RFP document or excuse the proposer from full compliance with all requirements if awarded the agreement. l. Costs incurred for developing proposals and in anticipation of award of the agreement are entirely the responsibility of the proposer and shall not be charged to the State of California. m. An individual who is authorized to bind the proposing firm contractually shall sign the Attachment 2, Proposal/Proposer Certification Sheet (Page 16). The signature must indicate the title or position that the individual holds in the firm. An unsigned proposal may be rejected.

10 Page 10 of 68 n. A proposer may modify a proposal after its submission by withdrawing its original proposal and resubmitting a new proposal prior to the proposal submission deadline as set forth in the Key Action Dates. Proposal modifications offered in any other manner, oral or written, will not be considered. o. A proposer may withdraw its proposal by submitting a written withdrawal request to the State, signed by the proposer or an authorized agent in accordance with h) above. A proposer may thereafter submit a new proposal prior to the proposal submission deadline. Proposals may not be withdrawn without cause subsequent to proposal submission deadline. p. The awarding agency may modify the RFP prior to the date fixed for submission of proposals by the issuance of an addendum to all parties who received a proposal package. q. The awarding agency reserves the right to reject all proposals. The agency is not required to award an agreement. r. Before submitting a response to this solicitation, proposers should review, correct all errors and confirm compliance with the RFP requirements. s. Where applicable, proposer should carefully examine work sites and specifications. No additions or increases to the agreement amount will be made due to a lack of careful examination of work sites and specifications. t. More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. u. The State does not accept alternate contract language from a prospective contractor. A proposal with such language will be considered a counter proposal and will be rejected. The State s General Terms and Conditions (GTC) are not negotiable. v. No oral understanding or agreement shall be binding on either party. 3. Technical Proposal Requirements/Minimum Qualifications a. The Proposer shall provide a section in their proposal entitled Minimum Qualifications that provides evidence that they have at least five years of demonstrated experience in the following areas: i. California s public elementary school system addressing the social/emotional learning of students. ii. Psycho-social behavioral screening and evaluation instruments appropriate for children in kindergarten through third grade. iii. Research, data collection, analysis, and reporting, using large data sets and current technology. iv. Quality assessment and improvement methods. v. Cultural competency standards and issues.

11 Page 11 of 68 c. The Proposer shall provide a section in their proposal entitled Scoring Criteria that addresses each section under the following three (3) headings in the order shown below: i. Understanding Children s Needs and the Request for Proposal A) Proposer s demonstrated knowledge of children s mental health needs, early mental health intervention and prevention program models and school systems. B) Proposer s demonstrated understanding of the problems associated with mild to moderate school adjustment difficulties of students in K-3 and how these difficulties can be identified and evaluated to determine program effectiveness. C) Proposer s articulation of their ability to perform and meet the required RFP components. ii. Methodology and Services A) Proposer s experience and knowledge of research and evaluation methodologies. B) Proposer s experience in collecting, analyzing, and preparing evaluation reports which support valid, reliable, and clear conclusions. C) Proposer s ability to provide a variety of services (e.g., consultation and technical assistance to the LEAs and the DMH, workshop presentation, etc.). iii. Capacity for Provision of Services A) Feasibility of the proposed timelines. B) Qualifications of proposed staff, and experience of the organization in successfully providing similar services. The Proposer will submit the following organization and staff information: 1) A description of the organizational structure. 2) The duties and responsibilities for key project staff. 3) The activities a subcontractor or consultant, if any, will perform or complete. 4) The organization's experience in performing work similar to that requested in this RFP and/or current involvement with similar projects. 5) Three (3) references for successfully completed similar services performed within the last five (5) years. If three references cannot be provided, please explain why on an attached sheet of paper.

12 Page 12 of Cost Proposal Requirements The total costs of all tasks and milestones cannot exceed: $1,000, The proposer shall refer to Scope of Work located in Attachment 8, Sample Agreement, Exhibit A, Scope of Work (Pages 35-43) for details on tasks, deliverables and milestones. The Cost Proposal Worksheet Attachment 6 (Pages 22-27) must be used in preparing and submitting your Cost Proposal. 5. Evaluation Process a. At the time of proposal opening, each proposal will be checked for the presence or absence of required information in conformance with the submission requirements of this RFP. b. Proposals that contain false or misleading statements, or which provide references, which do not support an attribute or condition claimed by the proposer, may be rejected. c. The final selection will be made to the lowest monetary responsible proposer achieving a passing score, after application of preferences. d. Phase 1 of the evaluation process will determine which proposals demonstrate the knowledge, expertise, and experience to successfully perform the tasks specified in the RFP. In scoring the proposal, each scoring criterion will be rated on the basis of completeness, responsiveness, clarity of response, and weighed in the context of its contribution to the end product (see the Rating/Scoring Criteria below for reference). A minimum of eighty (65) points must be achieved in Phase 1 in order to move on to Phase 2. A minimum of twenty (20) points must be achieved for each rating/scoring criteria with the exception of Overall Quality/Presentation of Offer in which a minimum score of 5 must be achieved.

