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

Size: px
Start display at page:

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

Transcription

1 5 Solicitation Bid designation: Public State of California 4/24/2015 5:14 PM p. 1 6

2 5 Bid Number Bid Title Expected Expenditure $999, (This price is expected - not guaranteed) Bid Start Date Apr 24, :13:06 PM PDT Bid End Date May 8, :00:00 PM PDT Question & Answer End Date Apr 30, :00:00 PM PDT Bid Contact Stacey Cunningham scunning@water.ca.gov Standard Disclaimer The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad. Description Please review and respond to the attached RFQ for document conversion services by 2:00 PM May 8, /24/2015 5:14 PM p. 2 6

3 STATE OF CALIFORNIA -- CALIFORNIA NATURAL RESOURCES AGENCY DEPARTMENT OF WATER RESOURCES 1416 NINTH STREET, P.O. BOX SACRAMENTO, CA (916) State of California EDMUND G. BROWN JR., Governor DWR REQUEST FOR QUOTE # for Release Date: April 24, 2015 The Department of Water Resources (DWR) invites contractors to review and respond to this Request for Quote (RFQ), titled DWR RFQ # To submit a quote for the services, you must comply with the instructions and requirements for the services contained in this document. The Mandatory and Desired Technical Requirements are delineated in Section II of this solicitation. The services required are also delineated in the Statement of Work (SOW), Exhibit A. Please note: DWR elects to waive the DVBE program requirements in this solicitation, but opts to include the DVBE incentive. Read the attached document carefully. The RFQ due date is: May 8, 2015 at 2:00 pm. You may mail or hand-deliver (submittals by or fax will not be accepted) your response to DWR s Procurement Official, Stacey Cunningham, as shown below: DWR Procurement Official Stacey Cunningham Stacey.Cunningham@water.ca.gov Submit Response By Mail to: OR Submit Direct Delivery of Response: Department of Water Resources Department of Water Resources Business Services Office, Room 353 Business Services Office, Room 353 Attention: Stacey Cunningham Attention: Stacey Cunningham P.O. Box Ninth Street Sacramento, CA Sacramento, CA DO NOT OPEN Bidder Response to RFQ <Bidder Name> DO NOT OPEN Bidder Response to RFQ <Bidder Name> NOTE: Substantive questions regarding the RFQ and contracting requirements must be submitted in writing to the Procurement Official above. Questions shall be submitted by , fax, mail or hand-delivery by the date specified in Section I, Item E, Key Action Dates to assure response by the date set for the DWR Response to Questions. 1 4/24/2015 5:14 PM p. 3

4 State of California DWR RFQ Department of Water Resources TABLE OF CONTENTS I General Information... 3 A) Purpose... 3 B) Background... 3 C) Availability... 3 D) Period of Performance... 3 E) Key Action Dates... 3 F) Submission of Questions... 4 G) Information Technology Provisions... 4 H) Award of Contract... 4 I) State s Right to Reject... 5 J) Protests... 5 K) Economic Incentive Program... 5 L) State Preference Program... 6 M) Commercially Useful Function... 8 N) Tax Delinquent Status Verification... 9 O) Standard Conditions of Service... 9 P) RFQ Response Guidelines... 9 Q) Administrative Requirements... 9 II Evaluation and Selection Criteria Information A) Evaluation Process B) Evaluation Selection Criteria C) Administrative Requirements Evaluation Criteria D) Technical Evaluation Criteria E) Cost Evaluation F) Small Business/DVBE Incentive Preference Calculation G) Final Scoring Methodology III Sample Contract Package Sample Standard Agreement (STD. 213) Exhibit A, Statement of Work Exhibit B, Budget Detail and Payment Provisions Attachment 1 Contractor s Cost Worksheet Exhibit C Information Technology General Provisions Exhibit D Information Technology Personal Services Special Provisions Exhibit E DWR Additional Provisions Attachment 1 Protection of Confidential and Sensitive Information Attachment 2 Non-Disclosure Certification Attachment 3 Travel and Per Diem Expenses Attachment 4 DVBE Activity Report Form Attachment 5 Small Business and DVBE Subcontractor Payment Certification IV Contractor s Bid Submittal Form Checklist Summary Contractor s Bid Submittal Checklist Contractor s Bid Cover Sheet Brief Overview of Attachments Non-Small Business Preference Request Form California DVBE Program Incentive Instructions (DWR 9666) Customer/Client Reference Form /24/2015 5:14 PM p. 4

5 State of California DWR RFQ Department of Water Resources I. General Information You are invited to review and respond to this Request for Quotation for entitled DWR RFQ In submitting your quote, you must comply with the instructions found herein. The services required are delineated in the Statement of Work. Please read the enclosed document carefully. A. Purpose The Department of Water Resources is converting paper documents to an electronic document depository and needs the services of a Contractor to assist with this effort. B. Background DWR has a variety of paper artifacts which require digital conversion. The artifact formats include files in standard paper sizes, large drawings, photographs, aperture cards, microfilm and microfiche. Some of these artifacts are permanent records and must be kept in perpetuity. DWR has numerous boxes and cabinets of miscellaneous permanent records stored at multiple locations throughout the State and DWR Headquarters. C. Availability All candidates submitted by the contractor must be available during the term of agreement. The selected contractor and proposed staff must be able to meet the requirements of this DWR RFQ and be ready to begin work on the anticipated contract start date of May 26, 2015 unless notified otherwise by DWR. D. Period of Performance The anticipated term of the resulting agreement begins on the date as indicated on the Standard Agreement for IT Goods/Services (STD 213), May 26, 2015 through May 24, 2017 with the option for the State to extend the term up to three (3) years at one (1) year intervals at the rates specified on the Contractor s submitted Cost worksheet (Exhibit B, Attachment 1) that identifies the costs for optional extensions to the resulting contract. The period of performance must be changed by a written Amendment to the Agreement, if the department exercises its option to extend services. DWR reserves the right to increase the contract value by up to ten percent (10%) above the Contractor s Subtotal Offer and set this amount aside for Unanticipated Tasks as they relate to the original Statement of Work (Exhibit A). Additional tasks will be at the same rates as originally offered in bid submittal. The contractor shall not be authorized to deliver or commence performance of services as described in this Statement of Work (SOW) until written approval has been obtained from all entities. No delivery or performance of service may commence prior to the execution of the Agreement. E. Key Action Dates Listed below are the key action dates and times by which the actions must be taken or completed. If the State finds it necessary to change any of these dates, it will be accomplished via an addendum to this DWR RFQ Key Action Dates 1. Release of DWR RFQ April 24, 2015 Date* 2. Submission of written questions April 30, 2015 by 2:00pm 3. Answers to written questions posted to May 4, /24/2015 5:14 PM p. 5

