City and County of San Francisco. Request for Proposals for. Family Focused Services for Incarcerated Parents RFP SHF

Similar documents
City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services

City and County of San Francisco Department of Building Inspection

Request for Proposals #107 for Transition Age Youth Interim Housing and Services

Grant Funding Opportunity and Request for Proposal ( RFP ) for. Transgender Safety and Wellness Services

San Francisco Municipal Transportation Agency (SFMTA) Request for Proposals. Maintenance Services for Electronic Card Access Security Systems

City and County of San Francisco Request for Proposals for Management and Operation of SFO Medical Clinic

City and County of San Francisco Request for Proposals for

City and County of San Francisco. Request for Proposals for Daggett Open Space Stewardship

City and County of San Francisco. Request for Proposals for Preparing a Business Case for Developing an Accessible, Open Source Voting System

Request for Qualifications. As-Needed Environmental Consulting Services

SFERS PERCEPTIVE CONTENT UPGRADE

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

RE: Request for Proposal Number GCHP081517

Public Relations and Media Services (As-Needed)

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

City of Malibu Request for Proposal

SCHEDULE (See also Part II) All times are San Francisco Time

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposals (RFP) to Provide Auditing Services

County of Santa Clara, California Social Services Agency Request for Proposals For Supportive and Therapeutic Options Program (STOP)

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSALS. Phone# (928)

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

REQUEST FOR PROPOSALS: IMMIGRANT ASSISTANCE PROGRAMS GRANTS

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PUBLIC SERVICES

Request for Proposal PROFESSIONAL AUDIT SERVICES

City and County of San Francisco. Request for Proposals for. San Francisco International Airport. Terminal Management System Upgrade

SCHOOL BOARD ACTION REPORT

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

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

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Request for Proposals (RFP) Training and Education Campus Athletic Programs. RFP Release: April 23, 2018 Proposal Due Date: May 9, 2018

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Tourism Marketing Strategy

Request for Proposal for: Financial Audit Services

Social Media Management System

REQUEST FOR PROPOSAL

Hennepin County Community Development Block Grant 2018 Public Services Request for Proposals Guide

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

Amalgamation Study Consultant

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

OWENS VALLEY CAREER DEVELOPMENT CENTER

How To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL

Arizona Department of Education

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Proposals. For RFP # 2011-OOC-KDA-00

REQUEST FOR PROPOSAL FOR ARCHITECTURAL SERVICES PACIFICA LIBRARY PROJECT

Describe the City s requirements and desired outcomes within a written specification;

City of Madison Community Development Division

CITY OF LYNWOOD REQUEST FOR PROPOSALS For BUSINESS LICENSE SERVICES

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Request for Proposal for: Financial Audit Services

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

Contra Costa Behavioral Health Division Request for Qualifications Alcohol and Other Drug Services (AODS)

City and County of San Francisco. Request for Proposals for. 800MHz Public Safety Radio Replacement Project Consultant

MONTEREY BAY UNIFIED AIR POLLUTION CONTROL DISTRICT

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Transcription:

City and County of San Francisco Request for Proposals for Date issued: Thursday, March 17, 2016 Mandatory Pre-proposal conference: Proposal due: Thursday, March 30, 2016, 10:00am Thursday, April 28, 2016, 4:00pm

Request for Proposals for Family Focused Services TABLE OF CONTENTS Page I. Introduction and Schedule...1 II. Scope of Work...4 III. Submission Requirements...7 IV. Evaluation and Selection Criteria...11 V. Pre-proposal conference and Contract award...12 VI. Terms and Conditions for Receipt of Proposals...13 VII. Contract Requirements...16 VIII. Protest Procedures...17 Appendices: A. Standard Forms: Request for Taxpayer Identification Number and Certification, Business Tax Declaration, and San Francisco Administrative Code Chapters 12B and 12C, Declaration of Non Discrimination in Contracts and Benefits. B. Fee Proposal Format (these forms accompany every contract) C. Agreement for Grant Services (form G-100) separate document D. Sample Invoice and Modification Forms (these forms utilized with every contract) E. Reference Request Form F. SFSD Visiting Policy and Procedure P590 (1-15) i March 17, 2016

I. Introduction and Schedule A. General Request for Proposals for The San Francisco Sheriff s Department, (hereafter SFSD or Department ) seeks responses to a Request for Proposals (RFP) from qualified non-profit agencies/organizations that have demonstrated experience providing family services such as development and strengthening of parenting skills, providing a safe and nurturing environment conducive to parent/child visiting and/or family reunification for inmates who meet program qualifications. B. Term and Funding The Grant agreement period shall have an original term of three years. The term of the Agreement is the period from the award execution date, approximately July 1, 2016, through the last day of the month of a thirty-six consecutive month period. In addition, the Sheriff shall have two options to extend the term, for a period of two years or for a period of one year each, by mutual agreement in writing. In the event such extension rights are exercised, all terms and conditions, requirements and specifications of the Agreement shall remain the same and apply during the renewal terms. The maximum contract period shall not be more than five (5) years. The total contract amount is for $879,999 for three years of service at $293,333 per year. All funding is contingent upon the availability of funds for every fiscal year covered under this RFP, satisfactory program performance, and demonstrated need for the proposed services. Please review Article 2, Section C, the standard City and County of San Francisco Grant Agreement. C. Schedule The anticipated schedule for selecting a consultant is: Proposal Phase Date RFP is issued by the City Thursday, March 17, 2016 Mandatory Pre-proposal conference Deadline for submission of written questions or requests for clarification Answers to written questions and request for clarification posted to City Website Proposals due by: Thursday, March 30, 2016, 10:00am Wednesday, April 6, 2016, 4:00pm Wednesday, April 13, 2016, 4:00pm Thursday, April 28, 2016, 4:00pm P-590 (1-15) Page 1 of 20 March 17, 2016

