B. CONTRACTUAL ISSUES

Similar documents
REQUEST FOR PROPOSAL - TRI-STATE LOTTO COMMISSION

City of Tustin Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES

ST. LOUIS COUNTY LIBRARY DISTRICT REQUEST FOR BID SHELVING AND/OR FURNITURE. PHASE 2B, 2C, 2D and 2E PROJECTS DATE ISSUED: FEBRUARY 21, 2018

INFORMATION PACKET FOR: REQUEST FOR PROPOSAL for DEBT COLLECTION SERVICES

Request for Proposal. For. Redistricting Consultant

ST. LOUIS COUNTY LIBRARY DISTRICT REQUEST FOR PROPOSAL DIGITIZATION OF FINANCE DOCUMENTS DATE ISSUED: November 8, 2017

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

REQUEST FOR PROPOSAL (RFP) Court Investigator in the Tribal Court (revised 1/24/2018)

INVITATION TO BID#: ITB/SRBBE/ADM SECURITY SERVICES

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

FLORIDA DEPARTMENT OF TRANSPORTATION

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

Masconomet Regional School District Audit Services Request for Quote

TUESDAY, DECEMBER 12, 2017 at 11:00 am prevailing time,

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

Request for Proposal To Audit Southeast/South-Central Educational Cooperative for Fiscal Year March 21, 2016

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

ZONING HEARING BOARD SOLICITOR REQUEST FOR PROPOSALS

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

Tulsa Community College

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

RFP Issued: Tuesday, November 10, Amended December 7, 2015 Pages 2, 10, and 11

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS: To Provide Business Privilege Tax Audit Services for the Municipality of Norristown

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

REQUEST FOR PROPOSAL Youth Sports Officiating Services

REQUEST FOR PROPOSAL For Annual Independent Audit Services. Due Date & Time WEDNESDAY March 7, 2018 at 1:00PM

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

FILED 12/01/2017 1:43 PM ARCHIVES DIVISION SECRETARY OF STATE

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

REQUEST FOR PROPOSAL AUDIT SERVICE 9/22/2012

REQUESTS FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES AND OTHER BID EXEMPT SERVICES

Diesel Engine Replacement for. Gillig Low Floor Buses

E-RATE CONSULTING AGREEMENT

CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA REQUEST FOR LETTERS OF INTEREST/STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR PROPOSAL for the SINGLE AUDIT OF THE STATE OF NEVADA

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Butte School District #1 Request for Proposal (RFP)

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

SAMPLE AGREEMENT: CE AGREEMENT

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

Request for Proposal 2019 Calendar Year

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

SOLICITATION CONFERENCE AGENDA Invitation to Negotiate #10068 DIRECT SERVICE PROVIDERS FOR REDIRECTIONS

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

REQUEST FOR QUOTATION

Montana Legislative Lobbyist Services

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

City of Springville Public Defender Request for Proposal

Invitation to Negotiate ITN # 1-AMI-VA Multisystemic Therapy Program

REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV

The Consultant selected by the IDA will perform the following services:

P.I.N.C.O. PARTNERS IN NUTRITION COOPERATIVE JOINT POWERS AGREEMENT FOR

TERMS AND CONDITIONS OF THE INVITATION TO BID

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

DISTRICT BANK DEPOSITORY SERVICES

STATE OF MARYLAND ADMINISTRATIVE OFFICE OF THE COURTS PROCUREMENT, CONTRACT AND GRANT ADMINISTRATION 2003 C COMMERCE PARK DRIVE ANNAPOLIS, MD 21401

REQUEST FOR PROPOSAL Enterprise Asset Management System

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

STONEYBROOK AT VENICE COMMUNITY DEVELOPMENT DISTRICT. REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES March 19, 2018

REQUEST FOR PROPOSAL RFP 10-09, ONLINE AUCTION SERVICES

ATTENTION ALL BIDDERS

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

Request for Proposals (RFP) General Legal Counsel

AGREEMENT FOR LEGAL SERVICES FOR THE CITY OF CALABASAS R E C I T A L S:

City of Mexico Beach Replacement of Fire Department Roofing Shingles

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

Central Unified School District Request for Proposal

Civil Engineering Services Overflow Parking Lot

ENTERPRISE STATE COMMUNITY COLLEGE

City Council Report 915 I Street, 1 st Floor

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

ASSOCIATION EXECUTIVE SECRETARY Request for Proposal. Municipal Treasurers Association of Wisconsin (MTAW)

Your proposal is not revocable for ninety (90) days following the response deadline indicated above.