6 State of California DWR RFQ Department of Water Resources eprocurement BidSync 4. Submission of Quotes May 8, 2015 by 2:00pm 5. Intent to Award posted to eprocurement BidSync May 18, Anticipated Contract Start Date May 6, 2015 *All dates after the Submission of Quotes (date and time) are approximate and may be changed if needed to allow the State additional time for evaluation and contract execution. F. Submission of Questions All questions regarding the content of DWR RFQ must be submitted electronically to the eprocurement BidSync system and received by the Key Action Date identified above. Questions not submitted by the Key Action Date for submission of written questions shall be answered at the State s option. When the State has completed its review of the questions, all of the questions and answers will be posted to the State s eprocurement BidSync system. G. Information Technology Provisions The following information is incorporated into this RFQ. Please read the documents carefully. Bidder must agree to the terms and conditions listed below by signing the Contractor s Bid Cover Sheet (Attachment 1) which can be found in Section IV Contractor s Bid Submittal Checklist section of this RFQ. Please read the documents carefully. 1. Bidder Instructions (Effective 11/09/11) 2. Information Technology General Provisions (Effective 09/05/14) 3. State Model Information Technology Personal Services Special Provisions (Effective 02/08/07) H. Award of Contract Award of contract, if made, will be in accordance with the RFQ information on Evaluation to a responsible bidder whose bid complies with all the requirements of the RFQ documents and an addenda thereto, except for such immaterial defects as may be waived by the State. Award, if made, will be made within forty-five (45) days (or less) after the schedule date for Contract Award as specified in the RFQ; however, a bidder may extend the offer by 45 days in the event of a delay of contract award. The State reserves the right to determine the successful bidder(s) either on the basis of individual items or on the basis of all items included in its RFQ, unless otherwise expressly provided in the State s RFQ. Unless the bidder specifies otherwise in its bid, the State may accept any item or group of items of any bid. The State reserves the right to modify or cancel in whole or in part this RFQ. Written notification of the State s intent to award will be made to all bidders via the eprocurement system located at If a bidder, having submitted a bid, can show that its bid, instead of the bid selected by the State, should be selected for contract award, the 4 4/24/2015 5:14 PM p. 6

7 State of California DWR RFQ Department of Water Resources bidder will be allowed five (5) working days to submit a protest to the Intent to Award, according to the instructions contained in the paragraph titled Protests of this RFQ. I. State s Right to Reject A proposal/quotation 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 all proposals and may waive any immaterial deviation in a proposal/quotation. The State s waiver of immaterial defect shall in no way modify the RFQ document or excuse the proposing firm from full compliance with all requirements if awarded the agreement. DWR reserves the right to reject all proposals for reasonable cause. If all proposals are too high, the agency is not required to award an agreement (PCC 10344(d), 10377(d)). Proposals received after the due date and time will be returned unopened to the proposing firm. J. Protests Any bidder s issues regarding solicitation requirements must be resolved (or attempts to resolve them must have been made) before a protest may be submitted according to the procedure below. These issues will be first resolved by the contact for the solicitation or if they result in a protest, the protest will be submitted to DGS Procurement Division Deputy Director to hear and resolve issues and whose decision will be final. If a bidder has submitted a bid which it believes to be totally responsive to the requirements of the RFQ and to be the bid that should have been selected according to the evaluation procedure in the solicitation section on Evaluation and the bidder believes the State has incorrectly selected another bidder for award, the bidder may submit a protest of the selection as described below. Protests regarding selection of the successful vendor will be heard and resolved by the Victim Compensation and Government Claims Board whose decision will be final. All protests of award must be made in writing, signed by an individual authorized to bind the bidder contractually and financially, and contain a statement of the reason(s) for protest; citing the law, rule, regulation or procedure on which the protest is based. The protestor must provide facts and evidence to support the claim. Protests must be mailed or delivered to: Street and Mailing Address: Deputy Director Procurement Division 707 Third Street, Second Floor South West Sacramento, CA Facsimile No.: (916) All protests to the RFQ or protests concerning the evaluation, recommendation, or other aspects of the selection process must be received by the DGS Procurement Division Deputy Director as promptly as possible, but not later than the date indicated in the Notification of Intent to Award. Certified or registered mail must be used unless delivered in person, in which case the protester should obtain a receipt of delivery. K. Economic Incentive Program Bidders may be eligible for additional preferences when their place of business is located within certain economic regions and when they hire persons living and working within those economic 5 4/24/2015 5:14 PM p. 7

8 State of California DWR RFQ Department of Water Resources regions. Please access the following links to read information about these economic incentive programs. TACPA CONTRACT PREFERENCE This solicitation contains Target Area Contract Preference Act (TACPA) preference request forms. Please carefully review the forms and requirements. Bidders are not required to apply for these preferences. Denial of the TACPA preference request is not a basis for rejection of the bid. The State as part of its evaluation process reserves the right to verify, validate, and clarify all information contained in the bid. This may include, but is not limited to, information from bidders, manufacturers, subcontractors and any other sources available at the time of the bid evaluation. Bidder refusal to agree to and/or comply with these terms, or failure to provide additional supporting information at the State's request may result in denial of preference requested. Contracts awarded with applied preferences will be monitored throughout the life of the contract for compliance with statutory, regulatory, and contractual requirements. The State will take appropriate corrective action and apply sanctions as necessary to enforce preference programs. TACPA Preference Request (STD 830): Bidder s Summary of Contract Activities and Labor Hours: Manufacturer s Summary of Contract Activities and Labor Hours: Any questions regarding the TACPA preference should be directed to the Department of General Services, Procurement Division at (916) L. State Preference Programs 1. The Small Business Procurement and Contract Act (Government Code Section et. seq.) requires that a fair share of the state s purchases and contracts for goods, information technology services and construction be placed with a certified small business or microbusiness. The Act mandates that state agencies: a. Establish participation goals; b. Provide a five (5) percent small business calculation preference, and c. Provide the opportunity for proposing firms to receive a five (5) percent non-small business calculation preference when achieving twenty-five (25) percent small business participation through subcontracted efforts. Small Business Regulations, located in the California Code of Regulations (Title 2, Division 2, Chapter 3, Subchapter 8, Section 1896 et. seq.), concerning the application and calculation of the small business preference, small business certification, responsibilities of small business, department certification, and appeals are revised, effective 09/09/04. The new regulations can be viewed at ( Access the regulations by Clicking on Small Business Regulations in the right sidebar. For those without Internet access, a copy of the regulations can be obtained by calling the Office of Small Business and DVBE Services at (916) /24/2015 5:14 PM p. 8

