INVITATION FOR BID Notice to Prospective Bidders

Size: px
Start display at page:

Download "INVITATION FOR BID Notice to Prospective Bidders"

Transcription

1 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 of California Public Contract Code section 10344, subdivisions (a) and (b). You are invited to review and respond to this Invitation for Bid (IFB), entitled OPS OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCE and REPAIR SERVICES. In submitting your bid, you must comply with these instructions. 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 +Language. If you do not have Internet access, a hard copy can be provided by contacting the person listed below. In the opinion of California Department of Corrections and Rehabilitation, this Invitation for Bid is complete and without need of explanation. However, if you have questions, or should you need any clarifying information, the contact person for this IFB is: T. DENISE LEWIS California Department of Corrections and Rehabilitation, Correctional Health Care Services tdenise.lewis@cdcr.ca.gov Please note that no verbal information given will be binding upon the State unless such information is issued in writing as an official addendum. T. Denise Lewis Contract Administrator 1

2 CA Department of Corrections and Rehabilitation IFB Number OPS Table of Contents Section Page A) Purpose and Description of Services... 3 B) Bidder Minimum Qualifications... 3 C) Bid Requirements and Information ) Key Action Dates 2) Submission of Bid ) Evaluation and Selection ) Award and Protest ) Disposition of Bid ) Agreement Execution and Performance... 6 D) Preference Programs ) Small Business Preference ) Non-Small Business Preference ) Disabled Veteran Business Enterprise (DVBE) Incentive ) Target Area Contract Preference Act (TACPA) * ) Local Area Military Base Recovery Act (LAMBRA)* ) Enterprise Zone Act (EZA)*7 E) Required Attachments ) Required Attachment Check List ) Bid/Bidder Certification Sheet ) Bidder References ) Subcontractor List... Separate 5) Rate Sheet (Exhibit B-1)... Separate 6) Payee Data Record (STD 204)**... Separate 7) Contractor's Certification Clauses (CCC) (page 1)**... Separate 8) Digest of Laws Separate... Separate 9) Darfur Contracting Act Certification... Separate 10) Insurance Certification(s)**.Separate Sample Contract... Separate 1) Sample Standard Agreement (STD 213) 2) Exhibit A, Scope of Work 3) Exhibit A-1, Detailed Scope of Work 4) Exhibit A-2, Equipment List 5) Exhibit A-3, Service Report 6) Exhibit,A-4, List of Participating Institutions 7) Exhibit B, Budget Detail and Payment Provisions 8) Exhibit B-1, Rate Sheet (bidder to complete separate attachment) 9) Exhibit C, General Terms and Conditions (Referenced) 10) Exhibit D, Special Terms and Conditions* 11) Exhibit E, Additional Provisions* 12) Exhibit F, California Institutions Map **These documents are not required with the bid package but are required upon award of the contract. 2

3 CA Department of Corrections and Rehabilitation IFB Number OPS A) Purpose and Description of Services This is a California Department of Corrections and Rehabilitation (CDCR) Statewide Agreement in which the Contractor shall provide all labor, including travel and per diem, materials, non-consumable supplies, transportation, equipment, and every other item of expense necessary to perform maintenance, calibration, and repair services for the Ophthalmic Equipment as listed in Exhibit A-2, Equipment List at the various CDCR adult institutions listed in the Exhibit A-4, List of Participating Institutions incorporated by this reference. The term of the agreement shall be upon approval through July 1, 2012 to June 30, CCHCS shall have the option to renew this agreement for two additional one (1) year terms, at the cost listed in Exhibit B-1, Rate Sheet. This IFB has been divided into three regions, Northern, Central, and Southern Regions. (See Exhibit A-4 for a list of Participating Institutions in each region.) Bidders must bid on an entire region. Bidders may bid on one or more regions. CDCR will be awarding three (3) regional agreements from this IFB. Each region will be awarded a Primary contract and a Secondary contract. The Secondary contract will take the place of the Primary contract in the event of termination (See Exhibit A-1, Section 7d) of the primary agreement. The Secondary contract will not be executed until the termination of the Primary contract. B) Bidder Minimum Qualifications Each service technician who will be providing services as specified.must have at least two (2) years experience within the last five (5) consecutive years maintaining and repairing ophthalmic equipment. California State law and/or statute mandate the licenses and/or certifications required in this IFB. Failure to provide the required documentation with the bid proposal will be rejected. C) Bid Requirements and Information 1) Key Action Dates Event Date and Time 1 1. IFB available to prospective bidders April 6, Questions Submission April 6, 2012 April 11, Answers to Questions 2 April 16, Final Date for Bid Submission April 30, 2012 at 3:00 PM 5. Bid Opening May 2, Notice of Intent to Award May 7, Proposed Award Date May 8, All key dates and time are based on contract document approvals and issuance of the California State Standard Agreement for these services. The actual initiation and completion dates of this scope of work will be set at the time the California State Standard Agreement is issued. 2 Answers to be posted on e-procurement (Bidsync) 3

4 CA Department of Corrections and Rehabilitation IFB Number OPS ) Submission of Bid a) All bids must be submitted under sealed cover and sent to CALIFORNIA CORRECTIONAL HEALTH CARE SERVICES by dates and times shown in Section C, Bid Requirements and Information, Item 1) Key Action Dates, (page 3). The sealed cover must be plainly marked with the IFB number and title, must show your firm name and address, and must be marked with "DO NOT OPEN", as shown in the following example: OPS OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCE and REPAIR SERVICES CALIFORNIA CORRECTIONAL HEALTH CARE SERVICES DO NOT OPEN Bids not submitted under sealed cover may be rejected. A minimum of one (1) copy of the bid must be submitted. Bids sent via fax, cd, or will not be accepted. b) All bids shall include the documents identified in Section E, Required Attachment Checklist (see page 9). Bids not including the proper required attachments" shall be deemed non-responsive. A nonresponsive bid is one that does not meet the basic bid requirements. c) All documents requiring a signature must bear an original signature of a person authorized to bind the bidding firm. d) Mail or deliver bids to the following address: U.S. Postal Service Deliveries Hand Deliveries California Correctional Health Care Services California Correctional Health Care Services P.O. BOX 4038, STE I Street, STE 330 Sacramento, CA Sacramento, CA Note to bidders: It is the sole responsibility of the bidder to contact the Contract Administrator listed for this Invitation for Bid to verify receipt of the submitted bid. e) Bids 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 bid to be rejected. f) A bid 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 bids and may waive an immaterial deviation in a bid. The State's waiver of an immaterial deviation shall in no way modify the IFB document or excuse the bidder from full compliance with all requirements if awarded the agreement. g) Costs incurred for developing bids and in anticipation of award of the agreement are entirely the responsibility of the bidder and shall not be charged to the State of California. h) An individual who is authorized to bind the bidder contractually shall sign the Bid/Bidder Certification Sheet, page 10. The signature should indicate the title or position that the individual holds in the firm. An unsigned bid may be rejected. i) A bidder may modify a bid after its submission by withdrawing its original bid and resubmitting a new bid prior to the bid submission deadline. Bidder modifications offered in any other manner, oral or written, will not be considered. j) A bidder may withdraw its bid by submitting a written withdrawal request to the State, signed by the bidder or an authorized agent. A bidder may thereafter submit a new bid prior to the bid submission deadline. Bids may not be withdrawn without cause subsequent to bid submission deadline. 4

5 CA Department of Corrections and Rehabilitation IFB Number OPS k) The awarding agency may modify the IFB prior to the date fixed for submission of bids by the issuance of an addendum to all parties who received a bid package. l) The awarding agency reserves the right to reject all bids. The agency is not required to award an agreement. m) Before submitting a response to this solicitation, bidders should review, correct all errors and confirm compliance with the IFB requirements. n) Where applicable, bidder should carefully examine work sites and specifications. Bidder shall investigate conditions, character, and quality of surface or subsurface materials or obstacles that might be encountered. No additions or increases to the agreement amount will be made due to a lack of careful examination of work sites and specifications. o) The State does not accept alternate contract language from a prospective contractor. A bid with such language will be considered a counter proposal and will be rejected. The State s General Terms and Conditions (GTC) are not negotiable. p) No oral understanding or agreement shall be binding on either party. 4) Evaluation and Selection a) At the time of bid opening, each bid will be checked for the presence or absence of required information in conformance with the submission requirements of this IFB. b) The State will evaluate each bid to determine its responsiveness to the published requirements. c) Bids that contain false or misleading statements, or which provide references, which do not support an attribute or condition claimed by the bidder, may be rejected. d) Award if made, will be to the lowest responsive responsible bidder. 5) Award and Protest a) Whenever an agreement is awarded under a procedure, which provides for competitive bidding, but the agreement is not to be awarded to the low bidder, the low bidder shall be notified by telegram, electronic facsimile transmission, overnight courier, or personal delivery five (5) working days prior to the award of the agreement. b) Upon written request by any bidder, notice of the proposed award shall be posted in a public place in the office of the awarding agency at least five (5) working days prior to awarding the agreement. c) If any bidder, prior to the award of agreement, files a written protest with the Department of General Services, Office of Legal Services, 707 Third Street, 7th Floor, Suite 7-330, West Sacramento, CA and the (insert name of awarding agency) on the grounds that the (protesting) bidder is the lowest responsive responsible bidder, the agreement shall not be awarded until either the protest has been withdrawn or the Department of General Services has decided the matter. d) Within five (5) days after filing the initial protest, the protesting bidder shall file with the Department of General Services and the awarding agency a detailed written statement specifying the grounds for the protest. The written protest must be sent to the Department of General Services, Office of Legal Services, 707 Third Street, 7 th Floor, Suite 7-330, West Sacramento, California A copy of the detailed written statement should be mailed to the awarding agency. It is suggested that you submit any protest by certified or registered mail. e) Upon resolution of the protest and award of the agreement, Contractor must complete and submit to the awarding agency the Payee Data Record (STD 204), to determine if the Contractor is subject to state 5

6 CA Department of Corrections and Rehabilitation IFB Number OPS income tax withholding pursuant to California Revenue and Taxation Code Sections and This form can be found on the Internet at under the heading FORMS MANAGEMENT CENTER. No payment shall be made unless a completed STD 204 has been returned to the awarding agency. f) Upon resolution of the protest and award of the agreement, Contractor must sign and submit to the awarding agency, page one (1) of the Contractor Certification Clauses (CCC), which can be found on the Internet at This document is only required if the bidder has not submitted this form to the awarding agency within the last three (3) years. 6) Disposition of Bids a) Upon bid opening, all documents submitted in response to this IFB 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. b) Bid packages may be returned only at the bidder's expense, unless such expense is waived by the awarding agency. 7) Agreement Execution and Performance a) Performance shall start not later than (7) seven days, or on the express date set by the awarding agency and the Contractor, after all approvals have been obtained and the agreement is fully executed. 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. In addition, the Contractor shall be liable to the State for the difference between Contractor's bid price and the actual cost of performing work by the second lowest bidder or by another contractor. b) All performance under the agreement shall be completed on or before the termination date of the agreement. D) Preference Programs All information for the following preference programs can be found on Department of General Services Procurement Division website: 1) Small Business Preference: Certified small businesses or microbusinesses can claim the five percent preference when submitting a bid on a state contract. A non-small business, may receive a preference of five percent if the business commits to subcontract at least twenty-five percent of its net bid price with one or more small businesses or microbusinesses. The five percent preference is used only for computation purposes, to determine the winning bidder and does not alter the amounts of the resulting contract. The value of the preference is limited to $50,000 when a contract award is based upon award to the lowest compliant bid. A contract awarded on the basis of the five percent preference is awarded to the small business, microbusiness or non-small business for the actual amount of its bid. 2) Non-Small Business Preference: The preference to a non-small business bidder that commits to small business or microbusiness subcontractor participation of twenty-five percent (25%) of its net bid price shall be five percent (5%) of either the lowest, responsive, responsible bidder s price (IFB). A non-small business, which qualifies for this preference, may not take an award away from a certified small business. The small business regulations are located at 2 CCR ) Disabled Veteran Business Enterprise (DVBE) Incentive Option Without DVBE Program Requirement: This solicitation does not include a minimum DVBE participation percentage or goal. In accordance with section 999.5(a) of the Military and Veterans Code, an incentive will be given to bidders who provide DVBE participation. For evaluation purposes only, the State shall apply an incentive to bids that propose California certified DVBE participation as identified on the Bidder Declaration GSPD and 6