13 Page 13 of 68 e. Rating/Scoring Criteria: Understanding Children s Needs and the Request for Proposal Proposer s demonstrated knowledge of children s mental health needs, early mental health intervention and prevention program models and school systems. Proposer s demonstrated understanding of the problems associated with mild to moderate school adjustment difficulties of students in K-3 and how these difficulties can be identified and evaluated to determine program effectiveness. Proposer s articulation of their ability to perform and meet the required RFP components. Methodology and Services Proposer s experience and knowledge of research and evaluation methodologies. Proposer s experience in collecting, analyzing, and preparing evaluation reports which support valid, reliable, and clear conclusions. Proposer s ability to provide a variety of services (e.g., consultation and technical assistance to the LEAs and the DMH, workshop presentation, etc.). Capacity for Provision of Services Points Possible Feasibility of the proposed timelines. Qualifications of proposed staff, and experience of the organization in successfully providing similar services. Overall Quality/Presentation of Offer 10 Total Maximum Points Score e. Phase 2 consists of opening and evaluating the sealed Cost Proposals which have proceeded from Phase 1. All proposals that enter Phase II will have received eighty (80) points or more and are considered fully capable of performing the required services. The sealed envelopes containing the Cost Proposals shall be publicly opened and read at the California, th Street, Sacramento, CA, 95814, on October 12, 2010, 2:00p.m. The agreement will be awarded to the lowest dollar amount, responsible proposer meeting the requirements outlined in this RFP. 6. Award and Protest a. Notice of the proposed award shall be posted in a public place in the offices of DMH, th Street, Room 101, Sacramento, CA and on the following Internet site: for five (5) working days prior to awarding the agreement. b. Protest Procedures

14 Page 14 of 68 This RFP is being solicited in accordance with Section 4390 of the Welfare and Institutions Code (WIC). Section 4380(p) WIC exempts the EMHI from the protest provisions of the Public Contract Code and the State Administrative Manual. Therefore, the protest provisions for this RFP shall be as stated below: i. Only those parties who have submitted a proposal may protest. ii. An Intent to Protest letter must be received at the following address not later than five (5) working days (excluding the first day and including the last day) from the date of the posting of Notice of Intent to Award. The only acceptable delivery method for an Intent to Protest letter is by a postal service (United States Post Office, Federal Express, etc). The Intent to Protest letter cannot be hand delivered by the applicant, faxed, or sent by electronic mail. Any letter received without an original signature and/or by a delivery method other than a postal service will not be considered. California RFP # EMHI Program Evaluation Consultant Intent to Protest Letter Attn: Manager, Contract Services th Street, Room 101 Sacramento, CA ii. Within 24 hours of receiving the Intent to Protest letter from the protesting Proposer, the DMH will send the protesting Proposer a letter acknowledging the receipt of the Intent to Protest letter. Within five (5) working days from the date the DMH receives the Intent to Protest Letter, the protesting Proposer must file with the DMH at the above address a Letter of Protest detailing the grounds for the protest. The only acceptable delivery method for the Letter of Protest is by a postal service (United States Post Office, Federal Express, etc.). The Letter of Protest cannot be hand delivered by the applicant, faxed, or sent by electronic mail. Any letter received without an original signature and/or by a delivery method other than a postal service will not be considered. iii. The Letter of Protest must allege that the Proposer should be the low bidder and awardee; and describe the factors which caused the Proposer to conclude that the Evaluation Committee did not follow the prescribed rating standards, explain why the score is in conflict with the rating standards or the contract award process described in the RFP, and identify specific information in the proposal that the Proposer believes was overlooked or misinterpreted. The Letter of Protest may not provide any additional information that should have been included in the original proposal. iv. If any Proposer files a Letter of Protest, the contract shall not be awarded until the DMH has reviewed the protest. v. The DMH's decision will be rendered within 10 working days of the receipt of the Letter of Protest and will be considered final. 7. Disposition of Proposals a. Upon proposal opening, all documents submitted in response to this RFP will become the property of the State of California, and will be regarded as public records under the California Public Records Act (Government Code Section 6250 et seq.) and subject to review by the public.