9 State of California DWR RFQ Department of Water Resources 2. Small Business Preference The Small Business preference provides certified small businesses and micro-businesses a calculation preference in the amount of five (5) percent of the highest scored responsible and responsive proposal submitted by a proposing firm who is not a certified small business. The small business preference is used as a calculation for determining the highest score and does not affect the actual price proposed. The awarding department applies a five (5) percent Small Business preference to small business proposals during proposal evaluation when a non-small business has submitted the highest scored, responsible/responsive proposal pursuant to the solicitation s evaluation method identified in the proposal. The certified small business: a. Must include in its bid evidence of a current DGS Office of Small Business and DVBE Services (OSDS) Small Business certification. b. If pending small business certification, a notification to the awarding department that it has submitted to DGS/OSDS a complete application no later than 5:00 p.m. on the bid due date, and is subsequently certified by the Department of General Services as a small business; and c. Must submit a timely, responsive bid; and d. Must be determined to be a responsible bidder. Firms having pending Small Business or DVBE Certification applications under review by the Department of General Services concurrent with the proposal time frame should contact DGS/OSDS to request an expedite review/approval of their application in order to be considered for the small business preference during the evaluation of this proposal. Contact DGS/OSDS at (916) to obtain information about the application expedite process. Firms must notify the Department in writing at the time of the proposal submission that they have an application for Small Business or DVBE certification under review at the DGS Office of Small and Disabled Veteran Business Certification, and that they wish to be considered for the Small Business Preference Calculation. 3. Non-Small Business Subcontractor Preference A 5% bid preference is now available to a nonsmall business claiming 25% California certified small business subcontractor participation. If claiming the non-small business subcontractor preference, the form must list all of the California certified small businesses with which Contractor commits to subcontract in an amount of at least twenty-five percent (25%) of the net bid price. All certified small businesses must perform a commercially useful function in the performance of the contract as defined in Government Code Section 14837(d)(4). 4. Small Business Non-Profit Veteran Service Agencies (SB/NVSA) SB/NVSA prime bidders meeting requirements specified in the Military and Veterans Code Section et seq. and obtaining a California certification as a small business are eligible for the 5% small business preference. 5. DVBE Participation/DVBE Incentive The department elects to waive the DVBE program requirements in this solicitation, but opts to include the DVBE Incentive. In accordance with Section 999.5(a) of Military and Veterans Code an incentive will be given to bidders who include DVBE participation in their bid response. For evaluation purposes only, the 7 4/24/2015 5:14 PM p. 9

10 State of California DWR RFQ Department of Water Resources State shall apply an incentive to bids that propose California certified DVBE participation identified on DWR Form 9666, Bidder Certification of DVBE Participation, Attachment 8, (Section IV, page 60) and confirmed by the State. The incentive given is equal to the participation level identified by the bidder on Attachment 8, DWR 9666 Bidder Certification of DVBE Participation and will not be less than one (1) percent and will not exceed five (5) percent. Those firms identifying less than one (1) percent will not be considered for the incentive application. The incentive amount for awards based on low price will vary in conjunction with the proposed DVBE participation. Unless a table that replaces the following has been expressly established elsewhere within the solicitation, the following percentages will apply for awards based on low price: Confirmed DVBE Participation: DVBE Participation Level Incentive Applied Less than 1.0 0% 1.0 up to 1.99% 1% 2.0 up to 2.99% 2% 3.0 up to 3.99% 3% 4.0 up to 4.99% 4% 5% or Higher 5% As applicable: Awards based on low price: the net bid price of responsive bids will be reduced (for evaluation purposes only) by the amount of the DVBE incentive as applied to the lowest responsive net bid. If the #1 ranked responsive, responsible bid is from a California certified Small Business, the only bidders eligible for the incentive will be California certified Small Businesses. The incentive adjustment for awards based on low price cannot exceed 5 percent or $100,000, whichever is less, of the #1 ranked net bid. When used in combination with a preference adjustment (SB/TACPA), the cumulative adjustment amount is not to exceed $100,000. Awards based on highest score: the solicitation shall include an individual requirement that identifies incentive points for DVBE participation. The Incentive is calculated by factoring the overall total points possible (as stated in the solicitation) by the level of DVBE commitment identified by the proposing firm. Incentive points are then added to the proposing firm s overall score. If this results in the firm s achievement of highest scored response, and the firm has met all other solicitation requirements, the award will be made to that firm. It is possible for a certified small business to be displaced by another firm scoring higher points through application of the DVBE incentive. M. Commercially Useful Function (California Code of Regulations, Title 2, Section (l)) DVBE firms must perform a commercially useful function relevant to this contract. The term DVBE contractor or subcontractor or supplier means any person or entity that satisfies the ownership (or management) and control requirements of CCR (f); is certified in accordance with CCR and provides services or goods that contribute to the fulfillment of the contract requirements by performing a commercially useful function. As defined in MVC 999, a person or entity is deemed to perform a commercially useful function if a person or entity does all of the following: 1. Is responsible for the execution of a distinct element of work of the contract, 2. Carries out the obligation by actually performing, managing, or supervising the work involved, 8 4/24/2015 5:14 PM p. 10