7 CA Department of Corrections and Rehabilitation IFB Number OPS confirmed by the State. The incentive amount for awards based on low price will vary in conjunction with the percentage of DVBE participation. The following percentages will apply for awards based on low price. Confirmed DVBE Participation of: DVBE Incentive 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% 4. Target Area Contract Preference Act (TACPA), Local Agency Military Base Recovery Area Act (LAMBRA) and Enterprise Zone Act (EZA): Bidders claiming these preferences can locate all required forms and more detailed Information regarding the TACPA, LAMBRA and EZA preference programs on the Department of General Services Dispute Resolution Unit s Website at: E) Required Attachments Refer to the following pages for additional Required Attachments that are a part of this agreement. 7

8 CA Department of Corrections and Rehabilitation IFB Number OPS ATTACHMENT 1 REQUIRED ATTACHMENT CHECK LIST A complete bid or bid package will consist of the items identified below. Complete this checklist to confirm the items in your bid. Place a check mark or X next to each item that you are submitting to the State. For your bid to be responsive, all required attachments must be returned. This checklist should be returned with your bid package also. Attachment Name/Description Required Attachment Check List Bid/Bidder Certification Sheet Certifications (if applicable) Bidder s References Subcontractor List Rate Sheet* Digest of Laws Darfur Contracting Act Certification Target Area Contract Preference Act (TACPA) Enterprise Zone Act (EZA) Local Agency Military Base Recovery Area (LAMBRA) Act The following documents are required upon agreement award: Payee Data Record (STD 204) Contractor Certification Clauses (CCC) Insurance Certifications (Automobile, General Liability, and Worker s Compensation) See Sample Exhibit E for Insurance Requirements 8

9 CA Department of Corrections and Rehabilitation IFB Number OPS ATTACHMENT 2 BID/BIDDER CERTIFICATION SHEET This Bid/Bidder Certification Sheet must be signed and returned along with all the "required attachments" as an entire package in duplicate with original signatures. The bid must be transmitted in a sealed envelope in accordance with IFB instructions. Do not return Section C, Bid Requirements and Information (pages 1 through 7 nor the "Sample Agreement" at the end of this IFB. A. Our all-inclusive bid is submitted as detailed in Attachment 3, Rate Sheet. B. All required attachments are included with this certification sheet. C. The signature affixed hereon and dated certifies compliance with all the requirements of this bid document. The signature below authorizes the verification of this certification. An Unsigned Bid/Bidder 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 Indicate the applicable employee and/or corporation number: 7. Federal Employee ID No. (FEIN) 8. California Corporation No. 9. Indicate applicable license and/or certification information: 10. Bidder s Name (Print) 11. Title 12. Signature 13. Date 14. Are you certified with the Department of General Services, Office of Small Business Certification and Resources (OSBCR) as: a. California Small Business b. Disabled Veteran Business Enterprise Yes No Yes No If yes, enter your service code below: If yes, enter certification number: NOTE: A copy of your Certification is required to be included if either of the above items is checked Yes. Date application was submitted to OSBCR, if an application is pending: 9

10 CA Department of Corrections and Rehabilitation IFB Number OPS Completion Instructions for Bid/Bidder Certification Sheet Complete the numbered items on the Bid/Bidder Certification Sheet by following the instructions below. Item Number s 1, 2, 2a, 3 Instructions 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, 12, Must be completed. These items are self-explanatory. If certified as a California Small Business, place a check in the "Yes" box, and enter your certification number on the line. If certified as a Disabled Veterans Business Enterprise, place a check in the "Yes" box and enter your service code on the line. If you are not certified to one or both, place a check in the "No" box. If your certification is pending, enter the date your application was submitted to OSBCR. 10

11 CA Department of Corrections and Rehabilitation IFB Number OPS ATTACHMENT 3 BIDDER REFERENCES Submission of this attachment is mandatory. Failure to complete and return this attachment with your bid will not cause your bid to be rejected and deemed nonresponsive. List below three references for services performed within the last five years, which are similar to the scope of work to be performed in this contract. 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 11

12 CA Department of Corrections and Rehabilitation IFB Number OPS BIDDER REFERENCES TECHNICIANS Submission of this attachment is (mandatory). Failure to complete and return this attachment with your bid (will not) cause your bid to be rejected and deemed nonresponsive. List below three references for services performed within the last five years, which are similar to the scope of work to be performed in this contract. REFERENCE 1 Name of Firm Name of Technician 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 Name of Technician 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 Name of Technician Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided 12

13 Awarding Agency's Name IFB Number_OPS Page of SAMPLE CONTRACT SAMPLE CONTRACT SAMPLE CONTRACT 13

14 SAMPLE CONTRACT for BID Number : OPS OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCEAND REPAIR SERVICES

15 STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 06/03) AGREEMENT NUMBER REGISTRATION NUMBER 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE AGENCY'S NAME CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION CONTRACTOR'S NAME (1) Enters Contractor s Legal Name 2. The term of this through Agreement is: 3. The maximum estimated amount of this Agreement is: The total estimated amount of this Master Agreement shall not exceed $_DO NOT ENTER AMOUNT. There is no monetary obligation, either written or implied, created on this Master Agreement. Each participating Institution requesting services under this Master Agreement shall encumber funds on separate BIS Purchase Orders (not STD 65). The State makes no commitment, either written or implied, as to the total amount to expend during the term of this Master Agreement. 4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made a part of the Agreement. Exhibit A Scope of Work Page(s) Exhibit A-1 Service Report / Equipment List Page(s) Exhibit B Budget Detail and Payment Provisions Page(s) Exhibit B-1 Contractor Rate Request Page(s) Exhibit B-2 Rate Sheet Page(s) Exhibit C* General Terms and Conditions GTC610 Check one item below as Exhibit D: Exhibit - D Special Terms and Conditions (Attached hereto as part of this agreement) Pages(s) Exhibit - D* Special Terms and Conditions Exhibit E List of Participating Institutions Page(s) Exhibit F List of Regional Accounting Offices Page(s) Exhibit G California State Institutions Map Pages(s) Items shown with an Asterisk (*), are hereby incorporated by reference and made part of this agreement as if attached hereto. These documents can be viewed at IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. California Department of General CONTRACTOR Services Use Only CONTRACTOR S NAME(if other than an individual, state whether a corporation, partnership, etc.) (1) Enter Contractor s Legal Business Name BY (Authorized Signature) (original signature here) PRINTED NAME AND TITLE OF PERSON SIGNING PRINT NAME AND TITLE ADDRESS Enters Contractor s Address and Phone Number AGENCY NAME STATE OF CALIFORNIA California Department of Corrections and Rehabilitation BY (Authorized Signature) PRINTED NAME AND TITLE OF PERSON SIGNING DATE SIGNED(Do not type) Enter date signed DATE SIGNED(Do not type) Exempt per: ADDRESS

16 California Department of Corrections and Rehabilitation (CDCR) Scope of Work Agreement Number: OPS Exhibit A OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCE AND REPAIR SERVICES This is a California Department of Corrections and Rehabilitation (CDCR) Master Agreement in which the Contractor shall provide all labor, including travel and per diem, materials, non-consumable supplies, transportation, equipment, and every other item of expense necessary to perform maintenance, calibration, and repair services for the Ophthalmic Equipment listed in Exhibit A-2, Equipment List at the various CDCR adult institutions listed in the Exhibit A-4, List of Participating Institutions incorporated by this reference Each institution will assign a designee to monitor the Contractor s performance. The designee will ensure that the service performed meets the minimum service expectations as outlined in this Agreement. The Contractor will update and maintain all direct access phone extensions with Institution personnel. The CDCR assumes no responsibility for any work commenced by Contractor and will not reimburse Contractor for any work performed prior to approval from the institution s designee. Contract Manager State Agency: California Correctional Health Care Services, CCHCS Name: See Exhibit A-4, Participating Institutions Phone: Fax: Direct all contract inquiries to: Contractor: Name: Phone: Fax: Project Representative Contract Analyst State Agency: California Correctional Health Care Services, CCHCS Section/Unit: Office of Procurement Services Attention: T. Denise Lewis Address: P.O. Box 4038 Ste. 330, Sacramento, CA Phone: tdenise.lewis@cdcr.ca.gov Fax: Contractor Representative Contractor: Section/Unit: Attention: Address: Phone: Fax: Contractor Agrees to provide services in the manner specified herein and as detailed in Exhibit A- 1, Detailed Scope of Work.

17 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-1 Detailed SCOPE OF WORK 1. INTRODUCTION OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCE AND REPAIR SERVICES This is a California Department of Corrections and Rehabilitation (CDCR) Master Agreement in which the Contractor shall provide all labor, including travel and per diem, materials, nonconsumable supplies, transportation, equipment, and every other item of expense necessary to perform maintenance, calibration, and repair services for the Ophthalmic Equipment at the various CDCR adult institutions listed in the Exhibit A-4, List of Participating Institutions. The State assumes no responsibility for any work commenced by the Contractor and will not reimburse the Contractor for any work performed prior to approval and scheduling by the Institution Contract Liaison or designee. Contractor shall report to the Institution Contract Liaison or designee upon arrival at the institution/facility to pick up the Service Reports, Exhibit A-3. Upon completion of the services, the Contractor shall return the Service Report for approval and signature to the Institution Contract Liaison or designee. Invoices will be paid only when accompanied by the approved/signed Service Report for the services performed. 2. SCOPE OF WORK Contractor shall provide preventative maintenance, calibration and repair services for the institution s complete inventory of ophthalmic equipment upon the request of the Institution Contract Liaison or designee. Services provided under this agreement shall be performed by the Contractor during normal business hours 8:00 a.m. to 4:00 p.m., Monday through Friday, State holidays and weekends excluded, or as mutually agreed upon between the Contractor and the State. The State reserves the right to add equipment similar to the list established at the commencement of this agreement and delete equipment. Additional equipment will be serviced at the unit rates specified herein. Contractor will be notified in writing by the Institution Contract Liaison or designee of like equipment being added or removed from the equipment list. 3. PREVENTATIVE MAINTENANCE SERVICES Contractor shall perform all preventative maintenance services as specified herein and as necessary to maintain the optimum level of efficiency for each specified piece of equipment. Services shall include, as applicable, but not be limited to: cleaning, oiling, lubrication, adjustment, calibration, mechanical and optical alignment, timing, replacement of any filters, and operational testing of each piece of equipment, furnishing all necessary lubricants, cleaning supplies, filters, and testing equipment, and providing any necessary repairs and parts replacement as specified by the manufacturer. Any parts requiring replacement will be replaced in accordance with the Parts Replacement section specified herein