II. Background Information & Scope of Work A. Background Information The San Francisco county jail system includes an intake and release facility, housing facilities and two community sites. Facility Capacity Location Use County Jail # 1 N/A 425 7th Street Intake and Release No Housing County Jail # 2 392 425 7th Street Housing for Women Housing for Men (intake) Sub-acute Medical and Psychiatric Housing County Jail # 3 N/A 850 Bryant Street Currently Closed 6th Floor County Jail # 4 402 850 Bryant Street 7th Floor Men s Housing Linear Jail County Jail # 5 768 1 Moreland Drive San Bruno Men s Housing Podular Jail Women s Resource N/A 930 Bryant Street Women s reentry and education Center Community Programs services N/A 70 Oak Grove Street Men s reentry and education services For calendar year 2015, the total number of bookings in the San Francisco county jail system was 19,437. The average length of stay for all inmates was 17.32 days. Approximately 85% of the inmate population is pre-sentenced and 15% are serving a sentence. Individuals who identify their residence as either home or transient at the time of arrest comprise approximately 5% of the people booked into the county jail (This does not include individuals who state that there residence is Single Residents Occupancy Hotels or homeless shelters). In a query of inmates participating in Roads to Recovery, SISTERs and COVER, approximately one-third of the inmates reported themselves as being homeless. A study entitled Descriptive Overview of Parents, Children and Incarceration in Alameda and San Francisco County Jails by K. Kramer and the Children of Incarcerated Parents Partnerships of San Francisco and Alameda Counties (Zellerbach Family Foundation, June 2015) reveals findings from a survey conducted in 2014. 536 of the 907 San Francisco inmates participating in the survey reported being the primary caretakers of children under 25 years old. Of these 536 inmates, there were 1,110 children for whom they were the primary caregivers (a rough average of children per inmate). Of these 1,110 children: 14% were involved with Child Protective Services. 4% were involved in the criminal justice system. 10% had the other parent also currently in custody. 16% were present at the time of arrest. 26% do not know that their parent is in jail. P-590 (1-15) Page 2 of 20 March 17, 2016

26% had to change where they live at least once because of their parent s incarceration. 16% had to change schools at least once because of their parent s incarceration. 57% of their family households lost income because of the parent s incarceration. The persons who bring these children for visits are as follows: 63% other parent 23% grandparent 21% other relative 7% self 6% other Barriers to visiting include: Telephone calls are too expensive (33%). It costs too much to visit (31%). The perception is that it is not a good thing for the children to have contact (26%). There is no money for stamps (25%). There is a conflict with the caregiver (19%). The inmate does not know where the child(ren) live (19%). The child(ren) are in foster care (8%). The barriers/concerns to reconnecting with children after release include: Not enough resources to connect (30%) Geographic limitations (12%) No knowledge of where the child resides (10%) Parole/probation conditions that prevent contact with the child (8%) CPS involvement that does not allow contact with the child (4%) Although the average daily population of the jails has decreased, the number of inmates with mental health conditions has increased. Total Behavioral Health Services Contacts: Year # of Contacts (Units of Service) 2010 2011 55,866 56,401 2012 60,869 2013 69,339 2014 70,652 Each unit of service is considered 15 minutes of client contact or work on behalf of a client. The average daily population in 2015 was 1,204. The range of program services offered in custody as well as post release include, but are not limited to: The SFSD Five Keys Charter High School City College of San Francisco P-590 (1-15) Page 3 of 20 March 17, 2016

Substance abuse services (Roads to Recovery) Violence prevention services (Resolve to Stop the Violence) Survivor restoration and victim impact services Individual and group counseling Parenting classes Support groups Vocational training Social service referrals Veteran services Enrollment in health care The three housing jails are secure facilities, and the delivery of program activity is suspended during count and meals, barring the specific approval of the facility commander or his/her designee. The facility schedules are as follows: Facility Count Time Meal Time County Jail # 2 0600-0800 0400-0445 1400-1500 1030-1100 1600-1645 County Jail # 4 0600-0800 0400-0445 1400-1430 1030-1100 1800-2000 0330-0430 County Jail #5 0600-0800 0330-0430 1400-1600 1030-1130 1630-1630 At County Jail # 2, approximately 50% of the women attend school from 8:00 am to 2:15 pm Monday through Friday. Programming may be delivered to the housing facilities until 7:00 pm. The following are the attendance numbers for parenting classes during February of 2016: Facility # of Participants County Jail # 2 33 County Jail # 4 22 County Jail # 5 89 Women s Resource Center 7 70 Oak Grove 8 Monthly Total 159 B. Scope of Work The Scope of Work is to be used as a general guide and is not intended to be a complete list of all work necessary to complete the project. The following are identified functions necessary to successfully provide comprehensive services to reduce the trauma associated with parental incarceration. Proposers may suggest a P-590 (1-15) Page 4 of 20 March 17, 2016