11 State of California DWR RFQ Department of Water Resources 3. Performs work that is normal for its business services and functions, 4. Is not further subcontracting a portion of the work that is greater than that expected to be subcontracted by normal industry practices; 5. Is responsible, with respect to products, Inventories, materials, and supplies required for the contract for negotiating price, determining quality and quantity, ordering, installing, if applicable, and making payment; and 6. Its role is not an extra participant in the transaction, contract or project through which funds are passed in order to obtain the appearance of DVBE participation. N. Tax Delinquent Status Verification 1. Effective July 1, 2012 Public Contract Code , requires state agencies to verify the tax delinquent status of bidders responding to state solicitations. 2. At the time of bid evaluation, prior to contract award and execution, the State will verify all bidders and identified subcontractors as not listed as tax delinquent by the Franchise Tax Board and the Board of Equalization. Any bidder or subcontractor listed as tax delinquent shall result in a bid rejection and will not be considered for contract award. Bidders wanting further clarification can refer to the statute above or to the web sites listed below for additional information. Board of Equalization Top 500 Sales Tax and Use Delinquencies Franchise Tax Board Top 500 Delinquent Tax Payers O. Standard Conditions of Service 1. Service(s) shall not commence until the Agreement is fully executed and all approvals have been obtained. 2. All performance under the Agreement shall be completed on or before the termination date of the Agreement unless this Agreement is amended to extend the term. 3. No oral understanding or agreement shall be binding on either party. P. RFQ Response Guidelines This DWR RFQ and the Contractor s quote in response to this document will be made a part of the contract. Responses to this DWR RFQ must contain all data/information requested and must conform to the format described in this DWR RFQ It is the Contractor s responsibility to provide all required data and any other information deemed necessary for the State s evaluation team to determine and verify the Contractor s ability to perform the tasks and activities defined in the Contractor s Statement of Work. No Facsimile machine bids will be accepted. Q. Administrative Requirements To be deemed responsive the following items must be submitted with your RFQ Response. A Contractor s Bid Submittal Checklist is attached at the end of the document and designed to assist the bidder in ensuring all documents and/or attachments are returned with the bid response: 1. Bidder must label bid package Bidder Response to DWR RFQ # Document Conversion Services. Bidder s name must also be identified on outside of package. 9 4/24/2015 5:14 PM p. 11

12 State of California DWR RFQ Department of Water Resources 2. Bidder must submit 1 original, 2 copies and 1 electronic media on USB flash drive of requested information. 3. Bidder must submit the cost worksheet in a separate sealed envelope labeled DWR RFQ # Cost Worksheet. Cost worksheet must identify contractor s individuals to be evaluated based on resumes submitted. 4. Contractor s Bid Submittal Checklist (Refer to Section IV) The Contractor s Bid Submittal Checklist is designed to assist the bidder in ensuring all documents and/or attachments are returned with the bid response. 5. Attachment 1 Contractor s Bid Cover Sheet (Refer to Section IV) Bidder must complete and attach the Contractor s Bid Cover Sheet included in Section IV of this DWR RFQ Bidder must also check the appropriate box regarding their acceptance of the State s required IT language provisions as referenced in Section I, item G and Section III, sample contract package. 6. Attachment 2 Payee Data Record Bidder must include a completed copy a Payee Data Record, STD. Form 204 listing their Taxpayer Identification Number. The form may be found at: 7. Attachment 3 Drug-Free Workplace Certification Bidder must include a completed copy a Drug-Free Workplace Certification, STD. Form 21. The form may be found at: 8. Attachment 4 Bidder Declaration All bidders must complete the Bidder Declaration GSPD (Rev 08/09) and include it with the bid response. When completing the declaration, bidders must identify all subcontractors proposed for participation in the contract. Bidders awarded a contract are contractually obligated to use the subcontractors for the corresponding work identified unless the State agrees to a substitution and it is incorporated by amendment to the contract. The form may be found at: 9. Attachment 5 Small Business Certification Bidders claiming the small business preference or who have committed to subcontract at least 25% of the net bid price with one or more California certified small businesses must provide their OSDS certification. Completed certification applications and required support documents must be submitted to the Office of Small Business and DVBE Services (OSDS) no later than 5:00 p.m. on the bid due date, and the OSDS must be able to approve the application as submitted. Small business nonprofit veteran service agencies (SB/NVSA) claiming the small business preference must possess certification by California prior to the day and time bids are due. Questions regarding certification should be directed to the OSDS at (916) The form may be found at: /24/2015 5:14 PM p. 12

13 State of California DWR RFQ Department of Water Resources 10. Attachment 6 Non-Small Business Preference Request Form The Small Business Procurement and Contract Act (Gov. Code Section et. seq.), you have selected, and mutually agreed, to partner with a certified Small Business subcontractor to provide commodities or services related to the performance of the requested services identified in this RFQ Solicitation. Any firm responding to this bid desiring to claim this preference is required to submit the Non-Small Business (NSB) Preference Request form with their bid. Bidders submitting incomplete NSB Preference Request forms will not be eligible to receive the NSB preference. Firms requesting the NSB preference must include the DGS OSDS Small Business certification with the NSB preference form for the Small Business subcontractor(s) listed on the NSB form. Failure to include the certification will result in no application of the NSB preference during bid evaluation. 11. Attachment 7 DVBE Participation/DVBE Incentive The State has waived DVBE program requirements for this solicitation. Under California Code of Regulations , the California DVBE Incentive provides responsive/responsible firms the opportunity to receive additional incentive calculations. The incentive is applied at the time of solicitation cost evaluation when a bidder has identified a California-certified DVBE subcontractor to provide services or commodities in support of the overall contract effort. Application of the DVBE Incentive may not displace a certified small business low bidder. Please refer to Section IV, Attachment 7 DWR 9666, California DVBE Program Incentive Instructions. 12. Attachment 8 DVBE Certification Firms proposing DVBE subcontractor(s) must include the selected DVBE firm(s) DGS OSDS firm certification at the time of bid submission. Failure to include the DVBE certification will result in no application of the DVBE incentive during bid evaluation Attachment 9 Disabled Veteran Business Enterprise Declarations, STD. 843 All prime DVBE firms or DVBE firms acting as subcontractors for materials, supplies, services or equipment rental must submit an original signed DVBE Declaration, Std. 843 with their bid, or provide one to the prime for inclusion with their bid submittal. [Military and Veterans Code 999.3] Attachment 10 - Customer/Client Reference Form Minimum of 4 references with at least 2 from a governmental entity (i.e, Federal, State, City, County, etc.). 11 4/24/2015 5:14 PM p. 13