18 Bid Number: OPS Detailed SCOPE OF WORK Exhibit A-1 Preventative maintenance services shall be paid by the State at the Contractor s Maintenance/Inspection Service Rates specified in the Exhibit B-1 Rate Sheet. (a) CDCR reserves the right to request additional preventative maintenance services at Contractor s bid rate or to decrease the number of scheduled preventative maintenance services. Preventative maintenance services must be scheduled and approved by the designee and/or contract liaison. No preventative maintenance services shall be performed without prior scheduling and approval. CDCR will not be responsible for the cost of any unscheduled preventative maintenance services performed. 4. CALIBRATION SERVICES All equipment requiring calibration shall be identified by placing inspection stickers on the equipment. The sticker shall show the date of calibration and/or date of service, and signature of service technician servicing the equipment. All instruments used to calibrate the equipment shall be certified and traceable to the National Institute of Standards Technology (NIST). Conductivity tests, proper voltage out-put, and leakage current amounts tests will be performed in accordance with applicable rules and regulations of the Ophthalmic Industry. Upon request by the Institution Contract Liaison or designee, the Contractor shall maintain an instrument log book and provide a calibration certificate signifying that a continuing quality control program is in existence for each piece of equipment. 5. SAFETY INSPECTIONS Contractor shall perform safety inspections of the equipment in conjunction with the preventative maintenance schedule established by the Institution Contract Liaison or designee. Contractor shall ensure, when applicable, that equipment meets the manufacturer s specifications for safe operation. Contractor shall notify the Institution Contract Liaison or designee of any potential problems related to equipment safety and make recommendation(s) to correct. Inspections shall be included in the maintenance cost and paid by the State at the Contractor s Maintenance/Inspection Service Rates specified in the Exhibit B-1 Rate Sheet. 6. SERVICE SCHEDULES Contractor shall perform all services for the equipment listed on a monthly, quarterly, semiannual, or annual basis as specified. Dates of service will be as established by the Institution Contract Liaison or designee. Contractor agrees to provide the requested services on the dates specified or within two (2) working days, or as mutually agreed upon between the Contractor and the State. The State reserves the right to request additional services at the Contractor s bid rate or to decrease the scheduled number of services as the State deems necessary. 7. INSPECTIONS AND PERFORMANCE a. Inspections: Inspections shall be carried out by the Contract Liaison or designee at various times during the term of this Agreement to check on the quality of work and determine acceptability of work performed. Authorization for payment of all or part of an - 2 -

19 Bid Number: OPS Detailed SCOPE OF WORK Exhibit A-1 invoice(s) for services performed will be approved based on review and approval by the designee. b. Failure to Perform: The CDCR and/or Institution will routinely evaluate the work performance of the Contractor. Any Contractor who fails to perform or who are physically or mentally incapable of performing the required duties as required by this Agreement shall not be permitted to perform service. CDCR shall not pay for services by a Contractor s representative who is found to have been deemed incapable or unqualified to perform those services. Contractor will be required to provide an immediate replacement of personnel that meets all requirements as outlined within this Agreement. c. Liquidated Damages: In the event the Contractor fails to appear on the agreed-upon day without providing notification to the Contract Liaison or designee within two (2) hours of the scheduled appointment, the Contractor will be considered a no-show, and liquidated damages will be imposed. The parties agree that the determination of damages to CDCR in the event of a no-show is difficult to establish and that this amount is a reasonable assessment of the damages that CDCR would sustain, based on circumstances existing at the time of entering into this Agreement. CDCR reserves the right to apply liquidated damages of fifteen percent (15%), which will be deducted from the Contractor s hourly rate (a minimum of four (4) hours) on the next invoice for subsequent service performed for that institution. d. Standard Notice and Termination: The Contractor is expected to respond to service requests (SR) in a timely manner. In the event Contractor is unable to perform a SR on three (3) occasions and/or is a no-show (i.e., no calls, no cancellation, and no rescheduling of appointment) on three (3) or more occasions in a six (6) month period, CDCR reserves the right to terminate this regional agreement. Contractor will not incur liquidated damages under security situations. Upon termination of the regional agreement, CDCR will award the regional agreement to the next lowest responsive responsible bidder. e. Inadequate Level of Service: Contractors shall diagnose and repair equipment to its operating condition, as per manufacturer specifications, in the most cost efficient but expeditious method(s). Should Contractor s service fail to remedy a corrective solution within five (5) days, a plan of action to resolve repair(s) must be immediately submitted by the Contractor to the Institution Liaison or designee for review and approval. Institution reserves the right to reject Contractor s plan of action and seek alternative solutions to remedy repair(s). 8. NON-EMERGENCY REPAIR SERVICE Contractor shall provide unlimited visits for any non-emergency repair services requested by the Institution Contract Liaison or designee. Repair services that are not provided during regularly scheduled maintenance visits or not covered by the Guarantee section of the Scope of Work, shall be paid by the State at the Contractor s Repair Hourly Rate, as specified herein. Any parts requiring replacement will be replaced in accordance with the Parts Replacement section as specified herein

20 Bid Number: OPS Detailed SCOPE OF WORK Exhibit A-1 Contractor shall respond to requests for non-emergency repair services within forty eight (48) hours. Every effort shall be made to perform repair services during normal business hours. The State may, at its discretion, allow access to the equipment during non-business hours, when necessary. Non-emergency repair services performed outside of normal business hours as specified herein must be approved in advance in writing by the Institution Contract Liaison or designee. Contractor shall make every effort to complete repairs the same working day. Unless the repair requires part(s) that must be ordered, no repair shall take longer than five (5) working days to complete. When a delay in repair occurs due to part(s) that must be ordered, written notification must be presented immediately to the Institution Contract Liaison or designee. 9. EMERGENCY REPAIR SERVICE Contractor shall provide emergency repair services as requested by the Institution Contract Liaison or designee. Contractor must be on site to perform emergency repairs within eight (8) hours of notification by the Institution Contract Liaison or designee. Emergency repair services provided by the Contractor will be charged at the Contractor s Emergency Repair Hourly Rate specified in Exhibit B-1 Rate Sheet. Emergency repair services shall be completed the same working day, unless written notification of delay is submitted to the Institution Contract Liaison or designee immediately upon diagnosis of equipment. Any part(s) requiring replacement will be replaced in accordance with the Parts Replacement section specified herein. If the Contractor finds any equipment or components not in good working order while performing maintenance or repairs, Contractor shall immediately report findings, verbally, to the Institution Contract Liaison or designee. Contractor shall submit a written report with recommendation for repairs to the Institution Contract Liaison or designee within twenty-four (24) hours of findings. 10. LOAN EQUIPMENT When repair(s) made by the Contractor are anticipated to last longer than five (5) working days, the State reserves the right to require the Contractor to provide loan equipment to the State at no additional cost. The loan equipment provided shall be the same or equivalent to the equipment being repaired. Contractor shall provide the loan equipment to the State within twenty-four (24) hours of request by the State. Requests by the State for loan equipment shall only be made for those pieces of equipment considered by the State to be vital to daily operations. Any loan equipment provided by the Contractor to the State under this provision shall remain in the possession of the State until such repair(s) are completed and approved by the Institution Contract Liaison or designee. The State shall be relieved of all risks of loss or damage during the entire time the loan equipment is in the possession of the State, except when loss or damage is due to fault or negligence of the State. All loan equipment will be returned to the Contractor in good condition subject to reasonable wear and tear, except for any loss or damage arising from circumstances beyond the control of the State

21 Bid Number: OPS Detailed SCOPE OF WORK Exhibit A EQUIPMENT REMOVAL Contractor shall perform all services under this agreement on State premises. In the event equipment must be removed from State premises for repair, prior written approval must be obtained from the Institution Contract Liaison or designee. The Institution Contract Liaison or designee shall keep a record as specified in the CDCR Responsibilities section of equipment being removed from State premises. The Contractor shall be responsible to pick up the equipment from State premises and return the equipment to original location ready for use at the institution/facility. Upon completion of repair, the Contractor will notify the Institution Contract Liaison or designee to schedule a return delivery date and time. Under no circumstances shall equipment removed from State premises be kept by the Contractor longer than five (5) working days, unless prior written permission has been obtained from the Institution Contract Liaison or designee. 12. PARTS REPLACEMENT This agreement includes replacement of parts that become worn or inoperable, or that otherwise affects the equipment s operability. Contractor must notify the Contract Liaison or designee prior to ordering and/or installing any parts. A written estimate of the required repair part(s) must be submitted by the Contractor to the Contract Liaison or designee and approved in writing before replacement. All replacement parts will be invoiced at the manufacturers listed rates, which shall include a 10% discount, plus sales tax. The latest version of the manufacturer s published parts price list must be submitted with the Contractor s invoice to the State. When a manufacturer s published price list is not available, Contractor will be reimbursed for the actual cost of the part(s) with payment substantiation. The State shall retain the right to purchase repair part(s) independently. Parts with a dollar value above one hundred dollars ($100) may be replaced only with prior written approval from the Institution Contract Liaison or designee. All parts replaced by the Contractor shall be new, factory manufactured, or of equivalent manufacturer quality. Contractor agrees to maintain an adequate supply and/or be able to obtain within a reasonable amount of time any necessary replacement parts in order to perform repairs and maintenance as specified herein. Any parts that have been replaced by the Contractor become the property of the State. The State assumes no responsibility and will not reimburse the Contractor for parts ordered and/or installed prior to written authorization by the Institution Contract Liaison or designee. All approved parts must also be included on the Service Report. Invoices will be paid only when accompanied by signed Service Report approved by either the Institution Contract Liaison or designee. Parts for Preventative Maintenance The cost for preventive maintenance (PM) kits or parts recommended by manufacturer for preventative maintenance for each piece of equipment must be included in the preventative maintenance/inspection service cost per piece of equipment as specified in Exhibit B-1 Rate Sheet

22 Bid Number: OPS Detailed SCOPE OF WORK Exhibit A QUALIFICATIONS The Contractor technicians must be trained to service all the equipment specified in the Exhibit A-2 Equipment List specified herein. The Contractor must provide to the State: 1. List three (3) professional references for each service technician who will be providing services as specified. The proposed service technician(s) must have at least two (2) years experience within the last five (5) consecutive years maintaining and repairing ophthalmic equipment. The references must include all the following: Service Technicians name. Ophthalmic equipment serviced by manufacturer and equipment description. Services provided (e.g., maintenance and/or repair) Term dates that services were provided. Verification that the service was satisfactory. Current contact information for each of three (3) references provided. References may be contacted and verified by CDCR to ensure that the service was satisfactory. Only service technician(s) meeting the above criteria shall perform services on the equipment listed herein. Apprentices or trainees are not acceptable to use under this agreement. 14. DOCUMENTATION REQUIREMENTS After completion of service, prior to leaving the Institution, the Contractor or service technician shall submit a complete and legible Service Report Exhibit A-3 to the Institution Contract Liaison or designee of the service provided, including any necessary repairs. Report shall include: Date of service, description of service provided, including replacement of any worn parts, name and signature of Contractor or service technician, location of equipment, equipment make, model and serial number, description of any noted deficiencies and suggested corrective action, total labor hours expended, and signature of Institution Contract Liaison or designee certifying indicated services were performed. 15. ACCIDENTS/DAMAGES The Contractor shall be liable for damages arising out of injury and/or damage to the property of the State, employees of the State, and any other person(s) other than agents or employees of the Contractor, designated by the State for any purpose, prior to, during or subsequent to delivery, installation, acceptance and use of the deliverables either at the Contractor s site or at the State s place of business, provided that the injury or damage was caused by the fault or negligence of the Contractor. 16. EXCLUSIONS Services provided under this agreement do not include maintenance of accessories, attachments, machines or other devices not specified herein. Also excluded are painting or refinishing of equipment, and the furnishing of supplies, accessories, or devices of any nature, except such items or equipment as may be necessary for the maintenance and repair of the equipment