15 Page 15 of Agreement Execution and Performance a. If an agreement is awarded, no work shall begin until all approvals have been obtained. b. Should the Contractor fail to commence work at the agreed upon time, the awarding agency, upon five (5) days written notice to the Contractor, reserves the right to terminate the agreement. c. All performance under the agreement shall be completed on or before the termination date of the agreement. d. If appropriate, DMH reserves the right to amend the agreement resulting from this RFP for additional time and/or additional funding. D. PREFERENCE PROGRAMS 1. Small Business Preference: Proposers that are certified as a small business in California are encouraged to apply. In accordance with Government Code Section , et seq. and California Code of Regulations, Title 2, Section 1896, et seq., a five (5) percent preference will be granted to a proposer's properly certified as a California Small Business, Microbusiness, or Non-Small Business with a Small Business subcontracting for a minimal of 25% of the proposal amount. A five (5) percent preference will be granted to a proposer's certified as a Non- Profit Veteran Service Agency in accordance with the Military and Veterans Code Section An explanation on how to become certified as a small business, and related information, can be found on the Internet at: For the purposes of this RFP, all proposers must submit a completed Small Business Form. Applications must be on file at the Office of Small Business and Disabled Veteran Business Enterprise Certification by 5:00 p.m. on proposal opening day. 2. Non-Small Business Preference: Revisions to Government Code Section (b) (1) (2) provide for a non-small business preference. The preference to a non-small business proposer that commits to small business or microbusiness subcontractor participation may also be awarded the 5% preference. Further information on this Non-Small Business Preference, can be found on the Internet at 3. Disabled Veteran Business Enterprise Incentive Program (Optional) The State hereby waives the mandatory Disabled Veteran Business Enterprise (DVBE) participation requirement for this IFB; however, an incentive for proposers who include DVBE participation is available and encouraged. For evaluation purposes only, the State shall apply an incentive to proposals that include California certified DVBE participation as identified on the Bidder Declaration GSPD , and the Disabled Veteran's Business Enterprise Declarations, Std. 843; and confirmed by the State. The incentive amount will vary in conjunction with the percentage of DVBE participation in accordance with the following formula:

16 Page 16 of 68 Confirmed DVBE Participation of: 5% or Over 5% 4% to 4.99% Inclusive 4% 3% to 3.99% Inclusive 3% 2% to 2.99% Inclusive 2% 1% to 1.99% Inclusive 1% The net bid price of responsive proposals with DVBE participation will be reduced (for evaluation purposes only) by the amount of DVBE incentive as applied to the lowest responsive net bid price. If the #1 ranked, responsive, responsible bid is a California certified small business, the only bidders eligible for the incentive will be other California certified small businesses. The incentive adjustment for awards based on low price cannot exceed 5% or $100,000.00, whichever is less, of the #1 ranked net bid price. When used in combination with a Small Business preference adjustment, the cumulative adjustment amount cannot exceed $100, Information submitted by the proposer to claim the DVBE incentive will be verified by the State. Only the DVBEs who shall perform a commercially useful function relevant to the Scope of Work included in this IFB may be used to qualify the proposer for a DVBE incentive. For more information regarding the DVBE incentive, Commercially Useful Function definition, and how to find DVBEs, please see Attachment Other Preference Programs (Optional) Additional preference programs exist for business enterprise zones and military base closure areas. For information regarding these programs please see the following web site address. Target Area Contract Preference Act (TACPA) Local Agency Military Base Recovery Area (LAMBRA) Act Enterprise Zone Act (EZA) E. REQUIRED ATTACHMENTS Refer to the following pages for additional Required Attachments that are a part of this agreement.

17 Page 17 of 68 ATTACHMENT 1 REQUIRED ATTACHMENT CHECK LIST Proposer Name: A complete proposal or proposal package will include consist of the items identified below. Complete this checklist to confirm the items in your proposal. Place a check mark or X next to each item that you are submitting to the State. For your proposal to be responsive, all required attachments must be returned. This checklist must be returned with your proposal package also. Attachment Attachment Name/Description Your Proposal Attachment 1 Required Attachment Check List Attachment 2 Proposal/Proposer Certification Sheet Attachment 3 Bidder Declaration (Form GSPD ) Attachment 4 Proposer References Attachment 5 Darfur Contracting Act Certification Attachment 6 Cost Sheet, in a separate, sealed envelope The following attachments are for reference only. Only the successful proposer will submit these documents, after award. Attachment 7 Payee Data Record (STD 204) (if currently not on file) Attachment 8 Contractor Certification Clauses (CCC-307) The CCC-307 can be found on the Internet at Attachment 9 Sample Standard Agreement (Std. 213 and Exhibits) Attachment 10 CA DVBE Bid Incentive Instructions