14 State of California DWR RFQ Department of Water Resources II. Evaluation and Selection Criteria Information A. Evaluation Process Each DWR RFQ response will be checked for the presence of requirement information in conformance with the submission requirements of this RFQ. DWR will evaluate each RFQ response to determine its responsiveness to the requirements. B. Evaluation Selection Criteria A low cost approach will be used in the evaluation of the Contractor s responses to this RFO. The Contractor s Exhibit B, Attachment 1, Cost Worksheet will be checked for mathematical accuracy. The overall responsiveness of each RFO response is based on the complete response from the bidder to the RFO requirements. The final selection will be made on the basis the lowest cost bid meeting the administrative and technical requirements of the solicitation. C. Administrative Requirements Evaluation Criteria (Pass/Fail) The administrative requirements defined below will be reviewed and the Contractor will receive a Pass, Fail or N/A for each requirement. Failure to provide all required items may be grounds for rejection as determined by evaluation team. Minor omissions may be determined to be immaterial and the Contractor may be allowed to correct the deficiency within a reasonable period of time prior to the final selection. 12 4/24/2015 5:14 PM p. 14

15 State of California DWR RFQ Department of Water Resources Example: Administrative Requirements Evaluation Criteria a. Did Bidder label bid package Contractor s Response to DWR RFQ Document Conversion Services? Bidder s name must also be identified on outside of package. Did Bidder submit (1 original, 2 hard copies and 1 electronic media on USB Flash drive) as b. requested? c. Did Bidder submit cost worksheet in a separate sealed envelope labeled DWR RFQ Cost worksheet? d. Did Bidder use provided Bid Submittal Checklist? (optional) Pass/Fail Administrative Forms 1 original required Pass Fail N/A Attachment 1 Attachment 2 Attachment 3 Attachment 4 Contractor s Bid Cover Sheet (Required form) Bidder must also check the appropriate box regarding acceptance of the State s required language. Payee Data Record (Std204) (Required) Drug-Free Workplace (Std21) (Required) Bidder Declaration (GSPD ) (Required) Attachment 5 Small Business Certification (if applicable) Non-Small Business Sub-Contractor Preference (if applicable) Attachment 6 Form is included in Section IV, of this solicitation Attachment 7 DWR 9666 Documentation of DVBE Program Requirements DWR 9666 Bidder Certification of DVBE Participation DVBE Certification (if applicable) Attachment 8 Disabled Veteran Business Enterprise Declarations (Std843) (if Attachment 9 applicable) The Administrative team will also review contractor s response to ensure all required Technical documents have been submitted. Final review and scoring will be completed by the Technical Review team. Customer References as stated on page 13 and 15. Please use Attachment 10 the Customer/Client Reference Form (Attachment 10) 13 4/24/2015 5:14 PM p. 15

16 State of California DWR RFQ Department of Water Resources D. Technical Evaluation Criteria (Pass/Fail) All Administratively responsive bids will be reviewed for compliance with Technical Requirements on a Pass/Fail basis. Failure to pass all Technical Requirements may be grounds for rejection as determined by the Review Team. Minor omissions may be determined to be immaterial and the Contractor may be allowed to correct the deficiency within a reasonable period of time prior to the final selection. 14 4/24/2015 5:14 PM p. 16

17 State of California DWR RFQ Department of Water Resources TABLE 1 CONTRACTOR S REQUIRED QUALIFICATIONS/EXPERIENCE Contractor must meet the following requirements as identified in Table 1 Contractor s Required Qualifications/Experience. DWR Use Only Contractor must submit a written response titled Contractor s Response to Evaluation Criteria Scoring for DWR RFQ and include the Qualification/Experience (All technical following: requirements will be scored on a Pass/Fail basis.) a. Provide documentation that your company has a minimum of 5 years of experience performing backfile conversion efforts. Include the name of the organization that you provided work for and the duration of each conversion effort. b. Contractor must provide written description on its ability to perform all the necessary services related to document conversion. This includes Document Preparation; Document Restoration; Barcode Services; and Post capture Optical Character Recognition (OCR) capabilities. c. A minimum of 5 years of project management experience on document image projects that includes analysis of record management practices and procedure. Please provide a list of document image projects that were managed by your company. Include the name of the organization that you provided work for and the duration of each project. d. Contractor must provide a minimum of four (4) customer/client references. Two of the customer/client references must be from governmental agencies (State, Federal, or City) detailing the requirements (use attached Customer Reference Form, Refer to Section IV, Attachment 10). DWR reserves the right to contact references to validate the work performed. e. Contractor must have a scanning facility located within 25 miles of the DWR Headquarters location (1416 Ninth Street Sacrament, CA 95814). f. Contractor must provide secure transportation (pickup and delivery) and storage of documents. Contractor must submit a written description of the method of transportation and the method of securing and storing the documents at the Contractor s facility. 1. Secure during transport. 2. Secure storage at Contractor s facility. 3. Secure computer file storage and handling. g. It is possible that approximately 10% of scanning services may need to be performed at other locations in California. Contractor must provide written description about its ability to perform conversion jobs, on-site, at multiple DWR locations. Contractor will provide all necessary equipment for these remote, on-site, conversion projects. h. Contractor must commit to only provide and perform data entry services using staff and facilities located within the United Pass/Fail Pass/Fail Pass/Fail Pass/Fail Pass/Fail Pass/Fail Pass/Fail Pass/Fail 15 4/24/2015 5:14 PM p. 17

18 State of California DWR RFQ Department of Water Resources TABLE 1 CONTRACTOR S REQUIRED QUALIFICATIONS/EXPERIENCE Contractor must meet the following requirements as identified in Table 1 Contractor s Required Qualifications/Experience. DWR Use Only Contractor must submit a written response titled Contractor s Response to Evaluation Criteria Scoring for DWR RFQ and include the Qualification/Experience (All technical following: requirements will be scored on a Pass/Fail basis.) States. i. Quality Control Procedures As part of Contractor s response to the RFQ, Contractor is required to submit a complete description of its Quality Control Procedures for performing services requested by this Statement of Work. Contractor s definition of Quality Control must include but not limited to the following essentials: 1) Specific standards Contractor s scanning services currently meet. 2) Description of the levels of quality control, including the percentage of scanners, and scanned documents which are sampled to confirm quality of scanning. 3) Provide an account of actual units (scanners) and documents which do not pass Contractor s quality control standards, and how this information is conveyed to Contractor s management. 4) Provide a full description of corrective action taken to resolve substandard scanning and the measures taken to calibrate malfunctioning scanners. In addition, describe how substandard scanning and units are rejected and how Contractor will provide repeated services at no charge for substandard work. 5) Provide a description of a strategy to improve the scanning services and how this strategy is put into action 6) Describe the effectiveness of the existing Quality Control Plan (Plan), and how the Plan detects recurrences of trouble and limits room for error. Pass/Fail 4/24/2015 5:14 PM p