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

CITY OF WINSTON-SALEM FORSYTH COUNTY, NORTH CAROLINA

Request for Proposal Number 5848-RFP-14/15. Auditing Services

Notice to Interested Parties

REVISOR ACF/EP A

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

Transcription:

REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICE OF ALCOHOL & DRUG TREATMENT SERVICES FOR ADULT DRUG COURT PARTICIPANTS OF THE ST. LOUIS DRUG COURTS- RFP-001 Beginning July 1, 2014 The State of Missouri, Twenty-Second Judicial Circuit, St. Louis Drug Courts are accepting proposals to provide the services of Substance Abuse Treatment Counselors to work with high risk participants of the Adult Drug Court on the High Risk Quadrant Dockets and/or the COD Dockets. The St. Louis Drug Courts reserve the right to secure identical and/or similar services from multiple treatment providers to meet the service needs of the drug court program. The resulting contracts shall not be construed as exclusive agreements. Qualified treatment providers will receive direct payments authorized by the Court in accordance with the terms of this agreement. This RFP does not prohibit two or more providers from submitting a joint response. A. INTRODUCTION The St. Louis Adult Drug Court is located at 1114 Market Street in downtown St. Louis, Missouri. There are approximately 253 active adult drug court participants with approximately 182 participants on high risk dockets and approximately 60 participants on co-occurring disorder dockets. The drug court program is designed to last between eleven (11) and eighteen (18) months or more in duration and consists of male and female participants that range from teens to senior citizens from a culturally diverse cross section of the St. Louis community. The St. Louis Adult Drug Court conducts two (2) Co-Occurring Disorders dockets (COD 1 and COD 2) every Tuesday with staffing in the morning at 9 a.m. for COD 2 and 10:30 a.m. for COD 1 and court sessions are 1:30 p.m. for COD 1 and 3 p.m. for COD 2. The staffing and docket days and times are subject to change during the course of the contract period. Participants on this docket with serious mental illness receive integrated therapy in the form of Matrix Model Substance Abuse Therapy in COD specific one and one half (1 ½) hour group sessions plus one-on-one counseling and Illness Management Recovery implemented by a pail of clinical professionals. Other COD docket participants receive Matrix Model Substance Abuse Therapy in COD specific one and one half (1 ½) hour group sessions plus one-on-one counseling and Moral Reconation Therapy in group sessions. Assignment to the specific COD docket and therapy approach is based on available medical information and assessments. The St. Louis Drug Court anticipates the opportunity for one or more substance abuse therapists who conduct sessions at treatment facilities located in different geographic areas around the City of St. Louis and/or at the Carnahan Courts Building in provided space to work with a portion of the COD docket population as part of this contractual service requirement. This service may require the inclusion as a member of a dual disorder treatment team for the implementation of Illness Management Recovery therapy and will require, at the 1

minimum, participation with the team to develop integrated treatment plans and amended treatment plans for COD participants. Counselors will attend court and clinical staffing in addition to individual and group sessions on a schedule approved by the Court. Counselors will submit electronic treatment progress notes, Treatment Plans, Relapse Prevention plans in accordance with St. Louis Drug Court policy and procedures and any other report requested by the Court. The St. Louis Adult Drug Court conducts three (3) high-risk, high need quadrant dockets: E docket, F docket and the MAT/Med docket. Every Wednesday the E docket staffing is at 9 a.m. and court session at 10:30 a.m.; every Wednesday the F docket staffing is at 1:30 p.m. and court session at 3 p.m.; and every Thursday the MAT/Med docket staffing is at 1:30 p.m. and court session at 3 p.m. Participants on these dockets receive evidence-based therapy, to include but not limited to, Matrix Model Intensive Outpatient Drug and Alcohol Treatment, Moral Reconation Therapy, Motivational Interviewing, Relapse Prevention Therapy and, when applicable, access to community based Medication Assisted Treatment Therapy. Intensive Outpatient Therapy is considered three (3) sessions of three (3) hours each week plus a one-on-one counseling session. Counseling sessions must be available during week days and evenings to accommodate working participants. Bidder(s) may propose schedules that include weekend sessions. The St. Louis Drug Courts anticipate the opportunity for one or more substance abuse therapists who conduct sessions at treatment facilities located in different geographic areas around the City of St. Louis and/or the Carnahan Courts Building in provided space to work with a portion of the high-risk, high-need population as part of this contractual service requirement. This service requires intake assessments, group therapy sessions on a schedule approved by the Court, attend staffing, conduct individual sessions and referrals for MAT service if applicable. Counselors will submit electronic treatment progress notes, Treatment Plans, Relapse Prevention plans in accordance with St. Louis Drug Court policy and procedures and any other report requested by the Court. The St. Louis Drug Courts prefer substance abuse therapist(s) with advance knowledge of Medication Assisted Treatment and/or a MARS Certification or the commitment to obtain the certification within the first contract year. Counselor(s) should be versed in issues which challenge opiate dependent participants with a blend of standard substance abuse treatment and progressive information to support medication assisted recovery. Minimum Qualifications: Hold one or more current credentials through the Missouri Substance Abuse Professional Credentialing Board. Possess a Bachelor s degree with experience or a Master s degree in social services, counseling or a closely related field. Multiple resumes may be provided. The Court reserves the right to audition potential substance abuse counselor candidates before final personnel selection. 2