18 Page 18 of 68 ATTACHMENT 2 PROPOSAL/PROPOSER CERTIFICATION SHEET This Proposal/Proposer Certification Sheet must be signed and returned in duplicate with original signatures. Do not return Section C, Proposal Requirements and Information nor the "Sample Agreement" at the end of this RFP. A. Our all-inclusive cost proposal is submitted in a sealed envelope marked "Cost Proposal - Do Not Open". B. The signature affixed hereon and dated certifies compliance with all the requirements of this proposal document. The signature below authorizes the verification of this certification. An Unsigned Proposal/Proposer Certification Sheet May Be Cause For Rejection 1. Company Name 2. Telephone Number 2a. Fax Number ( ) ( ) 3. Address Indicate your organization type: 4. Sole Proprietorship 5. Partnership 6. Corporation 7. Indicate applicable license and/or certification information: 8. Proposer s Name (Print) 9. Title 10. Signature 11. Date

19 Page 19 of 68 Completion Instructions for Proposal/Proposer Certification Sheet Complete the numbered items on the Proposal/Proposer Certification Sheet by following the instructions below. Item Numbers Instructions 1, 2, 2a, 3 Must be completed. These items are self-explanatory. 4 Check if your firm is a sole proprietorship. A sole proprietorship is a form of business in which one person owns all the assets of the business in contrast to a partnership and corporation. The sole proprietor is solely liable for all the debts of the business. 5 Check if your firm is a partnership. A partnership is a voluntary agreement between two or more competent persons to place their money, effects, labor, and skill, or some or all of them in lawful commerce or business, with the understanding that there shall be a proportional sharing of the profits and losses between them. An association of two or more persons to carry on, as co-owners, a business for profit. 6 Check if your firm is a corporation. A corporation is an artificial person or legal entity created by or under the authority of the laws of a state or nation, composed, in some rare instances, of a single person and his successors, being the incumbents of a particular office, but ordinarily consisting of an association of numerous individuals. 7 Enter your federal employee tax identification number. 8 Enter your corporation number assigned by the California Secretary of State s Office. This information is used for checking if a corporation is in good standing and qualified to conduct business in California. 9 Complete, if applicable, by indicating the type of license and/or certification that your firm possesses and that is required for the type of services being procured. 10,11 Must be completed. These items are self-explanatory.

20 Page 20 of 68 Attachment 3 Bidder Declaration (GSPD ) The Bidder Declaration form (GSPD ) is a required submittal with your proposal. It is available at the following website:

21 Page 21 of 68

22 Page 22 of 68 ATTACHMENT 4 PROPOSER REFERENCES Submission of this attachment is mandatory. Failure to complete and return this attachment with your proposal will cause your proposal to be rejected and deemed nonresponsive. List below three references of similar types of services performed within the last five years. If three references cannot be provided, please explain why on an attached sheet of paper. REFERENCE 1 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided REFERENCE 2 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided REFERENCE 3 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided

23 Page 23 of 68 ATTACHMENT 5 Darfur Contracting Act Certification Public Contract Code Sections applies to any company that currently or within the previous three years has had business activities or other operations outside of the United States. For such a company to bid on or submit a proposal for a State of California contract, the company must certify that it is either a) not a scrutinized company; or b) a scrutinized company that has been granted permission by the Department of General Services to submit a proposal. If your company has not, within the previous three years, had any business activities or other operations outside of the United States, you do not need to complete this form. OPTION #1 - CERTIFICATION If your company, within the previous three years, has had business activities or other operations outside of the United States, in order to be eligible to submit a bid or proposal, please insert your company name and Federal ID Number and complete the certification below. I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that a) the prospective proposer/bidder named below is not a scrutinized company per Public Contract Code 10476; and b) I am duly authorized to legally bind the prospective proposer/bidder named below. This certification is made under the laws of the State of California. Company/Vendor Name (Printed) Federal ID Number By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in the County and State of OPTION #2 WRITTEN PERMISSION FROM DGS Pursuant to Public Contract Code section 10477(b), the Director of the Department of General Services may permit a scrutinized company, on a case-by-case basis, to bid on or submit a proposal for a contract with a state agency for goods or services, if it is in the best interests of the state. If you are a scrutinized company that has obtained written permission from the DGS to submit a bid or proposal, complete the information below. We are a scrutinized company as defined in Public Contract Code section 10476, but we have received written permission from the Department of General Services to submit a bid or proposal pursuant to Public Contract Code section 10477(b). A copy of the written permission from DGS is included with our bid or proposal. Company/Vendor Name (Printed) Federal ID Number Initials of Submitter Printed Name and Title of Person Initialing