19 State of California DWR RFQ Department of Water Resources E. Cost Evaluation Bidder must submit their Cost Worksheet Exhibit B, Attachment 1 in a separate sealed envelope labeled DWR RFQ Cost Worksheet based on DWR s Statement of Work (Exhibit A). Contractor must complete the cost worksheet that identifies total cost per transaction as described in the Statement of Work using the Exhibit B, Attachment 1 form. This form can be found in Section III Sample Contract Package. All bidders passing the Administrative and Technical requirements will have their cost envelopes opened. Each bidder s cost worksheet will be evaluated on the total extended cost for both the contracted term and any optional extension years. The contractor s cost worksheet will be checked for mathematical accuracy. Providing that the lowest net cost worksheet meets all other bid specifications criteria, the contract will be awarded to the responsible bidder who submits a responsive bid that is the lowest price after application of any preference requirements (Small Business/DVBE) have been calculated. F. Apply Small Business/DVBE Incentive Preference Calculation For purposes of evaluation, first Small Business preference will be applied, followed by the DVBE Incentive calculation. G. Final Scoring Methodology All cost worksheets from this solicitation from Contractors passing the Administrative and Technical Evaluation will be totaled and the Contractor with the lowest cost after the incentives have been applied will be awarded the resulting contract. Notice of Selection will be posted to BidSync. III. SAMPLE CONTRACT PACKAGE The following represents a sample of the contract that will be awarded, if any, from this RFQ. 17 4/24/2015 5:14 PM p. 19

20 STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 IT (REVISED 08/11) State of California STANDARD AGREEMENT FOR I.T. GOODS/SERVICES ONLY REGISTRATION NUMBER PURCHASING AUTHORITY NUMBER 9I-0216-DWR-HQ1 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE AGENCY'S NAME Department of Water Resources CONTRACTOR'S NAME TBD AGREEMENT NUMBER XXXX (hereafter called State) (hereafter called Contractor) 2. The term of this May 26, 2015 through May 25, 2017 Agreement is: This agreement is effective upon the start date or Department of Water Resources approval, whichever is later. 3. The maximum amount $ XXXXX of this Agreement is:??? thousand dollars and?? cents 4. The parties agree to comply with the terms and conditions of the following attachments which are by this reference made a part of the Agreement. Exhibit A Statement of Work Exhibit B Budget Detail and Payment Provisions Attachment 1 Contractor s Cost Worksheet Exhibit C IT General Provisions (GSPD-401IT, Revised 09/05/14) Exhibit D Information Technology Personal Services Special Provisions (Revised 02/08/07) Exhibit E DWR Additional Provisions Attachment 1 Protection of Confidential and Sensitive Information Attachment 2 Non-Disclosure Certification Attachment 3 Travel and Per Diem Language Attachment 4 DVBE Activity Form (if applicable) Attachment 5 Small Business and DVBE Sub Contractor Payment Certification (if applicable) 8 Pages 1 Page 6 Page 12 Pages 5 Pages 4 Pages 2 Pages 1 Page 2 Pages 1 Page 1 Page IN WITNESS WHEREOF this Agreement has been executed by the parties hereto CONTRACTOR CONTRACTOR S NAME (if other than an individual, state whether a corporation, partnership, etc.) BY (Authorized Signature) PRINTED NAME AND TITLE OF PERSON SIGNING DATE SIGNED(Do not type) California Department of General Services Use Only DATE SIGNED(Do not type) ADDRESS AGENCY NAME STATE OF CALIFORNIA Department of Water Resources BY (Authorized Signature) PRINTED NAME AND TITLE OF PERSON SIGNING DATE SIGNED(Do not type) Exempt per DWR-9I-0216-HQ1 ADDRESS 18 4/24/2015 5:14 PM p. 20

21 STATEMENT OF WORK DWR RFQ Exhibit A A. Scope of Services The purpose of this agreement is to engage a Contractor to provide services required by the Department of Water Resources (DWR) for document conversion of miscellaneous records for the Scanning and Mail Services Unit (SMS). SMS will provide conversion services for all of DWR s divisions. SMS will only outsource to the Contractor when: the backfile conversion exceeds SMS s resources; SMS is backlogged with conversion jobs; a division requires conversion of aperture cards, microfilm, or microfiche (which SMS is not equipped to process). DWR s miscellaneous records include artifacts in standard paper sizes, engineering size drawings and blueprints, aperture cards, microfilm and microfiche. Some of these artifacts are permanent records and must be kept in perpetuity. DWR has numerous boxes and cabinets of miscellaneous permanent records stored at DWR Headquarters as well as other DWR facilities in the greater Sacramento area. DWR also has other outlying divisions within the California region that possess records as well, and may require document conversion services. The outlying locations are Byron, Gustine, Lancaster, Fresno, Red Bluff, Pearblossom, Oroville, Glendale, Bakersfield, and Sutter. The Contractor shall scan and convert DWR s records to an electronic format to be imported into DWR s Electronic Document Management System (EDMS), Documentum and other databases as directed by DWR. The scanned records will then be accessible and will allow authorized staff within DWR to view, search, print, and secure the records from their computer workstations. B. Contractor Tasks and Responsibilities 1. Provide scanning services for the following type of documents/records: a. Standard Paper Format (8.5x11,8.5X14,11X17 or smaller) b. Post Cards c. Large Paper Format (36X48 or larger) d. Microfilm e. Microfiche f. Aperture Card g. Color Photos h. Black and White Photos i. Plates 2. Perform services related to document conversion that includes but not limited to the following: a. Document Preparation (removing any staples, paper clips, bindings, cutting off tabs, unfolding and taping of any poor quality paper, etc.) b. Document Restoration (restore scanned images back to their original form) c. Barcode Services d. Post capture Optical Character Recognition (OCR) capabilities e. Intelligent Character Recognition (ICR) (not required but may have requests by some DWR Divisions) 19 4/24/2015 5:14 PM p. 21