B. CONTRACTUAL ISSUES The term of the contract will be for one year beginning July 1, 2014 to June 30, 2015, with an option to renew for three (3) additional one (1) year terms effective on July 1 st and terminates on June 30 th, if the St. Louis Drug Courts determine the contract is in the best interest of the 22 nd Judicial Circuit. The terms of the contract(s) will include the ability of the parties to reduce or increase the Scope of Services by written Supplemental Amendment approved by both parties of the contract. The terms of the contract(s) will include the ability of the Court to terminate the contract with or without cause and without penalty, recourse or damages upon thirty (30) day written notice to the contractual provider. The terms of the contract(s) will require the submission of electronic progress notes that respond to questions set out in Attachment E for participants before each court date in addition to the timely filing of Treatment Plans, Relapse Prevention Plans and other reports required by the Court. The terms of the contract(s) will include the provision that the bidder shall be responsible for any and all injury and damage as a result of their negligence involving any equipment or service provided under the terms, conditions, requirements and specifications of this RFP. In addition to the liability imposed including death, or property damage suffered as a result of the bidder s negligence, the bidder assumes the obligation to save and hold harmless the 22 nd Judicial Circuit, employees and assigns, from any negligent act or omission committed by any subcontractor or other person employed by or under the supervision of the bidder to this RFP. The terms of the contract(s) will include the provision of direct services of substance abuse therapy during a one year period, not to exceed, the provision of 2,000 hours of logged direct service hours per counselor payable at an hourly rate for each certified service hour performed as reflected in the weekly log. A weekly time log developed by the Court, Attachment A, shall be provided to and completed by the Contractor outlining the actual amount of time dedicated to the performance of contractual duties each week detailing client meetings, group sessions, staffing, report writing, filing, administrative tasks related to the contract and other duties undertaken by the substance abuse counselor at the direction of the Court. Personal time off, vacations, sick days, meal time, travel time, lectures or educational presentations outside the St. Louis Drug Court and idle time will not be billable hours under the contract. The terms of the contract(s) is for direct services provided by the agency, in the event of vacation, personal time office or absence for illness of personnel assigned to the contractual tasks, the bidder will provide qualified substitute personnel to perform the tasks under the RFP in a timely fashion. The agency 3

may elect to provide the contractual services hours with multiple qualified substance abuse counselors during the contract period subject to the approval of the Court. The terms of the contract(s) will include the provision that the Court can at any time request, with or without cause, replacement service provider personnel for tasks under this RFP. The terms of the contract(s) will include the provision that bidder(s), and their representatives, are independent contractor(s) and not an employee of the 22 nd Judicial Circuit or the City of St. Louis, Missouri. The terms of the contract(s) will include the provision that the bidder(s) shall assume all legal and financial responsibility for taxes, FICA, fringe benefits, workers compensation, employee insurance, minimum wage requirements, overtime and agrees to save and hold harmless the 22 nd Judicial Circuit and the City of St. Louis, Missouri, its officers, agents and employees from and against any and all loss; cost including attorney fees; and damage of any kind related to employment matters. The terms of the contract(s) will include the provision that the substance abuse therapist(s) will attend Drug Court training and events. Therapists will participate in drug court projects and facilitate groups at the request of the Court to advance program progress for participants. The terms of the contract renewal shall be contingent upon annual appropriations of sufficient funds for and by the Court for the purposes of treatment services. C. BIDDER QUALIFICATIONS Bidder(s) must be licensed to do business within the City of St. Louis, Missouri and current on payment of all taxes due. Bidder(s) must carry general liability insurance in the sum of $1,000,000.00 and worker s compensation coverage equal to or in excess of Missouri statutory requirements. Bidder(s) must carry general comprehensive, automobile and professional liability for errors and omissions in the sum of $1,000,000.00. These licenses, taxes and insurance requirements must be adhered to throughout the duration of the contract period. Bidder(s) must be in compliance with state law and provide the Court a sworn affidavit and provision of documentation that the bidder is enrolled and participates in a federal work authorization program and does not knowingly employ any person who is an unauthorized alien, Attachment B in the RFP. Bidder(s) must be current certified substance abuse and treatment program provider, certified by the Missouri Department of Mental Health, Division of Alcohol and Drug Abuse and remain on the certified substance treatment program provider list certified by Department of Mental Health for the duration of the contract. Bidder(s) must also have the capacity to provide Medication 4