modified scope as part of their proposal. We seek qualified non-profit agencies to provide parent/child visits within the jails; teach parenting classes in the jails as well as the community sites and provide individual therapeutic support and restorative justice interventions in the quantities set below: Parenting Education Proposals must include specifics regarding the proposed parenting class curriculum which must be evidence based, and approved by the Courts and the Human Services Agency as meeting mandated requirements. Proposals should also include specifics on how they propose to provide individual instruction for inmates unable to participate in group instruction. Proposals should meet the following minimum number of weekly classes: Two parenting class per week to the general population at County Jail # 5 Two parenting classes per week at County Jail # 2 One parenting class per week at County Jail # 4 One parenting class per week at the Women s Resource Center One parenting class per week at 70 Oak Grove The Department expects services to be provided utilizing a flexible schedule that will not interfere with daily jail operations. The SFSD reserves the right to change the times and days at their sole discretion. Family Visiting Parent / Child Visit A supervised, pre-arranged contact visit between an inmate and a child (younger than 18 years old) that is facilitated by the Parent / Child Visit Coordinator, a contracted service provider. (SFSD Visiting Policy) The purpose of parent/child visits is to foster meaningful contact between children and their incarcerated parents. Proposals should include details on how staff observations during visits will be reflected back to the inmate participants and incorporated into parenting education. Please see the SFSD Visiting Policy for application procedures, eligibility criteria and guidelines. This policy is included as an Appendix F to this RFP. Proposals should meet the following minimum number of weekly visits: Group Visits of two hours at County Jail # 2 three days per week Individual visits of one hour for up to fifteen parents per week at County Jail # 4 Two group visits of two hours on a single designated weekend day at County Jail # 5 Six individual counseling or one-on-one support sessions weekly for clients at County Jail # 2, County Jail # 4 and County Jail # 5 Goodbye Visit A special visit which may include up to three separate visits wherein the parent and child discuss parent s indicated or actual prison sentence in order to prepare the child for the parent s absence. (SFSD Visiting Policy) Proposals should also include a plan to provide goodbye visits to program participants who have been sentenced to prison. This plan should clearly define how the needs of the child will be prioritized. P-590 (1-15) Page 5 of 20 March 17, 2016

A successful proposal will demonstrate how the provider will complete the following: Providers shall maintain accurate, up-to-date, files on every program participant. Providers shall include specific curriculum with a description and number of hours for completion. Any and all curriculum that utilizes a movie or audio visual presentation shall include an adult learning concept to discuss and explain the purpose of the exercise. The SFSD expects the successful proposal will identify the best practices, proven principles and service modalities the proposer intends to utilize in the administration of the contract. As in any successful program, we believe that the quality of the staff that provides services will have a direct impact on the future success of the participants in the program. All proposers should have qualified staff with an educational background commensurate with job responsibilities. Proposals should clearly define the clinical supervision provided to staff and the topics and frequency of trainings such as on mandatory reporting regulations. Program staff shall have training in recognizing and respecting all peoples gender identity and successfully complete the Prison Rape Elimination Act (PREA) training provided in the civilian orientation. The SFSD is contracting units of service and expects contract workers to be punctual and to make proper notifications when unable to attend work. When a contract employee is going to be late for work, the contract employee shall notify the program coordinator at their work location. When a contract employee is absent from work, for whatever reason, a qualified employee, as identified previously, will replace them. When absent from work, the contract employee shall notify the program coordinator at their work location. Should a contract employee go out on an extended leave (five days or more) or separate service, the contract provider must notify the Director of Programs and provide the following: verbal plan for providing continued service with minimal interruption and whether this is a temporary or permanent solution o This information is to be provided as soon as possible. written plan for providing permanent continued service o This information is to be provided within 72 hours of providing the verbal plan. o If the written plan is not a permanent solution, the contract provider must provide the Director of Programs with a timeframe for providing a permanent solution. All program staff must be able to pass a SFSD background that includes a fingerprint scan and shall attend a mandatory civilian orientation. The cost of the background and live scan is $150.00, and this cost will be deducted from future contractor invoices by the department. C. Finance 1. Indirect Cost Proposal: Details of base and methodology must be included. If CBO has more than one contract with SFSD or other City departments, the CBO will prepare a spreadsheet which reconciles all programs and budgets, including indirect costs. 2. Absences: In the event any CBO Employee is ill, or on vacation, the SFSD expects direct program service to be provided by the Proposer, at no additional cost. P-590 (1-15) Page 6 of 20 March 17, 2016

3. Deliverables: Keeping in mind the funding availability of the contract, proposals must quantify the following deliverables realistically and effectively: How many unduplicated San Francisco clients they will serve; How many units of service they will provide as a result of both individual contacts and groups; Data Collection they will provide; and What defines successful outcome. 4. Reports: Awarded CBO must provide a detail report, containing agreed upon deliverables, to the Sheriff s Department no later than the twentyfifth (25th) day of the month following the month of service for each project. The format of the report must be approved by the SFSD. The report should be sent directly to the attention of the Chief of Administration and Programs, or his/her designee. The Contractor will follow City-wide fiscal and compliance guidelines and will be subject to monitoring, as determined by the Department. III. Submission Requirements Proposers will submit a written proposal in the manner and containing the information described below. A. Time and Place for Submission of Proposals Proposals must be received by 4:00 p.m., on Thursday, April 28, 2016. Postmarks will not be considered in judging the timeliness of submissions. Proposals may be delivered in person and left with Teresita Tina or mailed to: Teresita Tina Sr. Administrative Analyst C/O Sheriff s Department San Francisco City Hall #1 Dr. Carlton B. Goodlett Place, Room 456 San Francisco, CA 94102 Proposers shall submit four [4] copies of the proposal. One [1] copy shall be marked Original and the others marked Copies. Two [ 2 ] copies, separately bound, of required CMD Forms in a sealed envelope clearly marked, Family Focused Services for Incarcerated Parents to the above location. Proposals that are submitted by fax will not be accepted. Late submissions will not be considered. B. Format Please use three-hole recycled paper, print double-sided to the maximum extent practical. Please submit proposal in a three-ring binder. Please do not bind your proposal with rubber bands, spiral binding, glued binding, or anything similar. You may use tabs or other separators within the document. P-590 (1-15) Page 7 of 20 March 17, 2016