23 Bid Number: OPS Detailed SCOPE OF WORK Exhibit A-1 This agreement does not include service, repair or replacement of parts required as a result of accident, neglect, abuse, misuse, alteration of equipment, or other improper operation, including but not limited to operation of equipment outside of its specified environmental conditions. 17. GUARANTEE The Contractor shall guarantee all maintenance/calibration and repair services performed by Contractor and/or service technician(s), including any replaced parts, for a minimum of ninety (90) days from the date of service. If it is determined that failure has occurred due to defective parts or workmanship, Contractor shall correct the failure at no additional cost to the State. Correction shall occur during normal State business hours upon request for service by the Institution Contract Liaison or designee within two (2) days of notification. 18. CDCR RESPONSIBILITIES The Institution Contract Liaison or designee is the State representative responsible for the management of this contract for the State. All services performed by the Contractor are to be inspected by the Institution Contract Liaison or designee upon completion. The Institution Contract Liaison or designee shall determine acceptability of services provided by the Contractor and approve all work prior to authorizing and approving invoices for payment. When it is determined that the equipment must be removed from State premises for repair services, the Institution Contract Liaison or designee shall record the brand, model number, and serial number(s), inspect and note the condition of the equipment, and coordinate the equipment removal and return with the Contractor. Upon return, the Institution Contract Liaison or designee shall verify the equipment identification and condition by inspecting the equipment for acceptability and recording the data. The Institution Contract Liaison or designee will notify the Contractor and the Regional Accounting Office in writing of equipment that has been added and/or removed from the list. All services performed by the Contractor are to be inspected by the Institution Contract Liaison or designee upon completion. The State is solely responsible for determining acceptability of the machine quality, operability, and satisfactory completion of services provided by the Contractor. 19. CDCR CONTACT INFORMATION Should questions or problems arise during the term of this agreement, the contractor should contact the following offices: CDCR Scope of Service/Performance Issues: Please refer to the agreement contact person or the appropriate Institution listed in Exhibit A-4, List of Participating Institutions. CDCR Billing/Payment Issues: Department of Corrections and Rehabilitation - 7 -

24 Bid Number: OPS Detailed SCOPE OF WORK Exhibit A-1 SAO Accounts Payable A Unit P.O. Box Sacramento, CA Phone Number / / Medical Accounts Payable A Help Desk@CDCR.CA.GOV. General Contract Issues: Contract Management Branch Phone Number: (916) Fax Number: (916)

25 Agreement Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCE AND REPAIR SERVICES Region 1: Northern California Institutions Pelican Bay State Prison (PBSP): Equipment Description QTY MFG Model # Serial # Exam Chair 1 Reliance 6200H HeadSet 1 All Pupil N/A Hot Box 1 Western Keratometer 1 Burton KMS6 N/A Lensmeter 1 Lombard-Marco Optomatic Exam Unit 1 Reliance 77001C Otoscope/Ophthalamoscope 18 Welch-Allyn 71110/7114x Multiple Projector 1 Reichert Retinalscope, Streak 1 Copeland 360 NSN Slit Lamp 1 Topcon SL2E Tonometer 1 Reichert Visual Field Analyzer 1 Humphrey W.A./Zeiss 710 Vision Tester 2 Humphrey DN07965 Sterio Optical Optec Pachymeter 1 Accutome F0634 High Desert State Prison (HDSP): Equipment Description QTY MFG Model # Serial # Exam Chair 1 Burton N/A Instrument Stand 1 Burton XL Phoroptor 1 Burton 7500 I Projector 1 Burton CP Slit Lamp 1 SL Manual Tonometer for Slit Lamp 1 Boses Nikon R 08A0794 Lensometer 1 B&L GC1152 Direct Ophthalmoscope 1 Welch Allyn N/A All Pupil Scope 1 Welch Allyn N/A Otoscope 1 Welch Allyn N/A N/A Optometry Cart 1 SMR 1 Luminousiso N/A Ophthalmoscope Pan Optic 1 Welch Allyn N/A Retinoscope 2 Welch Allyn N/A Tonometer 1 Reichert Keratometer 2 Burton KMS BARK-80 26A10502 Exam Light 1 Burton Frame Warmer 1 Velcor Hot Box 3612 Binocular Indirect Ophthalmascope 1 Keeler BIO Indirect Light 1 Burton N/A N/A

26 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List California Correctional Center (CCC): Equipment Description QTY MFG Model # Serial # Frequency All Pupil Scope 2 Burton 1202P N/A Quarterly Quarterly Auto Keratometer 2 Burton BARK-80 BARK-80 76A10502 Z6A10508 Quarterly Quarterly Auto Lensometer 2 Burton 300M VL Quarterly Quarterly Auto Tonometer 1 Reichert AT Quarterly Chart Projector 2 Burton CP Quarterly Quarterly Exam Chair 2 Burton N/A Quarterly Eye Stand 2 Burton XL-3200 XL Quarterly Quarterly Quarterly Keratometer 2 Burton KMS Quarterly Quarterly Othalmolocope 1 Burton N/A N/A Quarterly Phoropter 2 Burton Quarterly Quarterly Retiniscope 2 Burton N/A N/A Quarterly Quarterly Slit Lamp 2 Burton SL Quarterly Quarterly Tonometer-Air 1 Burton AT Quarterly California State Prison-Solano (SOL): Equipment Description QTY MFG Model # Serial # slit lamp 1 Haag Streit 900 B Goldmann tonometer 1 Haag Streit R chair 1 Reliance FFXM 920 L instrument stand 1 Reliance Phoropter 1 Woodlyn wall mount projector 1 Reichert Keratometer 1 Reichert indirect ophthalmoscope 1 Keeler 1951-P California Medical Facility (CMF): Equipment Description QTY MFG Model # Serial # Frequency Lensometer Manual 1 American Optical AS5103 Semi-Annual Lensometer 1 Topcon CL Semi-Annual Med Refrigerator 1 Follett REF 5 D Semi-Annual Tonometer, Contact 1 Haag Streit AT900BQ Semi-Annual Slit Lamp 1 Haag Streit BQ Semi-Annual Slit Lamp Power 1 Haag Streit PS-A 6798 Semi-Annual Frame Warmer 1 Hilco I-J H Semi-Annual Chart Projector 1 Marco CP Semi-Annual Optometry Chair 1 Midmark 112 AF Semi-Annual Vac-Pressure Cart 1 Midmark VP None Semi-Annual Phoroptor 1 Reichert Semi-Annual -2-

27 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List Keratometer 1 Reichert Semi-Annual Tonometer, Tono-Pen 1 Reichert Semi-Annual Equipment Stand 1 Reliance Med C Semi-Annual Optometry Chair 1 Reliance Med 980 L Semi-Annual Micropach 1 Sono Med 200P Semi-Annual EZ Ophthalmic 1 Sono Med AB Semi-Annual Printer, digital 1 Sony UP-897MD Semi-Annual X-Ray View Box 1 Star Wall Mount None Semi-Annual Kerato 1 Topcon KR Semi-Annual Retinal Camera 1 Topcon TRC-NW Semi-Annual Retinascope 1 Welch Allyn Hand Held Semi-Annual Oto/Ophthalmoscope 1 Welch Allyn Table Top None Semi-Annual Oto/Ophthalmoscope 1 Welch Allyn Wall Mount None Semi-Annual Laser Cataract 1 Zeiss 7905YAG Semi-Annual Humphrey Field 1 Zeiss W.A. 740i 740I Semi-Annual Binocular Indirect Semi-Annual Ophthalmoscope (BIO) 1 Keeler SL4A AA California State Prison-Sacramento (SAC): Equipment Description QTY MFG Model # Serial # Exam Chair 1 Reliance 7000L Instrument Stand 1 Reliance Phoroptor 1 Lica 11625B Slit Lamp 1 Haag-Strait Manual Tonometer for Slit Lamp 1 Haag-Strait Standard Projector 1 Reichart Lensometer 1 Marco Binocular Indirect Ophthalmoscope (BIO) 1 Heine EN Frame Warmer 1 Hilco Compact H Visual Field 1 Zeiss 750i 750i Folsom State Prison (FSP): Equipment Description QTY MFG Model # Serial # Exam Chair 1 Reliance 70000HF Lensometer 1 Marco / Lombart 78F Slit Lamp 1 AO BC Retinoscope 1 Welch Allyn N/A Opthalmoscope 1 Welch Allyn N/A Opthalmoscope-Indirect 1 Heine N/A Projector 1 Reichert N/A Powerbox with Keratometer, Light Source and Vision Checker 1 Reliance N/A Auto Refractometer 1 Canon Phoropter 1 N/A Manual Tonometer for Slit Lamp 1 Goldman N/A Binocular Indirect Ophtalmoscope 1 Omega N/A

28 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List Mule Creek State Prison (MCSP): Equipment Description QTY MFG Model # Serial # Exam Chair - Multiple Position Electric 1 Reliance Instrument Stand - Top 1 Reliance Instrument Stand - Bottom 1 Reliance Slit Lamp 1 Topcon SL-2ED Vision Tester 1 Topcon VT Lensmeter 1 Marco Project-O-Chart 1 Wright Cart Power Supply 1 Heine EN20-1 0/3719 Optical Micro Lens Lamp 1 Heine California State Prison-San Quentin (SQ): Equipment Description QTY MFG Model # Serial # Pupilometer 1 Essilor Binocular, Indirect 1 Heine Germany Omega Frame Heater 1 Lux Vison LXTOFH5900 LX Optometry 1 Marco 05H0378 N/A Keratometer 2 Marco 1 S Lensometer 1 Marco Slit Lamp, Ultra 1 Marco 26 05F0082 Chart Projector 1 Marco CP690E Phoroptor 1 Marco RT Monocular, Indirect 1 Reichert Tonometer, Non 1 Reichert Pupil Distance 1 Reichert PD Corne Gaga Eye Scan 1 Sonogage Plus ES10500 Ophthalmoscope 2 Welch Allyn Humphry Field 1 Zeiss 740i 740I Retinascope 1 Welch Allyn Mortorized Table 1 Zeiss Up/Down -4-