24 Page 24 of 68 ATTACHMENT 3 COST PROPOSAL WORKSHEET The project numbers and deliverables/services in this cost proposal worksheet correspond with the Scope of Work (Pages 35-43). Fiscal Year 2010/2011 Project Deliverable/Service Description Deliverable/Service Cost 7.A.1 Activity Status Reports 7.A.2 Bi-annual Staff Meetings 7.B Technical Assistance & Records Management 7.C.1 Generate and mail order-forms to LEAs for ordering evaluation materials. 7.C.2 Production of evaluation materials (based on amount of order forms returned by LEAs). 7.C.3 Mail evaluation materials to approximately 86 year-round schools. 7.C.4 Mail evaluation materials to approximately 327 traditional calendar schools. 7.C.5 Mail evaluation materials to newly awarded EMHI programs. 7.C.6 Process forms returned by LEAs; mail scored forms along with results to LEAs. 7.D Data Processing and Reporting of Student Level Data. 7.E Preliminary Local Evaluation Data (PLED) Reports. 7.F.1 Local Evaluation Data (LED) Reports using 2008/2009 data only. 7.F.2 Local Evaluation Data (LED) Reports using 2009/2010 data only. 7.G.1 Prepare and submit draft of Statewide Evaluation Report to DMH.

25 Page 25 of 68 7.G.2 Finalize Statewide Evaluation Report and submit to DMH. 7.H.1 Workshops and Training at EMHI Annual Training Conference. 7.I One (1) Presentation at a Mental Health Conference. 7.J Technical Assistance (TA) Activities to Provide DMH with consultation on instrumentation, evaluation of outcomes, data analysis/reporting, and other issues. 7.K EMHI CRG Update Revision. Total Proposed Cost for 2010/2011 Deliverables/Services

26 Page 26 of 68 Fiscal Year 2011/2012 Project Deliverable/Service Description Deliverable/Service Cost 7.A.1 Activity Status Reports 7.A.2 Bi-annual Staff Meetings 7.B Technical Assistance & Records Management 7.C.1 Generate and mail order-forms to LEAs for ordering evaluation materials. 7.C.2 Production of evaluation materials (based on amount of order forms returned by LEAs). 7.C.3 Mail evaluation materials to year-round schools. 7.C.4 Mail evaluation materials to traditional calendar schools. 7.C.5 Mail evaluation materials to newly awarded EMHI programs. 7.C.6 Process forms returned by LEAs; mail scored forms along with results to LEAs. 7.D Data Processing and Reporting of Student Level Data. 7.E Preliminary Local Evaluation Data (PLED) Reports. 7.F.2 Local Evaluation Data (LED) Reports using 2010/2011 data only. 7.G.1 Prepare and submit draft of Statewide Evaluation Report to DMH. 7.G.2 Finalize Statewide Evaluation Report and submit to DMH. Continued on next page

27 Page 27 of 68 Continued from previous page 7.H.1 Workshops and Training at EMHI Annual Training Conference. 7.I One (1) Presentation at a Mental Health Conference. 7.J Technical Assistance (TA) Activities to Provide DMH with consultation on instrumentation, evaluation of outcomes, data analysis/reporting, and other issues. 7.K EMHI CRG Update Revision. 7.L Annual Trend Report. Total Proposed Cost for 2011/2012 Deliverables/Services

28 Page 28 of 68 Fiscal Year 2012/2013 Project Deliverable/Service Description Deliverable/Service Cost 7.A.1 Activity Status Reports 7.A.2 Bi-annual Staff Meetings 7.B Technical Assistance & Records Management 7.C.1 Generate and mail order-forms to LEAs for ordering evaluation materials. 7.C.2 Production of evaluation materials (based on amount of order forms returned by LEAs). 7.C.3 Mail evaluation materials to year-round schools. 7.C.4 Mail evaluation materials to traditional calendar schools. 7.C.5 Mail evaluation materials to newly awarded EMHI programs. 7.C.6 Process forms returned by LEAs; mail scored forms along with results to LEAs. 7.D Data Processing and Reporting of Student Level Data. 7.E Preliminary Local Evaluation Data (PLED) Reports. 7.F.2 Local Evaluation Data (LED) Reports using 2011/2012 data only. 7.G.1 Prepare and submit draft of Statewide Evaluation Report to DMH. 7.G.2 Finalize Statewide Evaluation Report and submit to DMH. Continued on next page