For word processing documents, the department prefers that text be unjustified (i.e., with a ragged-right margin) and use a serif font (e.g., Times Roman, and not Arial), and that pages have margins of at least 1 on all sides (excluding headers and footers). The font size may not be smaller than 10 pt. in single space. Please include a Table of Contents. You must also submit one an electronic version of the proposal on a compact disk for use in a standard PC DC-ROM Drive. The proposed services must be clearly explained, including a detailed description of the tasks, equipment and services that will be used to meet the proposal requirement. The reader of the proposal should have a clear understanding of each portion as well as the overall process. The use of acronyms, legal terms and industry jargon should be avoided. All proposals must clearly explain, in detail, the services that the agency is proposing to provide. Do not incorporate the service descriptions above by reference (e.g. Services shall be provided as described in the RFP. ). Any proposals submitted without clear descriptions for those services applied for may be rejected from consideration. C. Content Firms interested in responding to this RFP must submit the following information, in the order specified below: 1. Table of Contents ( 1 page ) All pages of the proposal, including all enclosures, must be clearly and consecutively numbered and correspond to the Table of Contents. 2. Introduction and Executive Summary (up to 2 page) Submit a letter of introduction and executive summary of the proposal. The letter must be signed by a person authorized by your firm to obligate your firm to perform the commitments contained in the proposal. Submission of the letter will constitute a representation by your firm that your firm is willing and able to perform the commitments contained in the proposal. 3. Project Approach (up to 15 pages) Describe the services and activities, per project, that your firm proposes to provide to the City. Include the following information: Overall scope of work tasks; Schedule and ability to complete the project within the City s required time frame; Assignment of work within your firm s work team; A plan for collaboration with sworn employees to promote a safe and therapeutic environment; A plan for how to liaison with the Human Service Agency contractor to provide services for inmates involved with Child Protective Services; A plan for how to work with Jail Behavioral Services regarding individual therapy; P-590 (1-15) Page 8 of 20 March 17, 2016

Methodology for written case management; and Methodology for approach to differing learning styles, gender and culture. 4. Firm Qualifications (up to 5 pages) Provide information on your firm and team qualifications and how these qualifications will enable your firm to provide the services described in the scope of work. Include the following: a. Name, address, and telephone number of a contact person; b. A brief description of your firm; c. Experience in working in a correctional setting; d. Ability to collaborate with law enforcement as well as how any joint venture or association would be structured; e. A description of not more than three projects similar in size and scope prepared by your firm including client, reference and telephone numbers, staff members who worked on each. Descriptions should be limited to one page for each project. If joint consultants or sub consultants are proposed provide the above information for each; f. Organizational chart that shows how the service fits into the firm s organization; and g. List of Board of Directors and dates of 2015 Board meetings. Please also indicate which meetings were open to the public per Chapter 12L of the S. F. Administrative code. 5. Team Qualifications (up to 4 pages, not including organizational chart) Provide information on your firm and team qualifications and how these qualifications will enable your firm to provide the services described in the Scope of Work, including: a. The number of years the firm has provided the proposed services; b. A description of any sub-contractual or joint venture relationships; c. The strategy for recruiting and retaining employees who have appropriate experience in working in a correctional setting and the ability to work with law enforcement; d. The strategy for integrating new staff into the organization; and e. Include a staffing plan that shows all positions that will contribute to providing the scope of work, including the position title, a summary of the position duties, the level of experience and education required for the position, whether the position is now filled, and the proposed hourly rate of pay. If the position is filled, provide the years of experience and educational background of the incumbent. Use the format defined below. P-590 (1-15) Page 9 of 20 March 17, 2016

Position Title RFP Coordinator Position Duties Coordinate all department RFP processes, including working with staff to develop Scope of Work, developing selection criteria, and administering process Level of Experience Required 3 years of equivalent work experience Education Required Bachelor s Degree in related field, Master s Degree in related field may substitute for 1 year of experience Filled FTE Equivalent Proposed Hourly Rate of Pay YES 1 FTE $X.XX 6. References (up to 2 pages) Provide a description of at least one but not more than three projects similar in size and scope to the Scope of Work described in the RFP. Include the client name, reference, email and telephone contact information, staff members who worked on the project, sub-contractors or joint venture partners who worked on the project, and project budget and schedule. Please refer to Appendix E for Reference Request Form. 7. Fee Proposal The City intends to award this contract to the firm that it considers will provide the best overall program services. The City reserves the right to accept other than the lowest priced offer and to reject any proposals that are not responsive to this request. Please provide a fee proposal in a sealed envelope and in the format specified in Appendix B: Fee Proposal Format that includes the following: a. Proposers must provide a detailed labor budget, where all project staff provide services directly to the client or directly supervise staff providing client services. b. Proposers may request up to 20% of their total labor budget, including benefits, in operational overhead. Overhead includes support staff such as administrative assistants, finance staff, and executive officers. c. Proposers must list all sub-contractors, describe the service provided, the hourly sub-contracting rate, and the maximum budgeted amount for each sub-contractor. Sub-contractors are not included in the labor budget. These services are not considered overhead. P-590 (1-15) Page 10 of 20 March 17, 2016