29 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List Deuel Vocational Institution (DVI): Equipment Description QTY MFG Model # Serial # Advantage Chair 1 Reichert A Advantage Instrument Stand 1 Reichert A Ultramatic Phorotor 1 Reichert 11625B Longlife Projector 1 Reichert Xcel 400 Slit Lamp 1 Reichert Wall mount for longlife Projector 1 Reichert N/A N/A Screen with Swivel Mount 1 Reichert N/A N/A Stool with Back 1 Reichert N/A N/A Tonometer with Prism & Wall Mount 1 CSO A Oto-Ophthalmoscope Transformer/Wall Exam 23 Welch Allyn Light Marco Keratometer 1 Marco Lensometer 1 American Optical Eye Stand 1 Reliance Indirect Ophthalscope 1 Propper UNK N/A Exam Lamp 2 Burton Projector Chart 1 Reichert P.O.C. N/A Projector Chart 1 Reichert Long Life P.O.C N/A Slit Lamp 1 Nikon NS-1 N/A SL-2ED Slit Lamp 1 Topcon SL-2ED Vision Tester VT_10 Neg Dipeter 1 Topcon VT Reliance Support Stand Top Part 1 Reliance Reliance Support Stand Bottom Part 1 Reliance Reliance Electric Multiple Position Chair 1 Reliance Marco Lensmeter 1 Marco Retcher Project-O-Chart 1 Wright Cart Heine Power Supply 1 Heine EN20-1 0/3719 Heine Omega 100 Optical Micro Lens Lamp 1 Heine Sierra Conservation Center (SCC): Equipment Description QTY MFG Model # Serial # Phoroptor 1 Topcon VT Tonometer (CSO) 1 Topcon Auto Projector 1 Topcon ACP Binocular Indirect Ophthalmoscope (BIO) 1 Heine Omega 500 Omega Field Analyzer which includes but not limited to: motorized table printer 1 Haag-Streit Octopus 300 Class 1 / Type B HP6940 Deskjet N/A SLD2 1 Topcon SL-D L Chair 1 Reliance 6200L B Instrument Stand 1 Reliance 7800IC 78002C

30 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List Region 2: Central California Institutions Central California Women s Facility (CCWF): Equipment Description QTY MFG Model # Serial # Frequency Exam Chair 1 Reliance 880HPC Quarterly Frame Warmer 1 Vigor WA Quarterly Light Unit 1 Keeler Quarterly Phoroptor 1 Optimetrics Quarterly Equipment Stand 1 Reliance Quarterly REF-Keratometer 1 Canon TX-F Quarterly Corneo-Gage Plus Pachometer 1 Sonogase C-G Plus Quarterly Perimeter 1 Haag-Streit Octopus Quarterly Lense Meter 1 Reichert Quarterly View Box 1 Picker Quarterly Tonometer 1 Canon TX-F Quarterly Electric Table 1 Global Vision N/A L Quarterly 79 All Pupil Headset 1 Keeler All Pupil Quarterly Projector 1 Reichert N/A Quarterly Mag Light 1 Dazor 8MG-400 N/A Quarterly Slit Lamp 1 Marco AT900 M Quarterly Valley State Prison for Women (VSPW) Equipment Description QTY MFG Model # Serial # Exam Chair 1 Reliance (MM5782) Instrument Stand 1 Reliance Phoroptor 1 Reichert Ultramatic (MM 5781) Topcon Power Supply Slit Lamp 1 Topcon P560A (MM 1460) Topcon Slit Lamp 1 Topcon SL3E (MM 1472) Otometric 1 Reliance Computerized Lensmeter 1 Topcon CL Binocular Indirect Ophthalmoscope (BIO) 1 Welch Allyn Unk (MM Power Source 1452) Lensmeter 1 Marco (MM 1980) Burton Auto Refkerato Meter 1 Burton Bark-80 94A10455 (MM 1471) Canon Full Ototonometer 1 Canon TX-F Global Stand Power Table 1 Global Vision TOP 1630 MM 5837 Pachometer 1 Sonogage Corneogage Plus Welch Allyn Panoptic Ophtahlmoscope 1 Welch Allyn N Western Ophthalmic Reichert Digital 1 Reichart

31 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List Pupilometer (MM 5190) Auto Chart Projector 1 Topcon ACP Salinas Valley State Prison (SVSP): Equipment Description QTY MFG Model # Serial # Eye Chart Projector 1 Nidek Keratometer 1 Marco Lensometer 2 Marco 78F4 N/A Opthalmoscope Charger 5 Welch Allyn N/A Opthalmoscope Handle/Head 3 Welch Allyn N/A Oopthalmoscope Head 4 Welch Allyn N/A Exam Chair 1 Reliance 5200L Opthalmoscope 1 Fison-Keeler G42766 Opthalmic Stand 1 Reliance Phoropter 1 Reichert/Leica Inc Slit Lamp 1 Correctional Training Facility (CTF): Equipment Description QTY MFG Model # Serial # Frequency Lensometer 1 Topcon LM-6 U82621 Optometry Chair 1 Reichert Oto-Opthlasmoscope 12 Welch Allyn 767 N/A Phoroptes 1 Reichert Projector / Optical 1 Reichert Longlife POC Retinascope 1 Welch Allyn Handheld N/A Binocular Indirect Opthalmoscope 1 Keller CTF32357 Hyfrecator ConMed 1 ConMed HGJ237 Slit Lamp 1 Zeiss 30SLM Pleasant Valley State Prison (PVSP): Equipment Description QTY MFG Model # Serial # Exam Chair 1 Reichart Phoroptor 1 Reichart Slit Lamp 1 Reichart Standard Projector 1 Reichart Lensmeter 1 Topcon LM-S1 N/A Binocular Indirect Ophthalmoscope (BIO) 1 Keller N/A Base Stand 1 Reichart Arm (Third) 1 Reichart Tonometer 1 Haag-Strait H N/A Goldman Keratometer 1 Reichart Charger 1 Welch-Allyn 7110 N/A All Pupil Binocular 2 Keller N/A Retinoscopy 1 Welch Allyn N/A Transilluminator 1 Welch Allyn N/A Standing Lamp 1 Reichert N/A -7-

32 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List California State Prison, Corcoran (COR): Equipment Description QTY MFG Model # Serial # Frequency Exam Chair 1 Reliance 880HPC Semi-Annual Instrument Stand 1 Reliance Semi-Annual Phoropter 1 Reichert Semi-Annual Slit Lamp Biomicrosope 1 Topcon SL-2E Semi-Annual Tonometer 3 Reichert CT-100 N/A Semi-Annual Projector 1 American Optical S Semi-Annual Lensometer 1 Marco N/A Semi-Annual Direct Ophthalmoscope 1 Welch Allyn N/A Semi-Annual Indirect Ophthalmoscope 1 Keller N/A Semi-Annual Non-Contact Tonometer 1 Cambridge Inst. Inc. HDR12415 N/A Semi-Annual Retinoscope 1 Welch Allyn Semi-Annual Keratometer 1 Reichert Semi-Annual Ophthalmometer 1 Welch Allyn WA Semi-Annual Visual Field Machine 1 Carl Zeiss 740IIi N/A Semi-Annual Projector Screen 1 American Optical N/A N/A Semi-Annual Frame Warmer 1 ZLY Semi-Annual Argon Laser Table (Photocoagulator) 1 Britt N/A N/A Semi-Annual California Substance Abuse & Treatment Facility, Corcoran (CSATF): Equipment Description QTY MFG Model # Serial # Frequency Phoroptor 1 Reichest /KSO1844 Tonometer 1 Haagstart Reichest KSO1849 Projector 1 Topcon ACP Biomicroscope XCEL Reichest /KSO18 48 Lensmeter 1 Marco 101 KSO01843 Ophthalmic Chair w/ stand 1 Reliance 7800 HC Wasco State Prison (WSP): Equipment Description QTY MFG Model # Serial # Exam Chair 1 Reliance 880 HPC Phoroptor 1 Reichert Slit Lamp 1 Topcon PS20A Tono Pen 1 Biorad Tono Pen XL I-6017 Auto Non Contact Tonometer (NCT) 1 Reichert T Projector 1 Reichert

33 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List North Kern State Prison (NKSP): Equipment Description QTY MFG Model # Serial # Exam Chair 1 Right Med Protect 1500-CH Instrument Stand 1 Right Med Protect Phoroptor 1 Reichert 11625B Slit Lamp 1 CSO Italy SL980-3X Manual Tonometer for Slit Lamp 1 Reichert CT Projector (Remote Control) 1 Huvitz CCP3100 3PC8K0605 Binocular Indirect Ophthalmoscope (BIO) Wireless 1 Keller SL44 AA Ref#1202-P Auto Non Contact Tonometer (NCT) 1 Reichert Ref# Auto Refracto Keratometer 1 Huvitz HRK HK9E0037 Auto Lensmeter 1 Huvitz CLM-3100P 3LA9D0034 Kern Valley State Prison (KVSP): Equipment Description QTY MFG Model # Serial # Ultramatic Refractor (minus cylinder) w hich 1 includes but not limited to: reading card, card holder, rotochart auxillary lens, face shields, cover Reichert 11625B Digital Pupilometer 1 Reichert X2A Indirect Vantage Plus 1 Keller BIKE 1204P3051 Indirect Hanger 1 CSRE Volk 90D 1 Volk LEV090DC Volk 20D 1 Volk LEV020DC Retinscope Head 1 Welch Allyn RSWA18245 Ophthalmascope Head 1 Welch Allyn OSWA11720 Transiluminator Head 1 Welch Allyn FNWA41100 Rech. Handles 3 Welch Allyn HAWA71670 Slit Lamp 1 Marco SLMA1180 Tonometer for Marco G2 Slit Lamp 1 Marco TOCS870 Tonometer Mount for Marco Slit Lamp 1 Marco SLMA1184 Auto Projector Right Medical NP-3S 1 Right Medical CPN Wall Mount for NP-3S 1 Right Medical CPN AL-500 Automated Lensometer w/printer 1 Reichert LMAOAL500 California Men s Colony (CMC): Equipment Description QTY MFG Model # Serial # Frequency Exam Chair 1 Bausch & Lomb 26A7534 Semi-Annual Ophthalmic Chair & Stand 1 Marco L0574 Semi-Annual Instrument/Equipment Stand 1 Marco B0096 Semi-Annual Eye Clinic Chair 1 Marco Encore CSMA 1280 N/A Semi-Annual Slit Lamp 2 Marco 2B 07C0027 Semi-Annual Projector Chart 2 Marco Everlight CP Semi-Annual Stool & Casters 2 Reliance Semi-Annual Direct Ophthalmoscope 9 Welch Allyn 767 N/A Semi-Annual -9-

34 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List Otoscope (East) added 2 2 Welch Allyn N/A Semi-Annual Indirect Ophthalmoscope 2 Hiene Omega Semi-Annual Retinoscope and Handle 3 Welch Allyn Retinascope N/A Semi-Annual Tramilluminator & Handle 2 Welch Allyn Transilluminator N/A Semi-Annual Condensing Lenses 2 Volk 20D N/A Semi-Annual 90D Semi-Annual Refractor w/cylinder 2 Lombart 11625B Semi-Annual Power Transformer for Slit Lamp 2 Marco PS-1 N/A Semi-Annual Microscope 1 American Optical N/A Semi-Annual OPMI-1 Microscope 1 Carl Zeis OPMI Semi-Annual Suction Unit Pump 1 Allied Health S130P Semi-Annual Refractor Arm 1 Reichert Semi-Annual Phoropter 2 Marco P-1 Semi-Annual Lensometer 2 American Optical Semi-Annual Tonometer, Applanation 1 Haag Streit CT Semi-Annual Tonometer, Applanation 1 Marco CT Semi-Annual Avenal State Prison (ASP): Equipment Description QTY MFG Model # Serial # Exam Chair 1 Reliance 6200-L Floor Unit 1 Reliance 7800-IC Auto Projector w/wall Mount 1 Topcon ACP-8R Ultramatic Rxmaster Phoroptor 1 Topcon VT Electric Instrument Table 1 Topcon AIT Slit Lamp 1 Haag-Streit 900BD Binocular Indirect Opththalmoscope (BIO) 1 Heine Beta Retinoscope 1 Keller UNK Lensmeter 1 Marco Direct Ophthalmoscope 1 Heine Beta 200 N/A Non-Contact Tonometer 1 Topcon CT Keratometer 1 Topcon KR Minus Cylinder 1 Reichert B B Well Charger System 1 Beta 1-NT Nicas Well Handle 1 Welch Allyn 3.5V