22 STATEMENT OF WORK DWR RFQ Exhibit A 3. Perform data conversion of electronic native files to PDF/A or TIFF file format. 4. Transportation and Processing. Contractor is to provide secure transportation of the documents from DWR offices to their scanning facility as directed and requested by DWR. Contractor shall deliver completed job to original location and additional locations as directed by DWR. Contractor will provide all necessary equipment for on-site conversion projects. Images or data shall not be transported or electronically transmitted out-of-state for scanning or data entry services. 5. Document grouping and assessment. a. Each type of document grouping will be considered an individual effort and Contractor will provide DWR with recommended job specifications. The cost of all work to be performed is to be based on the Cost Worksheet (Exhibit B, Attachment 1). b. Prior to scanning each record type, the Contractor will meet with the DWR staff to verify the specific requirements and any special instructions. c. Contractor will establish other project parameters such as document preparation instructions, a date for record pick-up, and turn-around time. d. The Contractor is to have project management capabilities and a work plan for accomplishing the requested services. e. Once the tasks and project parameters have been established, the Contractor is to commence project tasks within 48 hours. f. Contractor shall provide DWR with a sample of the work specified in each type of document grouping. DWR shall provide revision as necessary. g. Prior to the commencement of each individual job, the Contractor shall obtain approval from the Contract Manager. 6. Document Handling. Each container of documents is to be given a label that tracks the customer, pickup, document type, and box number. This standardizes an electronic workflow process that organizes, groups, and tracks each set of records through the various steps of the conversion process. Automated barcode sheets may be inserted for electronic file separation. The Contractor s staff shall pay special attention to each document s condition and its effect on the future image. When specified, the Contractor must also provide bates stamp and/or digital imprints for quality control, legal, and other tracking purposes. When a document has a special condition, Contractor is to stamp documents to indicate POOR QUALITY ORIGINAL, NOTARY SEAL, or DOCUMENT MISSING PAGES, or etc. 7. Document Scanning. a. The scanner and capture software must produce digital records that are compatible with DWR's Documentum system. In addition to other alternate data format as specified by DWR, this may include Bates numbering of data with a 10 character alpha numeric sequence (i.e. DWR ) and creation of file level index. 20 4/24/2015 5:14 PM p. 22

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

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

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 Business, Transportation and Housing Agency

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

More information

INVITATION FOR BID Notice to Prospective Bidders

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

More information

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

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

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

More information

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

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

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

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

More information

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

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 BIDS FOR: FIRE ALARM CONTROL UNIT REPLACEMENT CALIFORNIA ENERGY COMMISSION

More information

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

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

More information

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

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

More information

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

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

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

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR PROPOSAL FILE FOLDERS PRINTING REQUEST FOR PROPOSAL NUMBER 2014-01 WRITTEN PROPOSALS DUE BY Friday, August 16, 2013-3:30 PM Superior Court of

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

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

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

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

More information

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

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

More information

State of California SOFTWARE LICENSING PROGRAM (SLP)

State of California SOFTWARE LICENSING PROGRAM (SLP) State of California Arnold Schwarzenegger, Governor State and Consumer Services Agency DEPARTMENT OF GENERAL SERVICES Procurement Division 707 Third Street West Sacramento, CA 95605 (916) 375-4400 Fax

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

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

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

More information

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

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

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

More information

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

INSTRUCTIONS TO BIDDERS

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

More information

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS Return bid no later than: Time: 5:00 PM Central Date: Friday, September 21, 2018 Bid contact: Bill Stoltz Telephone: (573) 458-6135

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

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

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

More information

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

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

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

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

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

More information

IMPORTANT NOTICE TO ALL BIDDERS

IMPORTANT NOTICE TO ALL BIDDERS IMPORTANT NOTICE TO ALL BIDDERS Department of Health Care Services SDMC Maintenance & Operations Services This solicitation is being conducted under Public Contract Code 12125, et seq., the Alternative

More information

NOTICE OF PROPOSAL INVITATION

NOTICE OF PROPOSAL INVITATION NOTICE OF PROPOSAL INVITATION Proposal Name: Proposal Number: Transportation Fuels, Propane and Heating Oil TEC-103-16 Proposal Submission Deadline Date and Time: July 6, 2016 at 2:00 p.m. Contract Term:

More information

Solicitation DA HP Unified Functional Testing Software Maintenance. Bid designation: Public

Solicitation DA HP Unified Functional Testing Software Maintenance. Bid designation: Public 5 Solicitation DA00133-14 HP Unified Functional Testing Software Maintenance Bid designation: Public 6/12/2014 10:34 AM p. 1 6 HP Unified Functional Testing Software Maintenance 5 Bid Number Bid Title

More information

Botetourt County Public Schools

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

More information

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

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

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

More information

INVITATION 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

SECTION NOTICE INVITING BIDS

SECTION NOTICE INVITING BIDS SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY

EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY THE UNIVERSITY OF TEXAS SYSTEM ADMINISTRATION JANUARY 1, 2016 EXHIBIT H FOR OFFICE OF FACILITIES PLANNING AND CONSTRUCTION (OFPC) MANAGED PROJECTS ONLY POLICY ON UTILIZATION HISTORICALLY UNDERUTILIZED

More information

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

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

More information

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP) EXHIBIT A - MEMORANDUM OF NOTIFICATION TO POTENTIAL BIDDERS [NAME OF GOVERNMENT LETTERHEAD] DATE: TO: FROM: SUBJECT: [DATE] Invited Parties [NAME OF

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts CITY & COUNTY OF SAN FRANCISCO Requirements for For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B AND 14B

More information

Request for Proposal

Request for Proposal Central Whidbey Island Fire & Rescue 1164 Race Road Coupeville, WA 98239 Professionalism Integrity Compassion Excellence (360) 678-3602 www.cwfire.org Request for Proposal Fire Station Planning and Design