Assisted Treatment for St. Louis drug court participants with access to provision of public funding from the Missouri Department of Mental Health, if applicable. The St. Louis Drug Court is currently included in a cooperative MAT study which makes MAT services readily available through the Missouri Department of Mental Health. Bidder(s) must be in compliance with applicable federal and state laws and regulations concerning substance abuse and treatment services. Bidder(s) must be a current treatment service provider listed by the Office of State Courts Administrator or be willing to become a listed service provider and remain on that substance treatment provider list of the Office of State Courts Administrator for the duration of the contract. Bidder(s) must be willing to complete the monthly reports required by Office of the State Courts Administrator, Attachment C, with a signed form attached to each monthly invoice associate with this contract. The bidder(s) selected as the result of the RFP shall be responsible for all program costs including personnel, operating overhead, travel, capital item, subcontracts, transportation, parking and indirect costs expended by their agency except as set out in detail in the RFP. Although the price per hour is an important variable, the St. Louis Drug Courts reserve the right to select a vendor based on quality of service who may not be the lowest bidder. The bidder(s) must be willing to abide by all provisions of the Drug Court policies set out in detail in attachment D to this RFP and made a part hereof including Drug Court Policy-001 Relating to Termination of St. Louis Drug Court Participants from Treatment; Drug Court Policy-002 Relating to Court Orders from the Drug Court Commissioner; Drug Court Policy-003 Relating to Referring Drug Court Participant to Treatment; and the Medication Assisted Treatment Policy. The bidder(s) response to the RFP shall include a statement about the background and experience of the company in delivery of evidence-based treatment practices of Motivational Interviewing, Matrix Model, Cognitive Behavioral Therapy including Moral Reconation Therapy, Medication Assisted Treatment, Illness Management Recovery and the company commitment of fidelity to incorporate these evidence-based methods in the performance of the duties of the RFP. D. BIDDER INSTRUCTIONS The St. Louis Drug Courts reserve the right to reject every and all bid(s) submitted. To submit a proposal, the bidder must include four copies and an original proposal. The proposal must include a cover letter on business 5

letterhead and the bid sheet. Proposals must be submitted in writing according to the RFP and received no later than 4 p.m. Monday, May 12, 2014, to M. Keithley Williams, Drug Court Administrator St. Louis Drug Courts 1114 Market Street, Room 526 St. Louis, Missouri 63101 Sealed bid envelopes must be clearly marked as Proposal for Drug Court Treatment RFP-001. The public opening of all bid proposals received by the deadline will occur at 9 a.m. in the conference room adjacent to the Drug Court Lobby, Room 518, Carnahan Courts Building, 1114 Market Street, St. Louis, Missouri, Tuesday, May 13, 2014. Proposal received after the due date and time stated above, or not delivered to the designated point, will be automatically disqualified and rejected, and will not be opened. Questions pertaining to this announcement should be submitted in writing and faxed to 314-552-7667 on business letterhead and contain the Federal Identification Number of the vendor. Questions should be submitted no later than Thursday, April 17, 2014; any question received after this date and time, or not on business letterhead with Federal Identification Number of vendor, will not be answered. Vendors and their agents must direct all their questions to the Drug Court Administrator and may not contact any other employees regarding these matters during the solicitation or selection process. Answers in response to all timely submitted questions will be supplies to all potential bidders who request the answers in writing by letter of intent, composed on business letterhead with Federal Identification Number or vendor, which clearly states the contact name and information plus the fax number of the proposed vendor. The vendor is advised that under the provisions of this Request for Proposal, the St. Louis Drug Courts reserve the right to conduct negotiations of the proposals received or to award a contract without negotiations. Is such negotiations are conducted the following conditions will apply: 1) Negotiations may be conducted in person, in writing, or by telephone; 2) Negotiations may be conducted with potentially acceptable proposals and the St. Louis Drug Courts reserve the right to limit negotiations to those vendors and all vendors involved in the negotiation process will be invited to submit a best and final offer; 3) Terms, conditions, prices, methodology, or other features of the vendor s proposal may be subject to negotiation and subsequent revision. The Twenty-Second Judicial Circuit, St. Louis Drug Courts hereby notifies all bidders that minority business enterprises will be afforded full opportunity to submit bids in response to this request for bids and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Bids will not be accepted from any bidder that has failed to perform faithfully any previous contract with the Court. 6

This solicitation is not to be construed or interpreted as a contract or a commitment of any kind by the Court; nor does it commit the Court to pay for any costs incurred by a bidder in the submission of a bid, evaluation the possibility of submitting a bid, or for any cost incurred prior to the Court s issuance and full execution of a formal written contract to the successful bidder(s). ### 7