35 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List Region 3: Southern California Institutions California Correctional Institution (CCI): Equipment Description QTY MFG Model # Serial # Frequency Exam Chair 1 American Optical 1106M 12530S747 Annually Stand 2 American Optical 1106M 12530S858 Annually Slit Lamp 2 Shin-Nippon SL Annually Annually Phoropter 2 Reichert B California State Prison Los Angeles (LAC): Annually Annually Equipment Description QTY MFG Model # Serial # Exam Chair 1 Reliant 880HPC Instrument Stand 1 Reliant Phoroptor 1 Reichert Slit Lamp 1 Haag Strait BD Tonometer 1 Lombart Projector 1 Reichert Lensmeter 1 Topcon LM-S Ophthalmoscope 6 Welch Allyn N/A BIO 1 Heine Omega Power Supply for BIO 1 Heine EN20-1 N/A Retinoscope 1 Welch Allyn N/A Handles 5 Welch Allyn N/A Handle Charger 1 Welch Allyn 7114 N/A Point Light 2 Relaint N/A Power Table 1 Sectool AT-16 N/A Instruments Frame Warmer 1 Vigor WA Trail Lens Set 1 Marco 35-6TW Full Diameter 8017 California Institution for Men (CIM): Equipment Description QTY MFG Model # Serial # Slit Lamp 1 Haag Streit Bern Applanation Tonometer 1 Haag Streit Bern Phoroptor 1 American Optical AE8016 Instrument Stand 1 American Optical Manual 5204S262 Patient Chair 1 Eyelane W Manual 5204S262 Oto-Ophthlamoscope 1 Welch Allyn Wall Lensometer 1 Marco Eye Cue 1 Baush & Lomb CH86 Auto-Ref/Keratometer 1 Huvitz MRK MK6G0605 Non Contact Tonometer 1 Burton 7500-I

36 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List Ironwood State Prison (ISP): Equipment Description QTY MFG Model # Serial # Exam Chair Phoropter 1 Reichert Illuminator Tonometer - TX10 1 Canon TX10 Slit Lamp 1 SL990 Chuckawalla Valley State Prison (CVSP): Equipment Description QTY MFG Model # Serial # Frequency Exam Chair 1 Reliance 880HPC Instrument Stand 1 Reliance Phoropter 1 Reichert Illuminator Lensmeter 1 Huvitz HLM LM9B0033 Binocular Indirect Ophthalmoscope (BIO) 1 Heine Tonometer - TX10 1 Canon TX Slit Lamp 1 5ZRESEEVIT Visual Field Instrument 1 Humphrey Retinoscope 1 Welch Allyn N/A Eye Exam Pedestal 1 Reliance Keratometer / Auto-Ref 1 HuvitzHRK HK8L California Rehabilitation Center (CRC): Equipment Description QTY MFG Model # Serial # Frequency Autoclave 1 Tuttnauer 1730 MK EC Optical Chair/Project-O-Chart 1 American Optical N/A 5464S962 Otoscope/Ophthalmoscope 1 Welch Allyn 71114x Universal Charger N/A Tanometer 1 Canon TXF Ultrascharp Split Lamp 1 Marco C0054 Vital Sign Machine 1 Welch Allyn VS300 JA Lensometer 1 American Optical AD2549 Hyfrecator Conmed BGJ017 Automated Exam Table 1 American EX1 Sterilizer Optical Exam Chair 1 American Optical 1106BH N/A -12-

37 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List California Institution for Women (CIW): Equipment Description QTY MFG Model # Serial # Tonometer 1 Scientific Instruments BC30298 Slit Lamp 1 Topcon SL-3E Lensmeter 1 Topcon CL Exam Chair 1 Topcon OC Instrument Stand 2 Lombart P5-62A CS Standard 1 Topcon ACP Projector Photropter 1 Reichert Binocular 1 Wallace Zoom Scope N/A AWSW-790 Keratometer 1 Lombart Centinela State Prison (CEN): Equipment Description QTY MFG Model # Serial # Frequency Exam Optometry Chair 1 Reliance 800HPC Quarterly Optometry Instrument Stand 1 Franklin Quarterly Frame Warmer 1 Hilco Model 1/3 H Quarterly Eye Projector 1 Reichert Quarterly Otoscope Base Charger 2 Welch Allyn N3444 N/A Quarterly Exam Lamp 1 Welch Allyn LS135 N/A Quarterly Eye Exam Head Light 1 Keeler Lithium All Pupil 2 N/A Quarterly Phoroptor 1 Reichert Quarterly Manual Tonometer for Slit Lamp 1 HAAG-Streit Marco 93B0008 Quarterly Lensometer 1 Topcon LM-S Quarterly Direct Opthalmoscope 1 Welch Allyn U710 Quarterly Binocular Indirect Ophthalmoscope 1 Mitsuibishi LS-4AA 1202-P-6237 Quarterly Retinoscope 1 Welch Allyn Quarterly Non-Contact Tonometer 1 Topcon CT Quarterly Visual Field 1 Humphrey Quarterly Keratometer 1 Marco 1 115v AC-50-60Hz Quarterly -13-

38 Bid Number: OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-2 Equipment List Calipatria State Prison (CAL): Equipment Description QTY MFG Model # Serial # Frequency FDT Visual Field 1 Welch Allyn N/A Annually Optometry Chair 1 Reliance 880 HPC Annually Non-Contacting Tonometer 1 Topcon CT Annually Lensometer 1 American Optical A65317 Annually Phoropter (refraction) 1 Reichert Annually Slit Lamp 1 Topcon SL 3E Annually Projector 1 Reichert N/A Annually Binocular Indirect Opthalmoscope 1 Keeler Sliming 1951-P-2209 M Annually Lithuim-ion / Vantage Plus Opthalmoscope Hand Held 2 Welch Allyn N/A Annually Handles for Opthalmoscope 2 N/A Annually Applanation 1 Nikon IN Annually Charger 1 Welch Allyn REV 7114X Annually Richard J. Donovan Youth Correctional Facility (RJD): Equipment Description QTY MFG Model # Serial # Tonometer 1 Applanation Exam Chair 1 Reliance N/A Ophthalmic Instrument Stand 1 Reliance Phoroptor 1 Haag Streit BG55322 Slit Lamp Microscope 1 Topcon SL-3E Standard Projector 1 Projector Lensmeter 1 Marco Ophthalmoscope 12 Welch Allyn N/A Non-Contact II Tonometer 1 Reichert BF39465 Opthalmoscope 6 Welch Allyn 767 N/A Binocular Indirect Ophthalmoscope (BIO) & 1 Topcon 1951P Power Supply Keratometer 1 Kertometer

39 California Department of Corrections and Rehabilitation (CDCR) Agreement Number: OPS California Department Correctional Health Care Services (CCHCS) Exhibit A-3 Sample Service Report Date of Service: SERVICE REPORT Type of Maintenance/Inspection Quarterly Semi-Annual Annual Safety Inspection Calibration Provide explanation on all parts replaced Hours Service Provided (To/From) Repairs Hours Service Provided (To/From) TOTAL REPAIR HOURS Were parts replaced? Yes No Provide explanation on all parts replaced. Location of Equipment Description of Equipment Equipment Make Model Serial Number Description of service performed: (use back of this page if more space is needed) Describe any noted deficiencies and suggested corrective action The State assumes no responsibility for any work commenced by the Contractor and will not reimburse the contractor for any work performed prior to approval and scheduling by the Institution Contract Liaison. Payment will only be made on invoices accompanied by a Service Report signed by the Institution Contract Liaison or designee. Name of Service Technician/Contractor Institution Contract Liaison Print Name Here Print Name Here Signature Date Signature Date

40 Agreement Number OPS California Department of Corrections and Rehabilitation (CDCR) Exhibit A-4 List of Participating Institutions OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCE and REPAIR SERVICES Region 1: Northern California Institutions Pelican Bay State Prison (PBSP) 5905 Lake Earl Drive Crescent City, CA Cynthia Gorospe (707) x7890 California Correctional Center (CCC) Center Road Susanville, CA Laura(gene) Buchanan (530) x4167 California Medical Facility (CMF) 1600 California Drive Vacaville, CA Gail LaTona (707) x2307 Folsom State Prison (FSP) 300 Prison Road Represa, CA Janice Nishimoto x4275 California State Prison, San Quentin (SQ) 1 Main Street San Quentin, CA Karen Tate Karen.Tate@cdcr.ca.gov (415) x6948 Sierra Conservation Center (SCC) 5100 O Byrnes Ferry Road Jamestown, CA Lisa V Smith Lisa.Smith3@cdcr.ca.gov x5126 High Desert State Prison (HDSP) Roce Canyon Road Susanville, CA Dina Cochrane Dina.Cochrane@cdcr.ca.gov (530) x5456 California State Prison, Solano (SOL) 2100 Peabody Road Vacaville, CA Pat McLain Pat.McLain@cdcr.ca.gov (707) x5718 California State Prison, Sacramento (SAC) Prison Road Represa, CA Colin Orelli Colin.Orelli@cdcr.ca.gov (916) x7050 Mule Creek State Prison (MCSP) 4001 Highway 104 Ione, CA Maggie Nelson Maggie.Nelson@cdcr.ca.gov (209) x6964 Deuel Vocational Institution (DVI) Kasson Road Tracy, CA Lisa Rocha Lisa.Rocha@cdcr.ca.gov (209) x5432

41 Agreement Number: OPS CDCR List of Participating Institutions Exhibit A-4 OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCE and REPAIR SERVICES Region 2: Central California Institutions Central California Women s Facility (CCWF) Road 22 Chowchilla, CA Tracy Crosson Tracy.Crosson@cdcr.ca.gov (559) x7714 Salinas Valley State Prison (SVSP) Ighway 101 Soledad, CA Jovita Carrillo Jovita.Carrillo@cdcr.ca.gov (831) x6011 Pleasant Valley State Prison (PVSP) West Jayne Ave. Coalinga, CA Debra Schindler Debra.Schindler@cdcr.ca.gov (559) x5720 California Substance Abuse Treatment Facility (CSATF) 901 Quebec Avenue Corcoran, CA Rebecca Tamaya Rebecca.Tamaya@cdcr.ca.gov (559) x5734 North Kern State Prison (NKSP) 2737 West Cecil Avenue Delano, CA Kimberly Cobbs Kimberly.Cobbs@cdcr.ca.gov (661) x6012 California Men s Colony (CMC) Highway 1 San Luis Opispo, CA Robyn Hermes Robyn.Hermes@cdcr.ca.gov (661) x5933 Valley State Prison for Women (VSPW) Avenue 24 Chowchilla, CA Maria Alvarez Maria.Alvarez3@cdcr.ca.gov (559) x6988 Correctional Training Facility (CTF) Highway 101 North Soledad, CA Sheila Urquidez Sheila.Urquidez@cdcr.ca.gov (831) x4122 California State Prison, Corcoran (COR) 4001 King Avenue Corcoran, CA Karen Stewart Karen.Stewart@cdcr.ca.gov (559) x6924 Wasco State Prison (WSP) 701 Scofield Avenue Wasco, CA Jasmin Cachero Jasmin.Cachero@cdcr.ca.gov (661) x5975 Kern Valley State Prison (KVSP) 3000 West Cecil Avenue Delano, CA Melissa Bewley Melissa.Bewley@cdcr.ca.gov (661) x5933 Avenal State Prison (ASP) 1 Kings Way Avenal, CA Barbretta Jenkins Barbretta.Jenkins@cdcr.ca.gov (559) x7426 2