8. Acknowledgement of Addendums a. Signed copies of each bid addendum posted to contract website. These signed copies acknowledge the proposer has read the addendum. IV. Evaluation and Selection Criteria A. Minimum Qualifications The following minimum qualifications must be met by the time of contract award. Funding eligibility is open to documented non-profit organizations with 501 (3) status certified to provide services within the City and County of San Francisco. Non-profit organizations must have an active governing Board of Directors and an Executive Director responsible for the day-to-day management of the organization. Proposers must demonstrate successful experience in their proposed program. Proposers must have experience working with those impacted by the criminal justice system Proposers should have extensive knowledge of, and access to, Bay Area resources available to the program targeted population. Proposers must have attended the Mandatory Pre-Proposal Conference. Proposers must be certified to provide services within the City and County of San Francisco Proposers must certify that they are in good financial condition and be able to substantiate this upon request. Any proposal that does not demonstrate that the proposer meets these minimum requirements by the deadline for submittal of proposals MAY be considered non-responsive and will not be eligible for award of the contract. B. Selection Criteria The proposals will be evaluated by a selection committee comprised of parties with expertise in services to those impacted by the criminal justice system. The committee will evaluate each written proposal that meets the minimum requirements on a 35 point scale. Each of the seven segments will be rated on a 1-5 scale as follows: 1. Does not meet SFSD expectations in most aspects 2. Does not meet SFSD expectations in some aspects 3. Meets SFSD expectations 4. Exceeds SFSD expectations in more than one aspect. 5. Exceeds SFSD expectations in many aspects P-590 (1-15) Page 11 of 20 March 17, 2016

The seven segments are as follows: Written Evaluation Criteria Max Score Understanding of the program and the tasks to be performed 5 Demonstration of experience working with the target population 5 Reasonableness of budget/fee proposal 5 Understanding of SFSD Visiting Policy and clear description of responsibilities of 5 Parent/Child Visit Coordinator (5 points) Clear description of evidence-based program content, with clearly-defined outcome 5 objectives and methodology for providing feedback during parent/child visits Result of Reference Responses ( See Appendix E, Reference Request Form) 5 Proposed staffing plan is appropriate to the scope of work. 5 Total 35 The scores of the individual committee members will be averaged to obtain a score. The top two (2) scoring proposers will be invited to make an oral presentation. The details of the oral presentation including date, time, location, equipment availability and schedule will be posted via an addendum to the RFP web-site. The committee will evaluation each oral presentation on a scale of 15 maximum points. In the oral section, the segments will be rated on a 1-3 scale as follows: 1. Does not meet SFSD expectations 2. Meets SFSD expectations 3. Exceeds SFSD expectations The scores of the individual committee members will be averaged to obtain a score. The segments in the oral presentation are as follows: Oral Presentation Evaluation Criteria Max Score Agency provides clear presentation of program goals and objectives 5 Agency provides clear description of management and staff qualifications and 5 experience Agency has appropriate methods for tracking the impact of services 5 Total 15 The RFP Coordinator will sum the written proposal score and the oral presentation score to calculate the total proposal score. The proposer with the highest total proposal score will be notified of the Intent to Award via the City s website. SFSD reserves the right to withhold an award or to make a partial award. V. Process A. Pre-Proposal Conference Proposers must to attend a mandatory pre-proposal conference on Wednesday, March 30, 2016, at 10:00am to be held at 70 Oak Grove, San Francisco, CA 94107. All questions will be addressed at this conference and any available new information will be provided at that time. If you have further questions regarding the RFP, please contact the RFP Coordinator. P-590 (1-15) Page 12 of 20 March 17, 2016

B. Questions Proposers must submit questions regarding the RFP in writing via email to the department by Wednesday, April 6, 2016 by 4:00pm. The department will not respond to questions received after the due date. The department will respond to all questions in writing via addendums posted to contract website. It is the responsibility of all Proposers to monitor the contract website for question responses. C. Contract Award The San Francisco Sheriff s Department will enter into negotiations for a contract with those Proposers notified of an Intent to Award. The selection of any proposal shall not imply acceptance by the City of all terms of the proposal, which may be subject to further negotiations and approvals before the City may be legally bound thereby. If a satisfactory contract cannot be negotiated in a reasonable time, the San Francisco Sheriff s Department, in its sole discretion, may terminate negotiations with the highest ranked proposer and begin contract negotiations with the next highest ranked proposer. VI. Terms and Conditions for Receipt of Proposals A. Errors and Omissions in RFP Proposers are responsible for reviewing all portions of this RFP. Proposers are to promptly notify the Department, in writing, if the proposer discovers any ambiguity, discrepancy, omission, or other error in the RFP. Any such notification should be directed to the Department promptly after discovery, but in no event later than five working days prior to the date for receipt of proposals. Modifications and clarifications will be made by addenda as provided below. B. Inquiries Regarding RFP Inquiries regarding the RFP and all oral notifications of an intent to request written modification or clarification of the RFP, must be directed to: Teresita Tina via the following email address: Teresita.Tina@sfgov.org C. Objections to RFP Terms Should a proposer object on any ground to any provision or legal requirement set forth in this RFP, the proposer must, not more than ten calendar days after the RFP is issued, provide written notice to the Department setting forth with specificity the grounds for the objection. The failure of a proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection. D. Change Notices The Department may modify the RFP, prior to the proposal due date, by issuing Change Notices, which will be posted on the website. The proposer shall be responsible for ensuring that its proposal reflects any and all Change Notices issued by the Department prior to the proposal due date regardless of when the proposal is submitted. Therefore, the City recommends that the proposer consult the website frequently, including shortly before the proposal due date, to determine if the proposer has downloaded all Change Notices. P-590 (1-15) Page 13 of 20 March 17, 2016