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

More information

Request for Proposal

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

More information

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

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

State of California CONTRACT USER INSTRUCTIONS ****MANDATORY**** Supplement #7. 25 Year Service and Retirement Awards

State of California CONTRACT USER INSTRUCTIONS ****MANDATORY**** Supplement #7. 25 Year Service and Retirement Awards Department of General Services Procurement Division 707 Third Street, 2 nd Floor West Sacramento, CA 95605-2811 State of California CONTRACT USER INSTRUCTIONS ****MANDATORY**** CONTRACT NUMBER: 1-13-84-14

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

REQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP # EO

REQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP # EO STATE OF TENNESSEE TENNESSEE STATE VETERANS HOMES BOARD REQUEST FOR PROPOSALS FOR PHARMACY SERVICES RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. RESPONSE REQUIREMENTS 4. GENERAL

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

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

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

More information

State of California MULTIPLE AWARD SCHEDULE Bechtel Companies Solutions dba Deep Energy Solutions

State of California MULTIPLE AWARD SCHEDULE Bechtel Companies Solutions dba Deep Energy Solutions Procur em ent Di vision 707 Third Street, 2 nd Floor, MS #2-202 West Sacramento, CA 95605-2811 State of California MULTIPLE AWARD SCHEDULE Bechtel Companies Solutions dba Deep Energy Solutions CMAS NUMBER:

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

Specification Standards for University of Washington Section

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

More information

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

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

More information

STATE OF CALIFORNIA 32 nd District Agricultural Association INVITATION FOR BID

STATE OF CALIFORNIA 32 nd District Agricultural Association INVITATION FOR BID BID DUE DATE: 05/20/16 BID OPENING: 05/23/16 STATE OF CALIFORNIA 32 nd District Agricultural Association INVITATION FOR BID Responses must be delivered to 88 Fair Dr. Costa Mesa, CA 92626 before 5:00PM

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

Collection Services Request for Proposal # 14/15-07 Questions and Answers

Collection Services Request for Proposal # 14/15-07 Questions and Answers Collection Services Request for Proposal # 14/15-07 Questions and Answers Question 1: I reviewed the above referenced RFP and was curious if Florida Department of Revenue would consider selling these accounts

More information

INSTRUCTIONS TO BIDDERS

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

More information

State of California CONTRACT NOTIFICATION ****NON-MANDATORY>****

State of California CONTRACT NOTIFICATION ****NON-MANDATORY>**** Department of General Services Procurement Division 707 Third Street, 2 nd Floor West Sacramento, CA 95605-2811 State of California CONTRACT NOTIFICATION ****NON-MANDATORY>**** CONTRACT NUMBER: 1-08-65-65-01

More information

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL

Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR REQUEST FOR PROPOSAL Arkansas Health Insurance Marketplace 1501 North University Avenue, Suite 970 Little Rock, AR 72207-5186 RFP Number: 01-2014 Service: Outside Legal Counsel Date: REQUEST FOR PROPOSAL Buyer: Amanda Spicer

More information

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services. PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: E-Rate Eligible Category 2 Products and Services District Wide VOLUME 1 of 1 February 06, 2018 TITLE PAGE DOCUMENT 00 01 01-1 DOCUMENT 00 01 10 TABLE

More information

INSTRUCTIONS TO BIDDERS

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

More information

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

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

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

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

PURCHASING DEPARTMENT

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

More information

Invitation to Bid #18PSX0055

Invitation to Bid #18PSX0055 State of Connecticut Invitation to Bid #18PSX0055 GROUNDS MAINTENANCE & LANDSCAPING SERVICES FOR THE DESPP FACILITY LOCATED AT 34 PERIMETER ROAD, WINDOSR LOCKS, CONNECTICUT 06096 Contract Specialist: Michael

More information

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS HCPS STANDARDS DOCUMENT. No.: 01000 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-07-14 Revised to increase custodial overtime

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

COMMISSION ADOPTED POLICY Procurement Policy

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

More information

PART V PROPOSAL REQUIREMENTS

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

More information

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

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

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

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

More information

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

OFFICE OF THE SUMMIT COUNTY SHERIFF

OFFICE OF THE SUMMIT COUNTY SHERIFF OFFICE OF THE SUMMIT COUNTY SHERIFF 970-453-2474 fax 970-453-7329 REQUEST FOR PROPOSAL 2018 VEHICLE TOWING CONTRACT FOR SUMMIT COUNTY, COLORADO Release Date: November 3, 2017 Closing Date: November 24,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS W. Brad Steube, Sheriff MANATEE COUNTY Bradenton, Florida 34205 Tom Knight, Sheriff SARASOTA COUNTY Sarasota, Florida 34237 REQUEST FOR PROPOSALS FOR IMPLEMENTATION, DELIVERY AND SUPPORT OF AN AUTOMATED

More information

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA REQUEST FOR PROPOSAL ( RFP ) PROPOSAL #: CA19-0001 RFP for Court Reporting Services To: The Eighteenth

More information

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

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

More information

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

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

More information

Philadelphia County, Pennsylvania

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

More information

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

Request for Proposal RFP Document Imaging and Verification Solution. July 3, 2017

Request for Proposal RFP Document Imaging and Verification Solution. July 3, 2017 Request for Proposal RFP 2017-01 Document Imaging and Verification Solution July 3, 2017 Table of Contents 1 INTRODUCTION... 4 1.1 Overview... 4 1.2 Key Action Dates... 4 1.3 Contact... 4 1.4 Contract

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 PROPOSALS

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

More information

The vendor will provide at least one day of training at each location.

The vendor will provide at least one day of training at each location. SPECIFICATIONS The bid must include the price on a flat cost-per-copy basis. The cost to the school/district will be determined by multiplying the number of copies made by the quoted cost per copy. Copy

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006 REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES April 18, 2006 Sealed Statement of Qualification documents must be received no later than Noon on Monday, May 1, 2006, at the

More information

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) NO , ARCHITECTURAL/ENGINEERING SERVICES RFQ DOCUMENT AND STATEMENT OF WORK FOR REQUEST FOR QUALIFICATIONS (RFQ): 214-18 ARCHITECTUAL/ENGINEERING SERVICES BY STANISLAUS REGIONAL HOUISNG AUTHORITY 1701 ROBERTSON ROAD MODESTO, CA 95351 RFQ Issued:

More information