42 Agreement Number: OPS CDCR List of Participating Institutions Exhibit A-4 OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCE and REPAIR SERVICES Region 3: Southern California Institutions California Correctional Institution (CCI) Highway 202 Tehachapi, CA Veronica Ramos (661) x3289 California Institute for Men (CIM) Central Avenue Chino, CA Angelic Bustos (909) x4214 Chukawalla Valley State Prison (CVSP) Wileys Well Road Blythe, CA Janie Herrera (760) x7057 California Institute for Women (CIW) Chino-Corona Road Corona, CA Lisa Nunez (909) x3702 Calipatria State Prison (CAL) 7018 Blair Road Calipatria, CA Theresa Shelton (760) ext California State Prison, Los Angeles County (LAC) th Street West Chino, CA Monica Hubbs (661) x 7430 Ironwood State Prison (ISP) Wiley's Well Road Blythe, CA George Copple George.Copple@cdcr.ca.gov 760) x4393 California Rehabilitation Center (CRC) 5th Street & Western Norco, CA Dwain Lowther Dwain.Lowther@cdcr.ca.gov (951) x3734 Centinela State Prison (CEN) 2302 Brown Road Imperial, CA Maria Ochoa Maria.Ochoa@cdcr.ca.gov (760) x7094 R. J. Donovan Correctional Facility (RJD) 480 Alta Road San Diego, CA Wehtahnah Tucker Wehtahnah.Tucker@cdcr.ca.gov (619) x8678 3

43 Agreement Number: OPS California Correctional Health Care Services (CCHCS) Exhibit B BUDGET DETAIL 1. Invoicing and Payment A. For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates listed below or specified in Exhibit B-1, Rate Sheet, which is attached hereto and made a part of this Agreement. B. Invoices shall include the Agreement Number, sufficient scope and detail to define the actual work performed and shall be submitted in duplicate not more frequently than monthly in arrears to: Regional Headquarters Accounting Office PO BOX Sacramento, CA C. Payments are approved based upon completion of each service performed. 2. Budget Contingency Clause A. It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. 3. Prompt Payment Clause A. Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927.

44 CA Department of Corrections and Rehabilitation Special Terms and Conditions Agreement Number: OPS Exhibit D SPECIAL TERMS AND CONDITIONS 1. Excise Tax The State of California is exempt from federal excise taxes, and no payment will be made for any taxes levied on employees' wages. The State will pay for any applicable State of California or local sales or use taxes on the services rendered or equipment or parts supplied pursuant to this Agreement. California may pay any applicable sales and use tax imposed by another state. 2. Force Majeure Neither party shall be liable to the other for any delay in or failure of performance, nor shall any such delay in or failures of performance constitute default, if such delay or failure is caused by Force Majeure. As used in this section, Force Majeure is defined as follows: Acts of war and acts of God such as earthquakes, floods, and other natural disasters such that performance is impossible. 3. Inspection of Services Services performed by Contractor under this Agreement shall be subject to inspection by the CCHCS at any and all times during the performance thereof. If the CCHCS official conducting the inspection determines that the services performed by Contractor (and/or materials furnished in connection therewith) are not in accordance with the specification, CCHCS may, at its option, have the work performed by an alternate provider, charging the Contractor with any excess cost occasioned thereby. 4. License and Permits The Contractor shall be an individual or firm licensed to do business in California and shall obtain at his/her expense all license(s) and permit(s) required by law for accomplishing any work required in connection with this contract. A. If you are a Contractor located within the State of California, a business license from the city/county in which you are headquartered is necessary; however, if you are a corporation, a copy of your incorporation documents/letter from the Secretary of State s Office can be submitted. If you are a Contractor outside the State of California, you will need to submit to CCHCS a copy of your business license or incorporation papers for your respective State showing that your company is in good standing in that state. B. In the event, any license(s) and/or permit(s) expire at any time during the term of this contract; Contractor agrees to provide CCHCS with a copy of the renewed license(s) and/or permit(s) within 30 days following the expiration date. In the event the Contractor fails to keep in effect at all times all required license(s) and permit(s), the State may, in addition to any other remedies it may have, terminate this contract upon occurrence of such event. 5. Liability for Loss and Damages Any damages by the contractor to the State's facility including equipment, furniture, materials or other State property will be repaired or replaced by the contractor to the satisfaction of the State at no cost to the State. The State may, at its option, repair any such damage and deduct the cost thereof from any sum due contractor under this Agreement. 6. Liability for Nonconforming Work 1

45 CA Department of Corrections and Rehabilitation Special Terms and Conditions Agreement Number: OPS Exhibit D The contractor will be fully responsible for ensuring that the completed work conforms to the agreed upon terms. If nonconformity is discovered prior to the contractor's deadline, the contractor will be given a reasonable opportunity to cure the nonconformity. If the nonconformity is discovered after the deadline for the completion of the project, CDC, in its sole discretion, may use any reasonable means to cure the nonconformity. The contractor shall be responsible for reimbursing CDC for any additional expenses incurred to cure such defects. 7. Right to Terminate (SCM 7.85) A. The State reserves the right to terminate this Agreement subject to thirty (30) days written notice to the Contractor. Contractor may submit a written request to terminate this Agreement only if the State should substantially fail to perform its responsibilities as provided herein. B. However, the Agreement can be immediately terminated for cause. (Refer to GTC, Exhibit C, Item 7. Termination for Cause). C. This agreement may be suspended or cancelled without notice, at the option of the Contractor, if the Contractor or State s premises or equipment are destroyed by fire or other catastrophe, or so substantially damaged that it is impractical to continue service, or in the event the Contractor is unable to render service as a result of any action by any governmental authority. 8. Temporary Nonperformance If, because of mechanical failure or for any other reason, the contractor shall be temporarily unable to perform the work as required, the State, during the period of the contractor's inability to perform, reserves the right to accomplish the work by other means and shall be reimbursed by the contractor for any additional costs above the Agreement price. person, firm or corporation furnishing or supplying work services, materials or supplies in connection with the performance of this Agreement, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the contractor in the performance of this Agreement. 9. Settlement of Disputes In the event of a dispute, Contractor shall file a "Notice of Dispute" with the California Prison Health Care Services (CCHCS) representative within ten (10) days of discovery of the problem. Within ten (10) days, CCHCS representative shall meet with the Contractor representative for purposes of resolving the dispute. The decision of CCHCS shall be final. In the event of a dispute, the language contained within this Agreement shall prevail over any other language including that of the bid proposal. 2

46 Agreement Number: OPS California Correctional and Health Care Services (CCHCS) Exhibit E Additional Provisions - Equipment 1. Equipment Purchase: Equipment purchased or built with state funds as part of this contract is owned by the State. On termination of this contract the state may: Request such equipment be returned to the state, with costs incurred by the contractor for such return being reimbursed by the state. Authorize the continued use of such equipment for work to be performed under a different agreement or contract. Repair any damage or replace any lost or stolen items and deduct the cost thereof from the contractor s invoice to the state, or require the contractor to repair or replace any damaged, lost or stolen equipment to the satisfaction of the state with no expense to the state. In the event of theft, a police report must be filed immediately. 2. Equipment Rental Maintenance: The Contractor is responsible for all maintenance and repair of rental equipment unless otherwise stated in this agreement. Should the contractor fail to maintain the equipment properly the state has the right to terminate or cease paying rent on the equipment. 3. Equipment Rental State s Responsibilities for Repairs, Liability: Contractor has responsibility for all loss or damage to rental equipment. The state is only responsible for repairs and liability for damage or loss due to the negligent act or omission of the state or its officers, employees, or agents. 4. Insurance Requirements A. When Contractor submits a signed contract to the State, Contractor shall furnish to the State a certificate of insurance, stating that there is commercial general liability insurance presently in effect for the Contractor of not less than $1,000, per occurrence for bodily injury and property damage liability combined. B. The certificate of insurance will include provisions below in their entirety: 1) That the insurer will not cancel the insured s coverage without 30 days prior written notice to the State. 2) That the State of California, its officers, agents, employees, and servants are included as additional insured, but only insofar as the operations under this contract are concerned. 3) That the State will not be responsible for any premiums or assessment on the policy. C. Contractor agrees that the bodily injury liability insurance herein provided for shall be in effect at all times during the term of this contract. In the event said insurance coverage expires at any time or times during the term of this contract, Contractor agrees to provide at least 30 days prior to said expiration date, a new certificate of insurance evidencing insurance coverage as provided for herein for not less than the remainder of the term of the contract, or for a period of not less than one year. New certificates of insurance are subject to the approval of the Department of General Services, and Contractor agrees

47 Agreement Number: OPS California Correctional and Health Care Services (CCHCS) Exhibit E Additional Provisions - Equipment that no work or services shall be performed prior to the giving of such approval. In the event the Contractor fails to keep in effect at all times insurance coverage as herein provided, the State may, in addition to any other remedies it may have, terminate this contract upon occurrence of such event. D. The Department will not provide for nor compensate Contractor for any insurance premiums or costs for any type or amount of insurance. E. In addition, the certificate evidencing general liability must include evidence of one of the following if applicable to the service: 1) Pesticide/Herbicide Endorsement, OR 2) An endorsement deleting the general liability pollution exclusion, OR 3) A separate environmental/pollution liability policy with limits not less than $1,000,000 covering bodily injury and property damage from pollution and related clean up costs incurred arising out of the work or services to be performed under this contract. F. Automobile Liability Insurance The Contractor shall furnish to the State a certificate of insurance evidencing automobile liability insurance presently in effect for the Contractor for not less than $1,000,000 per accident while utilizing a motor vehicle in the performance of this contract. Such insurance shall cover liability arising out of a motor vehicle including owned, hired, and non-owned motor vehicles. For contracted services involving transportation of hazardous materials, evidence of an MCS-90 endorsement is required. G. Worker s Compensation Insurance The Contractor shall furnish to the State a certificate of insurance evidencing workers compensation insurance and employer s liability presently in effect with limits not less than $1,000,000 by an insurance carrier licensed to write Workers Compensation Insurance in California. Such certificate shall include the name of the carrier, policy inception and expiration dates. If the Contractor is self-insured for workers compensation, a certificate must be presented evidencing Contractor is a qualified self insurer in the State of California.