E. Term of Proposal Submission of a proposal signifies that the proposed services and prices are valid for 120 calendar days from the proposal due date and that the quoted prices are genuine and not the result of collusion or any other anti-competitive activity. F. Revision of Proposal A proposer may revise a proposal on the proposer s own initiative at any time before the deadline for submission of proposals. The proposer must submit the revised proposal in the same manner as the original. A revised proposal must be received on or before the proposal due date. In no case will a statement of intent to submit a revised proposal, or commencement of a revision process, extend the proposal due date for any proposer. At any time during the proposal evaluation process, the Department may require a proposer to provide oral or written clarification of its proposal. The Department reserves the right to make an award without further clarifications of proposals received. G. Errors and Omissions in Proposal Failure by the Department to object to an error, omission, or deviation in the proposal will in no way modify the RFP or excuse the vendor from full compliance with the specifications of the RFP or any contract awarded pursuant to the RFP. H. Financial Responsibility The City accepts no financial responsibility for any costs incurred by a firm in responding to this RFP. Submissions of the RFP will become the property of the City and may be used by the City in any way deemed appropriate. I. Proposer s Obligations under the Campaign Reform Ordinance Proposers must comply with Section 1.126 of the S.F. Campaign and Governmental Conduct Code, which states: No person who contracts with the City and County of San Francisco for the rendition of personal services, for the furnishing of any material, supplies or equipment to the City, or for selling any land or building to the City, whenever such transaction would require approval by a City elective officer, or the board on which that City elective officer serves, shall make any contribution to such an officer, or candidates for such an office, or committee controlled by such officer or candidate at any time between commencement of negotiations and the later of either (1) the termination of negotiations for such contract, or (2) three months have elapsed from the date the contract is approved by the City elective officer or the board on which that City elective officer serves. If a proposer is negotiating for a contract that must be approved by an elected local officer or the board on which that officer serves, during the negotiation period the proposer is prohibited from making contributions to: The officer s re-election campaign A candidate for that officer s office A committee controlled by the officer or candidate. The negotiation period begins with the first point of contact, either by telephone, in person, or in writing, when a contractor approaches any city officer or employee about a particular contract, or a city officer or employee initiates communication with a potential contractor about a contract. The negotiation period ends when a contract is awarded or not awarded to the contractor. Examples of initial contacts include: (1) a vendor contacts a city officer or employee to promote himself or herself as a candidate for a contract; and (2) a city P-590 (1-15) Page 14 of 20 March 17, 2016

officer or employee contacts a contractor to propose that the contractor apply for a contract. Inquiries for information about a particular contract, requests for documents relating to a Request for Proposal, and requests to be placed on a mailing list do not constitute negotiations. Violation of Section 1.126 may result in the following criminal, civil, or administrative penalties: 1. Criminal. Any person who knowingly or willfully violates section 1.126 is subject to a fine of up to $5,000 and a jail term of not more than six months, or both. 2. Civil. Any person who intentionally or negligently violates section 1.126 may be held liable in a civil action brought by the civil prosecutor for an amount up to $5,000. 3. Administrative. Any person who intentionally or negligently violates section 1.126 may be held liable in an administrative proceeding before the Ethics Commission held pursuant to the Charter for an amount up to $5,000 for each violation. For further information, proposers should contact the San Francisco Ethics Commission at (415) 581-2300. J. Sunshine Ordinance In accordance with S.F. Administrative Code Section 67.24(e), contractors bids, responses to RFPs and all other records of communications between the City and persons or firms seeking contracts shall be open to inspection immediately after a contract has been awarded. Nothing in this provision requires the disclosure of a private person s or organization s net worth or other proprietary financial data submitted for qualification for a contract or other benefits until and unless that person or organization is awarded the contract or benefit. Information provided which is covered by this paragraph will be made available to the public upon request. K. Public Access to Meetings and Records If a proposer is a non-profit entity that receives a cumulative total per year of at least $250,000 in City funds or City-administered funds and is a non-profit organization as defined in Chapter 12L of the S.F. Administrative Code, the proposer must comply with Chapter 12L. The proposer must include in its proposal (1) a statement describing its efforts to comply with the Chapter 12L provisions regarding public access to proposer s meetings and records, and (2) a summary of all complaints concerning the proposer s compliance with Chapter 12L that were filed with the City in the last two years and deemed by the City to be substantiated. The summary shall also describe the disposition of each complaint. If no such complaints were filed, the proposer shall include a statement to that effect. Failure to comply with the reporting requirements of Chapter 12L or material misrepresentation in proposer s Chapter 12L submissions shall be grounds for rejection of the proposal and/or termination of any subsequent Agreement reached on the basis of the proposal. L. Reservations of Rights by the City The issuance of this RFP does not constitute an agreement by the City that any contract will actually be entered into by the City. The City expressly reserves the right at any time to: 1. Waive or correct any defect or informality in any response, proposal, or proposal procedure; 2. Reject any or all proposals; 3. Reissue a Request for Proposals; P-590 (1-15) Page 15 of 20 March 17, 2016