29 Page 29 of 68 Continued from previous page 7.H.1 Workshops and Training at EMHI Annual Training Conference. 7.I One (1) Presentation at a Mental Health Conference. 7.J Technical Assistance (TA) Activities to Provide DMH with consultation on instrumentation, evaluation of outcomes, data analysis/reporting, and other issues. 7.K EMHI CRG Update Revision. 7.L Annual Trend Report. Total Proposed Cost for 2012/2013 Deliverables/Services SUMMARY FY 2010/2011 Total Proposed Cost FY 2011/2012 Total Proposed Cost FY 2012/2013 Total Proposed Cost Total Proposed Cost Not to exceed $1,000,000.00

30 Page 30 of 68 ATTACHMENT 7 PAYEE DATA RECORD (Std. 204)

31 Page 31 of 68

32 Page 32 of 68 ATTACHMENT 8 CONTRACTOR CERTIFICATION CLAUSES (CCC-307) CERTIFICATION I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that I am duly authorized to legally bind the prospective Contractor to the clause(s) listed below. This certification is made under the laws of the State of California. Contractor/Bidder Firm Name (Printed) Federal ID Number By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in the County of CONTRACTOR CERTIFICATION CLAUSES 1. STATEMENT OF COMPLIANCE: Contractor has, unless exempted, complied with the nondiscrimination program requirements. (Gov. Code (a-f) and CCR, Title 2, Section 8103) (Not applicable to public entities.) 2. DRUG-FREE WORKPLACE REQUIREMENTS: Contractor will comply with the requirements of the Drug-Free Workplace Act of 1990 and will provide a drug-free workplace by taking the following actions: a. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations. b. Establish a Drug-Free Awareness Program to inform employees about: 1) the dangers of drug abuse in the workplace; 2) the person's or organization's policy of maintaining a drug-free workplace; 3) any available counseling, rehabilitation and employee assistance programs; and, 4) penalties that may be imposed upon employees for drug abuse violations. c. Every employee who works on the proposed Agreement will: 1) receive a copy of the company's drug-free workplace policy statement; and,

33 Page 33 of 68 2) agree to abide by the terms of the company's statement as a condition of employment on the Agreement. Failure to comply with these requirements may result in suspension of payments under the Agreement or termination of the Agreement or both and Contractor may be ineligible for award of any future State agreements if the department determines that any of the following has occurred: the Contractor has made false certification, or violated the certification by failing to carry out the requirements as noted above. (Gov. Code 8350 et seq.) 3. NATIONAL LABOR RELATIONS BOARD CERTIFICATION: Contractor certifies that no more than one (1) final unappealable finding of contempt of court by a Federal court has been issued against Contractor within the immediately preceding two-year period because of Contractor's failure to comply with an order of a Federal court, which orders Contractor to comply with an order of the National Labor Relations Board. (Pub. Contract Code 10296) (Not applicable to public entities.) 4. CONTRACTS FOR LEGAL SERVICES $50,000 OR MORE- PRO BONO REQUIREMENT: Contractor hereby certifies that contractor will comply with the requirements of Section 6072 of the Business and Professions Code, effective January 1, Contractor agrees to make a good faith effort to provide a minimum number of hours of pro bono legal services during each year of the contract equal to the lessor of 30 multiplied by the number of full time attorneys in the firm s offices in the State, with the number of hours prorated on an actual day basis for any contract period of less than a full year or 10% of its contract with the State. Failure to make a good faith effort may be cause for non-renewal of a state contract for legal services, and may be taken into account when determining the award of future contracts with the State for legal services. 5. EXPATRIATE CORPORATIONS: Contractor hereby declares that it is not an expatriate corporation or subsidiary of an expatriate corporation within the meaning of Public Contract Code Section and , and is eligible to contract with the State of California. 6. SWEATFREE CODE OF CONDUCT: a. All Contractors contracting for the procurement or laundering of apparel, garments or corresponding accessories, or the procurement of equipment, materials, or supplies, other than procurement related to a public works contract, declare under penalty of perjury that no apparel, garments or corresponding accessories, equipment, materials, or supplies furnished to the state pursuant to the contract have been laundered or produced in whole or in part by sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor, or with the benefit of sweatshop labor, forced labor, convict labor, indentured labor under penal sanction, abusive forms of child labor or exploitation of children in sweatshop labor. The contractor further declares under penalty of perjury that they adhere to the Sweatfree Code of Conduct as set forth on the California Department of Industrial Relations website located at and Public Contract Code Section b. The contractor agrees to cooperate fully in providing reasonable access to the contractor s records, documents, agents or employees, or premises if reasonably required by authorized