48 California Department of Corrections and Rehabilitation California State Institutions Map Agreement Number OPS Exhibit F OPHTHALMIC EQUIPMENT INSPECTION, MAINTENANCE and REPAIR SERVICES Page 1 of 1

49 CA Department of Corrections and Rehabilitation Digest of Laws DIGEST OF LAWS RELATED TO ASSOCIATION WITH PRISON INMATES For information and guidance of persons visiting or working with or around prison inmates of the Department of Corrections and Rehabilitation, following is a digest of laws and rules related to association with inmates. 1. A warning sign is posted at the entrance to all public and business roadways onto the grounds of institutions, camps and other department facilities where inmates or parolees are housed indicating that by entering these grounds you consent to the search of your person, property and vehicle. References: Sections 3173 (e), 3288 Title 15, Div.3, Cal. Code of Regulations; Mathis v. Appellate Dept. 28 Cal App 3d Entry on institution property for unauthorized purposes will be considered trespass as provided in section 602(j) of the Penal Code. Refusal or failure to leave the property when requested to do so by an official will be considered trespass as provided in section 602(p) of the Penal Code. Reference: Section 3289, Title 15, Div.3, Cal. Code of Regulations. 3. It is a felony for anyone to assist inmates to escape. Bringing firearms, deadly weapons, explosives, or tear gas on prison grounds, or giving firearms, deadly weapons, explosives, liquor, cocaine, or other narcotics or any kind of drugs, including marijuana, is a crime. Reference: Sections 2772, 2790, 4533, 4534, 4535, 4550, 4573, , , 4574, 4600, Penal Code. 4. Giving letters to inmates or taking letters out for inmates is a misdemeanor. Reference: Section 4570 Penal Code, Section 3401, Title 15, Div. 3 Cal. Code of Regulations 5. Giving gifts or presents to inmates is not permitted. Reference: Section 2541, Penal Code, Section 3399, Title 15, Div 3, Cal. Code of Regulations. 6. Receiving gifts from inmates is not permitted. Reference: Section 2540, 2541, Penal Code; Secs. 3399, 3424, Title 15, Div. 3. Cal Code of Regulations. 7. Anyone who falsely identifies himself or herself to gain admission to a prison is guilty of a misdemeanor. Persons previously convicted of a felony in this state who come upon the grounds of a prison without permission of the official in charge are guilty of a felony. Reference: Section , 4571, Penal Code; Section 3173(n), Title 15, Div.3, Cal Code of Regulations.

50 CA Department of Corrections and Rehabilitation Digest of Laws 8. Refusal of visitors to submit to search and inspection of their person and of vehicles and property brought onto institution grounds by such persons may be cause for denial of visit. Reference: Section 2601(d), 5054, 5058 Penal Code; Section 3285, 3415, Title 15. Div.3, Cal Code of Regulations. 9. For cause a person may be barred from entering an institution or facility. Reference: Section 5054, 5058, Penal Code; Section 3176, Title 15, Div.3, Cal Code of Regulations. 10. Persons who are not departmental employees but are assigned to or engaged in work in any departmental facility must observe all rules, regulations and laws governing the conduct of employees. Failure to do so may lead to exclusion. Reference: Section 5054, 5058, Penal Code; Secs. 3285, 3415, Title 15. Div. 3, Cal Code of Regulations. 11. In the event of an emergency situation that effects a significant portion of the inmate population at an institution, the visiting program and other program activities may be suspended during the period of emergency. 12. Employees must not permit inmates or others to use hostages to escape from custody or otherwise interfere with orderly institution operations. Hostages will not be recognized for bargaining purposes. All inmates, visitors and staff will be informed of this regulation. Reference: Section 5054, 5058, Penal Code; Section 3304, Title 15, Div. 3, Cal. Code of Regulations. 13. No person shall make verbal or written statements concerning a discharged inmate for the purpose of depriving him/her of employment or of procuring same, or for extortion. Reference: Section 2947, Penal Code. I have read and understand the implications of the above information Signature: Date: Printed Name:

51 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 information in Option #1 or Option #2 does not apply, check box below: Options below do not apply. Company/Vendor Name (printed) Authorized Signature Date If your company, within the previous three years, has had any business activities or other operations outside of the United States, you must complete Option #1 or Option #2 below. 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

52 CONTRACT ANALYST: T. Denise Lewis AGREEMENT NUMBER: SUBCONTRACTOR/CONSULTANT LIST THIS FORM MUST BE COMPLETED AND RETURNED TO THE DEPARTMENT OF CORRECTIONS, OFFICE OF CONTRACT SERVICES, P.O. BOX , SACRAMENTO, CA I will NOT use any subcontractors or consultants in the performance of this Agreement. The following information MUST be provided for ALL subcontractors or consultants used by the contractor to perform any labor or render any services under this Agreement. In addition, if known, please indicate whether the subcontractor/consultant is a Small or Micro business or Disabled Veteran Business Enterprise (DVBE) by placing an X in the appropriate column and include their Department of General Services (DGS) Reference Number. If a subcontractor(s)/consultant(s) will be used, but no selection has been made, identify the service and estimate the dollar amount of services. If additional space is needed, supplementary sheets in the format below may be attached to this list. SUBCONTRACTOR OR CONSULTANT NAME, ADDRESS AND PHONE NUMBER SERVICES TO BE PERFORMED DOLLAR AMOUNT OF SERVICES SMALL BUSINESS CHECK IF A MICRO BUSINESS DVBE N/A DGS REFERENCE NUMBER NAME: STREET ADDRESS: CITY, STATE, ZIP: PHONE NUMBER: NAME: STREET ADDRESS: CITY, STATE, ZIP: PHONE NUMBER: NAME: STREET ADDRESS: CITY, STATE, ZIP: PHONE NUMBER: NAME: STREET ADDRESS: CITY, STATE, ZIP: PHONE NUMBER: NAME: STREET ADDRESS: CITY, STATE, ZIP: PHONE NUMBER: DISTRIBUTION: OCS File Institution Procurement Program:

53

54

55

56

57

58

59

60

61

62

63

64

65

66

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 (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

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

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

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

More information

STATE OF CALIFORNIA 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

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

INVITATION FOR BIDS ANNOUNCEMENT BID NUMBER

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

More information

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 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

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

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 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

INSTRUCTIONS TO BIDDERS

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

More information

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

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

REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # Notice to Prospective Proposers Page 1 of 68 REQUEST FOR PROPOSAL-Primary Early Mental Health Initiative (EMHI) Program Evaluation Consultant RFP # 10-70089-000 Notice to Prospective Proposers November 11, 2010 You are invited to review

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

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

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

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

More information

SAMPLE AGREEMENT. 1. This Agreement is entered into between the State Agency and the Contractor named below:

SAMPLE AGREEMENT. 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 06/03) SAMPLE AGREEMENT AGREEMENT NUMBER 2CA01161 REGISTRATION NUMBER 1. This Agreement is entered into between the State Agency and the Contractor named

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

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

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

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: City of North Mankato 1 CITY OF NORTH MANKATO REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JULY 1, 2015 THROUGH JUNE 30, 2016 DUE: APRIL 15, 2015 by 5:00 p.m. The City of North Mankato (City)

More information

ADDENDUM 1 IFB No. S Dairy Equipment Maintenance and Repair Services - Deuel Vocational Institution

ADDENDUM 1 IFB No. S Dairy Equipment Maintenance and Repair Services - Deuel Vocational Institution State of California Department of Corrections and Rehabilitation September 27, 2012 ADDENDUM 1 IFB No. S07011235 Dairy Equipment Maintenance and Repair Services - Deuel Vocational Institution NOTICE TO

More information

INVITATION FOR BID Notice to Prospective Bidders

INVITATION FOR BID Notice to Prospective Bidders INVITATION FOR BID Notice to Prospective Bidders March 19, 2013 The California Department of Corrections and Rehabilitation, Correctional Health Care Services is soliciting for service under the authority

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

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA. REGARDING: Vehicle Acquisition IFB

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA. REGARDING: Vehicle Acquisition IFB INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA REGARDING: Vehicle Acquisition IFB 2017-05 BIDS DUE: Thursday, May 18 NO LATER THAN 3:00 P.M. PACIFIC TIME Vehicle Acquisition IFB

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

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

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

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

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

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

Department of Corrections and Rehabilitation (CDCR)/ California Prison Health Care Services (CPHCS) OCULAR PROSTHESIS SERVICES

Department of Corrections and Rehabilitation (CDCR)/ California Prison Health Care Services (CPHCS) OCULAR PROSTHESIS SERVICES 1. INTRODUCTION/SERVICES OCULAR PROSTHESIS SERVICES A. This is a master agreement in which the contractor shall provide all labor, staff, personnel, materials, supplies, transportation, license/permits/certification

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

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

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

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

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 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

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

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

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

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT Boone County, Kentucky INVITATION TO BID # 110718VS VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT ACCEPTANCE DATE: Prior to 2:00 p.m., November 7, 2018 Local time ACCEPTANCE PLACE Boone County

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

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

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

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

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

STATE OF CALIFORNIA DEPARTMENT OF CORRECTIONS AND REHABILITATION INVITATION FOR BID

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

More information

State of Florida Department of Transportation

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

More information

DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION PROGRAM REQUIREMENTS

DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION PROGRAM REQUIREMENTS DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION PROGRAM REQUIREMENTS Public Contract Code Section 10115 establishes a contract participation goal of at least three percent (3%) for Disabled Veteran

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

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

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

More information

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS

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

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

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

More information

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

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

More information

SUPERIOR COURT STATE OF CALIFORNIA, COUNTY OF SAN BERNARDINO

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

More information

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals ( RFP ) Issued by Affinity Insurance Services, Inc. Plan Administrator - MWCARP This RFP is a solicitation

More information

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

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

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION CONDITIONS TO QUOTE - NONCONSTRUCTION PROCEDURE: Quoters must submit proposed pricing where provided on the last page of this form only! The Agency will accept the proposed pricing by in-person delivery

More information

NOTICE OF REQUEST FOR PROPOSALS FOR TWO-WAY RADIO MAINTENANCE AND REPAIR

NOTICE OF REQUEST FOR PROPOSALS FOR TWO-WAY RADIO MAINTENANCE AND REPAIR NOTICE OF REQUEST FOR PROPOSALS FOR TWO-WAY RADIO MAINTENANCE AND REPAIR NOTICE IS HEREBY GIVEN that the (City) will receive proposals for providing Two-Way Radio Maintenance and Repair Services. Proposals

More information

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT Attachment C New York State Energy Research and Development Authority ( NYSERDA ) 1. Agreement Number: 2. Subgrantee: 3. Project Contact: 4. Effective Date: _/ /2016 5. Total Amount of Award: $ 6. Project

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

REQUEST FOR SUPPLIER QUALIFICATION

REQUEST FOR SUPPLIER QUALIFICATION PHYSICAL RESOURCES REQUEST FOR SUPPLIER QUALIFICATION Contractor Vendor of Record (VOR) List for Various Projects Issue Date: January 2018 TABLE OF CONTENTS 1.0 Introduction...3 2.0 Categories...3 3.0

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

REQUEST FOR SEALED BID PROPOSAL

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

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

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

CONTRACT GENERAL CONDITIONS FOR CONSTRUCTION MANAGER AT RISK WITH GUARANTEED MAXIMUM PRICE PROJECTS

CONTRACT GENERAL CONDITIONS FOR CONSTRUCTION MANAGER AT RISK WITH GUARANTEED MAXIMUM PRICE PROJECTS CONTRACT GENERAL CONDITIONS FOR CONSTRUCTION MANAGER AT RISK WITH GUARANTEED MAXIMUM PRICE PROJECTS THE CALIFORNIA STATE UNIVERSITY Prepared by: OFFICE OF THE CHANCELLOR CAPITAL PLANNING, DESIGN AND CONSTRUCTION

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

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

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

More information

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

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

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

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension ADDENDUM CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID Project Number ITB 18-02-15 Flat Roof Life Extension Central Linn Elementary School Central Linn High School Central Linn School District PO

More information

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager: REQUEST FOR QUALIFICATIONS & PROPOSALS PROJECT NAME: Continuing Professional Engineering Services DESCRIPTION: DATE ISSUED: 8/22/2018 The City of Greenwood is soliciting proposals from professional engineering

More information

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY BID # 12-16-0001 BID DUE DATE: JANUARY 13, 2017 BID DUE TIME: 3:00 P.M. Invitation for Bids Notice is hereby given that the

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

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40 1 City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40 Proposals Shall Be Received by the Purchasing Department, City of Hammond

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

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