4. Prior to submission deadline for proposals, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment or services to be provided under this RFP, or the requirements for contents or format of the proposals; 5. Procure any materials, equipment or services specified in this RFP by any other means; or 6. Determine that no project will be pursued. M. No Waiver No waiver by the City of any provision of this RFP shall be implied from any failure by the City to recognize or take action on account of any failure by a proposer to observe any provision of this RFP. VII. Contract Requirements A. Standard Contract Provisions The successful proposer will be required to enter into a contract substantially in the form of the Agreement for Grant Services, attached hereto as Appendix C. Failure to timely execute the contract, or to furnish any and all insurance certificates and policy endorsement, surety bonds or other materials required in the contract, shall be deemed an abandonment of a contract offer. The City, in its sole discretion, may select another firm and may proceed against the original selectee for damages. Proposers are urged to pay special attention to the requirements of Administrative Code Chapters 12B and 12C, Nondiscrimination in Contracts and Benefits, Article 16.2 of Nondiscrimination; Penalties in the Agreement; the Minimum Compensation Ordinance 16.8 of Requiring Minimum Compensation for Covered Employee in the Agreement; and applicable conflict of interest laws Article 8.4 of Conflict of Interest in the Agreement, as set forth in paragraphs B, C, D, E and F below. B. Local Business Enterprise C. Nondiscrimination in Contracts and Benefits The successful proposer will be required to agree to comply fully with and be bound by the provisions of Chapters 12B and 12C of the San Francisco Administrative Code. Generally, Chapter 12B prohibits the City and County of San Francisco from entering into contracts or leases with any entity that discriminates in the provision of benefits between employees with domestic partners and employees with spouses, and/or between the domestic partners and spouses of employees. The Chapter 12C requires nondiscrimination in contracts in public accommodation. Additional information on Chapters 12B and 12C is available on the CMD s website at www.sfcmd.org. D. Minimum Compensation Ordinance (MCO) The successful proposer will be required to agree to comply fully with and be bound by the provisions of the Minimum Compensation Ordinance (MCO), as set forth in S.F. Administrative Code Chapter 12P. Generally, this Ordinance requires contractors to provide employees covered by the Ordinance who do work funded under the contract with hourly gross compensation and paid and unpaid time off that meet certain minimum requirements. For the contractual requirements of the MCO, see Article 16.8 of Requiring Minimum Compensation for Covered Employee in the Agreement. P-590 (1-15) Page 16 of 20 March 17, 2016

For the amount of hourly gross compensation currently required under the MCO, see www.sfgov.org/olse/mco. Note that this hourly rate may increase on January 1 of each year and that contractors will be required to pay any such increases to covered employees during the term of the contract. Additional information regarding the MCO is available on the web at www.sfgov.org/olse/mco. E. Health Care Accountability Ordinance (HCAO) The successful proposer will be required to agree to comply fully with and be bound by the provisions of the Health Care Accountability Ordinance (HCAO), as set forth in S.F. Administrative Code Chapter 12Q. Contractors should consult the San Francisco Administrative Code to determine their compliance obligations under this chapter. Additional information regarding the HCAO is available on the web at www.sfgov.org/olse/hcao. F. First Source Hiring Program (FSHP) If the contract is for more than $50,000, then the First Source Hiring Program (Admin. Code Chapter 83) may apply. Generally, this ordinance requires contractors to notify the First Source Hiring Program of available entry-level jobs and provide the Workforce Development System with the first opportunity to refer qualified individuals for employment. Contractors should consult the San Francisco Administrative Code to determine their compliance obligations under this chapter. Additional information regarding the FSHP is available on the web at http://www.workforcedevelopmentsf.org/ and from the First Source Hiring Administrator, (415) 401-4960. G. Conflicts of Interest The successful proposer will be required to agree to comply fully with and be bound by the applicable provisions of state and local laws related to conflicts of interest, including Section 15.103 of the City's Charter, Article III, Chapter 2 of City s Campaign and Governmental Conduct Code, and Section 87100 et seq. and Section 1090 et seq. of the Government Code of the State of California. The successful proposer will be required to acknowledge that it is familiar with these laws; certify that it does not know of any facts that constitute a violation of said provisions; and agree to immediately notify the City if it becomes aware of any such fact during the term of the Agreement. Individuals who will perform work for the City on behalf of the successful proposer might be deemed consultants under state and local conflict of interest laws. If so, such individuals will be required to submit a Statement of Economic Interests, California Fair Political Practices Commission Form 700, to the City within ten calendar days of the City notifying the successful proposer that the City has selected the proposer. VIII. Protest Procedures A. Protest of Non-Responsiveness Determination Within five working days of the City's issuance of a notice of non-responsiveness, any firm that has submitted a proposal and believes that the City has incorrectly determined that its proposal is non-responsive may submit a written notice of protest. Such notice of protest must be received by the City on or before the fifth working day following the City's issuance of the notice of non-responsiveness. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the proposer, and must cite the law, rule, local P-590 (1-15) Page 17 of 20 March 17, 2016

ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest. B. Protest of Contract Award Within five working days of the City's issuance of a notice of intent to award the contract, any firm that has submitted a responsive proposal and believes that the City has incorrectly selected another proposer for award may submit a written notice of protest. Such notice of protest must be received by the City on or before the fifth working day after the City's issuance of the notice of intent to award. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest. Within five working days of the RFP Coordinator s response to the protest, the protesting firm may submit a written appeal of the RFP Coordinator s response. Such appeal must be received by the City on or before the fifth working day after the City's issuance of the notice of intent to award. The appeal must include a written statement specifying in detail each and every one of the grounds asserted for the appeal and may only refer to points of protest cited in the original protest. The appeal must be signed by an individual authorized to represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision on which the appeal is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the appeal. The appeal may only refer to point of protest outlined in the original protest. C. Delivery of Protests IX. All protests and appeals must be received by RFP Coordinator by the due date. If a protest or appeal is mailed, the protestor bears the risk of non-delivery within the deadlines specified herein. Protests should be transmitted by a means that will objectively establish the date the City received the protest. Protests, notice of protests, appeals or notice of appeals made orally or (e.g., by telephone) or via email will not be considered. Protests must be delivered to: Teresita Tina RFP Coordinator San Francisco Sheriff s Department City Hall 1 Dr. Carlton B. Goodlett Place, Room 456 San Francisco, CA 94102-4676 P-590 (1-15) Page 18 of 20 March 17, 2016

Appendix A Standard Forms Before the City can award any contract to a contractor, that contractor must file three standard City forms (items 1-3 on the chart). Because many contractors have already completed these forms, and because some informational forms are rarely revised, the City has not included them in the RFP package. Instead, this Appendix describes the forms, where to find them on the Internet (see bottom of page 2), and where to file them. If a contractor cannot get the documents off the Internet, the contractor should call (415) 554-6248 or e-mail Purchasing (purchasing@sfgov.org) and Purchasing will fax, mail or e-mail them to the contractor. If a contractor has already filled out items 1-3 (see note under item 3) on the chart, the contractor should not do so again unless the contractor s answers have changed. To find out whether these forms have been submitted, the contractor should call Vendor File Support in the Controller s Office at (415) 554-6702. If a contractor would like to apply to be certified as a local business enterprise, it must submit item 4. To find out about item 4 and certification, the contractor should call Contract Monitoring Division at (415) 252-2500. Item Form name and Internet location Form Description Return the form to; For more info 1. Request for Taxpayer Identification Number and Certification http://sfgsa.org/index. aspx?page=4762 www.irs.gov/pub/irsfill/fw9.pdf W-9 The City needs the contractor s taxpayer ID number on this form. If a contractor has already done business with the City, this form is not necessary because the City already has the number. Controller s Office Vendor File Support City Hall, Room 484 San Francisco, CA 94102 (415) 554-6702 2. Business Tax Declaration http://sfgsa.org/index. aspx?page=4762 P-25 All contractors must sign this form to determine if they must register with the Tax Collector, even if not located in San Francisco. All businesses that qualify as conducting business in San Francisco must register with the Tax Collector Controller s Office Vendor File Support City Hall, Room 484 San Francisco, CA 94102 (415) 554-6702 P-590 (1-15) Page 19 of 20 March 17, 2016

Item Form name and Internet location 3. S.F. Administrative Code Chapters 12B & 12C Declaration: Nondiscrimination in Contracts and Benefits http://sfgsa.org/index. aspx?page=4762 In Vendor Profile Application Form Description Return the form to; For more info CMD- 12B- 101 Contractors tell the City if their personnel policies meet the City s requirements for nondiscrimination against protected classes of people, and in the provision of benefits between employees with spouses and employees with domestic partners. Form submission is not complete if it does not include the additional documentation asked for on the form. Other forms may be required, depending on the answers on this form. Contractby-Contract Compliance status vendors must fill out an additional form for each contract. Contract Monitoring Unit 30 Van Ness Avenue, Suite 200 San Francisco, CA 94102 Phone: (415) 581-2310 4. CMD LBE Certification Application http://www.sfgsa.org/i ndex.aspx?page=6058 In Vendor Profile Application Where the forms are on the Internet Office of Contract Administration Local businesses complete this form to be certified by CMD as LBEs. Certified LBEs receive a rating bonus pursuant to Chapter 14B when bidding on City contracts. To receive the bid discount, you must be certified by CMD by the proposal due date. Contract Monitoring Unit 30 Van Ness Avenue, Suite 200 San Francisco, CA 94102 Phone: (415) 581-2310 Homepage: Purchasing forms: www.sfgov.org/oca/ Click on Required Vendor Forms under the Information for Vendors and Contractors banner. Contract Monitoring Division CMD s homepage: Equal Benefits forms: LBE certification form: http://sfgsa.org/index.aspx?page=5365 http://sfgsa.org/index.aspx?page=5359 http://sfgsa.org/index.aspx?page=5364#section%20v P-590 (1-15) Page 20 of 20 March 17, 2016