Patton State Hospital INVITATION FOR BID

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

More information

Patton State Hospital INVITATION FOR BID

Patton State Hospital INVITATION FOR BID Patton State Hospital 3102 East Highland Avenue, Patton, CA 92369 (909) 425-7000 INVITATION FOR BID June 22, 2010 Notice to Prospective Bidders: The California Department of Mental Health, Patton State

More information

IFB #C2864AEJ. Stakebed Truck Leasing. California Conservation Corps

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

More information

Corpsmembers Pre-Employment Physicals for. California Conservation Corps

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

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

M e t r o p o l i t a n S t a t e H o s p i t a l

M e t r o p o l i t a n S t a t e H o s p i t a l Page 1 of 21 M e t r o p o l i t a n S t a t e H o s p i t a l 11401 S. Bloomfield Avenue, Norwalk, CA 90650 (562) 651-3118 REQUEST FOR QUOTE This Request for Quote must be signed, completed, and returned

More information

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH INVITATION FOR BID FOR: INTEGRATED PEST MANAGEMENT CAPITOL HISTORIC REGION BPM 2196

More information

INVITATION FOR BID Notice to Prospective Bidders

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

More information

CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE PRINTING SERVICES MASTER SERVICES AGREEMENT

CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE PRINTING SERVICES MASTER SERVICES AGREEMENT 1. Scope: CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE THE STANDARD REGISTER COMPANY MASTER SERVICES AGREEMENT 7-08-99-03 This Participating Addendum covers the purchase of Printing

More information

Commission on Peace Officer Standards and Training. Exhibit A Scope of Work 2 page(s) 3 page(s) General Terms and Conditions GIC 610.

Commission on Peace Officer Standards and Training. Exhibit A Scope of Work 2 page(s) 3 page(s) General Terms and Conditions GIC 610. Attachment A - Agreement Number 17112111 Page 1 of 15 STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 06/03) AGREEMENT NUMBER 1711211 I REGISTRATION NUMBER 1. This Agreement is entered into between

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID BID NO. BD12-00076 April 26, 2013 The California Correctional Health Care Services (CCHCS) and the California Department

More information

Invitation for Bid (IFB)

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

More information

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

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

More information

NOTE: STD 840, Disabled Veteran-Owned Business Enterprise Requirements have been WAIVED for this IFB.

NOTE: STD 840, Disabled Veteran-Owned Business Enterprise Requirements have been WAIVED for this IFB. State of California Business, Transportation and Housing Agency DEPARTMENT OF CALIFORNIA HIGHWAY PATROL Business Services Section Contract Services Unit P.O. Box 942898 Sacramento, CA 94298-0001 916-375-2965

More information

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

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

More information

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

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

More information

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

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

More information

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

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

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

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

More information

State of California Business, Transportation and Housing Agency

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

More information

Request for Proposal # Executive Recruitment Services

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

More information

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas 78703-5399 March 22, 2016 REQUEST FOR QUALIFICATIONS The Austin Independent School District is soliciting Statements of Qualifications

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

More information

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

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

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

More information

REQUEST FOR PROPOSALS

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

More information

Botetourt County Public Schools

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

More information

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

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

REQUEST FOR PROPOSALS

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

More information

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

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

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

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

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

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 by The University of Texas System Administration for Selection of a Vendor to Provide Services related to U.T. System-wide Information Technology (IT) Audit Risk Assessment Methodology

More information

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director

REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director REQUEST FOR QUALIFICATIONS Contra Costa County Schools Insurance Group Executive Director 1. INTRODUCTION The intent of this request for qualifications is to engage an experienced firm to provide services

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

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL TO: FROM: PROSPECTIVE COUNSEL THE LOS ANGELES CITY ATTORNEY S OFFICE DATE: June 9, 2017 RE: REQUEST FOR PROPOSALS (RFP) FOR OUTSIDE HOUSING

More information

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

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

More information

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services

More information

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California

More information

STATE OF CALIFORNIA. An act to amend Section 6108 of the Public Contract Code, relating to public contracts. BILL NUMBER: SB 578 CHAPTERED BILL TEXT

STATE OF CALIFORNIA. An act to amend Section 6108 of the Public Contract Code, relating to public contracts. BILL NUMBER: SB 578 CHAPTERED BILL TEXT STATE OF CALIFORNIA BILL NUMBER: SB 578 CHAPTERED BILL TEXT CHAPTER 711 FILED WITH SECRETARY OF STATE OCTOBER 9, 2003 APPROVED BY GOVERNOR OCTOBER 8, 2003 PASSED THE SENATE SEPTEMBER 11, 2003 PASSED THE

More information

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

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

More information

Addendum #2 to IFB Office Moving Services MSA

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

More information

January 18, Request for Proposals. for

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

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

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

More information

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

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

More information

Specification Standards for University of Washington Section

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

More information

Request for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation

Request for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation Request for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation Issue Date: November 5, 2013 Project Title: Issuing Organization: Process/Outcome/Cost Benefit Evaluation The Family Recovery Program,

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

Request for Proposal RFP : Professional Accounting Services January 25, 2018

Request for Proposal RFP : Professional Accounting Services January 25, 2018 Request for Proposal RFP 2017-13: Professional Accounting Services January 25, 2018 RFP 2017-013 Professional Accounting Services SV.1017 Page 1 Table of Contents 1. INTRODUCTION... 4 1.1 Overview... 4

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

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES. PURPOSE AND INTENT OF RULE () The primary purpose of this Rule is to describe the process for developing

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

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

Employers Training Resource Program Year Youth Subrecipients

Employers Training Resource Program Year Youth Subrecipients TO: Employers Training Resource Program Year 2013-14 Youth Subrecipients FROM: Daniel C. Smith, Director Employers' Training Resource DATE: Friday, March 14, 2014 SUBJECT: Youth Request for Refunding (RFR)

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

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

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

More information

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

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

More information

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

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 PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

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

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

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

More information

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

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

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

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

More information

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 Date: NOVEMBER 5, 2018 Project Name: Metro Bus Digital Advertising Program Proposal Submission: Proposals will be received until NOVEMBER 9, 2018

More information

REQUEST FOR PROPOSAL REGISTRATION

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

More information

Request for Proposal RFP 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

Request for Proposal

Request for Proposal Request for Proposal *************************************************************************** PROJECT NO: - 001 PROJECT NAME: Act 32 Qualified Performance Contract ISSUE DATE: 5/25/2016 DUE DATE: 6/6/2016

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

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PLANT STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF PLANT DESIGN, SUPPLY AND INSTALLATION Japan International Cooperation Agency (JICA) February 2013 Version 1.1 i Preface These Standard

More information

If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard to how to proceed.

If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard to how to proceed. WESTERN ILLINOIS UNIVERSITY FOUNDATION AGREEMENT FOR PROFESSIONAL SERVICES If the contractor is NOT a US Citizen, do not use this form. Please contact the Foundation Office for instructions with regard

More information

FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES

FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES FRANKLIN REGIONAL RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR INVESTMENT CONSULTANT SERVICES PURPOSE AND BACKGROUND The Franklin Regional Retirement Board ( Board ) is considering the procurement of services

More information

RFQ # REQUEST FOR QUALIFICATIONS (RFQ) For BOND UNDERWRITING SERVICES

RFQ # REQUEST FOR QUALIFICATIONS (RFQ) For BOND UNDERWRITING SERVICES RFQ # 2015-16-011 REQUEST FOR QUALIFICATIONS (RFQ) For BOND UNDERWRITING SERVICES RFQ Release Date: SOQ Due Date: Friday, May 27 th Friday, June 10 th Page 1 of 9 Redwood City School District Request for

More information

Invitation for Bid (IFB)

Invitation for Bid (IFB) Invitation for Bid (IFB) California Department of Education Nutrition Services Division Alarm Monitoring and Maintenance Services IFB IFB Number CN130007 Mandatory Site Inspection: Tuesday, April 9, 2013

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT

PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT ATTACHMENT A PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT The San Mateo County Transit District ( District ) is organized and established pursuant to the San Mateo County Transit District Act,

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

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

More information

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

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

More information

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

EAP SERVICES B REQUEST FOR PROPOSAL CLAY COUNTY SHERIFF S OFFICE EMPLOYEE ASSISTANCE PROGRAM (EAP) RFP B16-002

EAP SERVICES B REQUEST FOR PROPOSAL CLAY COUNTY SHERIFF S OFFICE EMPLOYEE ASSISTANCE PROGRAM (EAP) RFP B16-002 EAP SERVICES B16-002 REQUEST FOR PROPOSAL CLAY COUNTY SHERIFF S OFFICE EMPLOYEE ASSISTANCE PROGRAM (EAP) RFP B16-002 : Clay County Sheriff s Office 901 North Orange Avenue P.O. Box 548 Green Cove Springs,

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

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

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

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

More information

Request for Proposal RFP : Quality Rating System November 15, 2017

Request for Proposal RFP : Quality Rating System November 15, 2017 Request for Proposal RFP 2017-07: Quality Rating System November 15, 2017 RFP 2017-06 Quality Rating System SV.1017 Page 1 Table of Contents 1. INTRODUCTION... 4 1.1 Overview... 4 1.2 Key Action Dates...

More information